SOURCES SOUGHT – Kayenta Health Center Ultrasound System

This is a Sources Sought Notice for information only: This is not a request for quotes/proposals or an invitation for bids. The Navajo Nation Area Indian Health Service, Kayenta Service Unit (KSU) issued in accordance with Federal Acquisition Regulation (FAR) Subpart 5.101 for ULTRASOUND SYSTEM. The purpose of this notice is to identify potential sources who are able to provide the identified products/service needed by the Kayenta Service Unit to meet agency’s identified requirements at the Kayenta Health Center, Highway 160, South of Mile Post 394.3, Kayenta, AZ 86033.

The Contractor shall provide the requested ULTRASOUND SYSTEM to the Indian Health Services as requested by the Kayenta Service Unit authorizing official.

General requirements:

The Contractor shall provide the following items:

  1. (1 EACH) L25100 SONOSITE PX ULTRASOUND SYSTEM
  2. L23119 TRANSDUCER, C5-1
  3. L23121 TRANSDUCER, IC10-3
  4. L22916 TRANSDUCER, L12-3
  5. L23972 TRANSDUCER, L 19-5
  6. L24087 TRANSDUCER, P5-1
  7. L25110 SONOSITE PX STAND
  8. L28623 SONOSITE POWERPARK
  9. SONOSITE INSTITUE FOR POC ULTRASOUND

The Government does not intend to make an award on the basis of the Sources Sought Notice or otherwise pay for the information provided herein.

Contract Date of Delivery: 12/31/2022.

The government will evaluate market information to ascertain potential market capacity to provide supplies with those described in this notice.

In accordance with the Buy Indian Act, 25 U.S.C. 47, the Indian Health Service shall give preference at all times, as far as practicable, to Indian economic enterprises.  If your firm is capable of providing the supplies and/or services described in this notice, complete the attached representation form and submit it along with the rest of the requested documents identified in this notice.

THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH WILL BE USED TO DETERMINE THE ACQUISITION STRATEGY SUCH AS INDIAN-OWNED

ENTERPRISE SET ASIDES: TOTAL SMALL BUSINESS SET ASIDE, ANY OTHER SOCIO-ECONOMIC SET ASIDE, OR UNRESTRICTED.

The Government requests interested parties submit a written response to this notice which includes:

  1. Company Name.
  2. Company DUNS number.
  3. Company point of contact, mailing address, and telephone and fax number(s), and website address
  4. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives.
  5. Date submitted.
  6. Applicable company GSA Schedule number or other available procurement vehicle.
  7. Business Size Standard of Company (i.e., small business, 8(a), woman owned, veteran owned, Native American owned, etc.)
  8. System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov/.

Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 07/30/2022, 7:00 pm Eastern Standard Time. All responses under this Sources Sought Notice must be emailed to Roxanne.Franklin @ihs.gov.

  • Original Set Aside: 
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 334510 – Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance: Kayenta , AZ 86033 USA

Full details via beta.sam.gov

B.L. Harbert International LLC, awarded $170M contract for the design and construction of a civil engineer squadron

B.L. Harbert International LLC, Birmingham, Alabama, was awarded a $170,658,638 firm-fixed-price contract for the design and construction of a civil engineer squadron, base contracting squadron, and U.S. Army Corps of Engineers complex. Bids were solicited via the internet with five received. Work will be performed at Tyndall Air Force Base, Florida, with an estimated completion date of Sept. 13, 2025. Fiscal 2020 military construction, Air Force funds in the amount of $170,658,638 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-22-C-0023).

B.l. Harbert International, L.L.C. is a taxpayer registed with Texas Comptroller of Public Accounts. The taxpayer number is #16312324169. The business address is 820 Shades Creek Pkwy Ste 3000, Birmingham, AL 35209. (www.opengovus.com

Sources Sought: Rescue tools, equipment, and accessories

This announcement is a Sources Sought (market research) Notice.  This is not a Request for Quote (RFQ) or Request for Proposal (RFP).  This announcement is for information and planning purposes only and is not to be taken as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.  The requirement is for various Rescue tools, equipment, and accessories.  The purpose of this sources sought notice is to determine interest and capability of potential qualified firms relative to the North American Industry Classification (NAICS) code 332216 Saw Blade and Handtool Manufacturing and the applicable size standard is 750.  If interested, please respond by 7/27/2022 at 5pm Eastern Standard Time.  See attached Salient characteristics Rescue tools_equipment_and accessories.

SUBMISSION REQUIREMENT FOR RESPONSES TO THIS SOURCES SOUGHT NOTICE:

1) Your intent to submit a quote for this requirement when it is formally advertised;

2) Name of firm with address, phone number, e-mail address, and point of contact

3) Cage code and Unique Entity ID#;

4) Size of firm including category of small business, such as 8(a), Women-Owned Small Business (WOSB), HUBZone, Small Disadvantaged Veteran Owned Small Business (SDVOSB); and

5) Statement of Capability stating your skills, experience, and knowledge required to perform the specific type of work. Firms responding to this sources sought notice, who fail to provide all of the required information requested, will not be used to assist the Government in the acquisition decision.

This announcement is a Sources Sought (market research) Notice.  This is not a Request for Quote (RFQ) or Request for Proposal (RFP).  This announcement is for information and planning purposes only and is not to be taken as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.  Firms responding to this sources sought notice, who fail to provide all of the required information requested, will not be used to assist the Government in the acquisition decision. NOTE: IF YOU DO NOT INTEND TO SUBMIT A QUOTE FOR THIS REQUIREMENT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT NOTICE.

  • Original Set Aside: 
  • Product Service Code: 
  • NAICS Code: 332216 – Saw Blade and Handtool Manufacturing
  • Place of Performance: Kapolei , HI 96707, USA

Full details via beta.sam.gov

Heffler Contracting Group awarded $13M task order for Bachelor Enlisted Quarters Building 634 repairs

Heffler Contracting Group,* El Cajon, California, is awarded a $13,229,114 firm-fixed-price task order (N6247322F4694) for Bachelor Enlisted Quarters Building 634 repairs at Marine Corps Air Station Yuma, Arizona. The work to be performed provides for essential repairs, restoring all rooms to current standards for finishes, mechanical, plumbing and lighting systems. Work will be performed in Yuma, Arizona, and is expected to be completed by January 2024. Fiscal 2022 operation and maintenance (Marine Corps) contract funds in the amount of $13,229,114 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was not competitively procured via the beta.sam.gov website, in accordance with Defense Federal Acquisition Regulation 16.505. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-20-D-1122).

Heffler Contracting Group is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #JWTPE4B6PWR8. The business address is 14608 Main St Ste C, Hesperia, CA 92345-3381, USA. The point of contact name is Patrick A Heffler. (www.opengovus.com

Sources Sought: Renovation of Building 1300

THIS IS A SOURCES SOUGHT NOTICE FOR FTQW 17-1015 RENOVATION OF BUILDING 1300 AT EIELSON AIR FORCE BASE, ALASKA.

The United States Air Force at Eielson Air Force Base, Alaska is seeking to identify interested offerors qualified to renovate approximately 4,600 square feet of the center living portion of building 1300. The facility was constructed in 1961 to be a Combat Alert Cell and approximately 25,126 square feet. The center core area is a three-story living space with two bays on each side of the core.  The center core improvements shall include new flooring, energy efficient windows, and exterior personnel doors, replacement of ceiling and wall finishes. The Contractor shall provide construction in accordance with THE Statement of Work (SOW).

In accordance with Federal Acquisition Regulation (FAR) 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated price is from $4,000,000 to $5,000,000. The anticipated North American Industry Classification System (NACIS) code is 236220, with a size standard of $39.5M. The Government is contemplating a Firm Fixed Price (FFP) contract.

If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to the Sources Sought or any follow up information requests. Respondents will not be notified for the results.

The information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency.

The following information is requested from interested offerors:

  • Business Name
  • Point of contact name, email, and telephone number.
  • Cage Code and DUNS number
  • Capabilities to perform and/or hire qualified personnel/subcontractors for this type of acquisition
  • Applicable business size i.e. large business, small business, SBA Certified 8(a) Program Participant, SBA Certified HUB Zone, Service Disabled Veteran Owned Business, Woman Owned Small Business

Interested offerors should send the above information via email to Chrissina Dural, chrissina.dural@us.af.mil and Kerry Kirby, kerry.kirby@us.af.mil. All correspondence sent via email shall contain a subject line that reads FTQW 17-1015, Renovation of Building 1300. Ensure only PDF type of files are included with your email, if applicable. All firms should be registered in the System for Award Management (SAM) located at http://www.sam.gov .

  • Original Set Aside: 
  • Product Service Code: Z2JZ – REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Eielson AFB , AK 99702 USA

Full details via beta.sam.gov

CYONE awarded $23M contract for a software-only solution to meet the Support to Targeting interoperability

CYONE,* Aberdeen, Maryland, was awarded a $23,492,705 firm-fixed-price contract for a software-only solution to meet the Support to Targeting interoperability, security, training, usability and data-management capabilities. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 19, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-22-D-0006).

Cyone Inc is a taxpayer registed with Texas Comptroller of Public Accounts. The taxpayer number is #32055066701. The business address is 4301 W William Cannon Dr Ste B150 C/O Pm, Austin, TX 78749. (www.opengovus.com

Sources Sought: Lease, Service and Supplies – Black & White Laser Printing Machines for IHS Elko Service Unit

The Indian Health Service, Southern Bands Health Center (SBHC), Elko Service Unit is looking to lease three (3) Black and White laser printers including maintenance, service and supplies. These will replace three existing copiers of similar capacity. The contractor will be required to remove and dispose of the existing equipment prior to or upon delivery and installation. Please see attached Statement of Work for requirement details.

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: W074 – LEASE OR RENTAL OF EQUIPMENT- OFFICE MACHINES, TEXT PROCESSING SYSTEMS, AND VISIBLE RECORD EQUIPMENT
  • NAICS Code: 423420 – Office Equipment Merchant Wholesalers
  • Place of Performance: Elko , NV 89801 USA

Full details via beta.sam.gov

140: Responsive leadership in providing innovative solutions to complicated problems – Michael Sanders

Michael V. Sanders is the Founder and CEO of Interactive Government Holdings, a global company serving defense and civilian agencies. Michael started IGH as a service-disabled, veteran owned small business in 2006 following his time in the U.S. Marine Corps.

He’s a graduate from Harvard Business School in 2018 and currently serves on the Veteran Institute for Procurement (VIP) Board to help veterans in the government contracting field. In 2020 and 2021 IGH was recognized with the U.S. Department of Labor’s Platinum Level HIRE Vets Medallion Award.

IGH’s humble start in government contracting was a $2,500 contract from Prince George’s County in Maryland. Under Michael’s leadership, today IGH is a global company serving defense and civilian agencies. Michael believes in using a progressive mix of data, technology and human capital strategies to help federal agencies maximize every dollar in order to advance their missions.

IGH’s successful growth received prominent attention when the company landed on the INC Magazine 500 List of Fastest Growing Companies for three consecutive years (2016 – 2018). It was second on the Vet50 2016 list of Fastest Growing Veteran-Owned Companies. In 2016, Michael was a finalist for the Ernst and Young Entrepreneurs of the Year.

Michael is committed to giving back to veterans and entrepreneurs. IGH was recognized in 2020 and 2021 with the U.S. Department of Labor’s Platinum Level HIRE Vets Medallion Award. Michael serves on the Veteran Institute for Procurement (VIP) Board to help veterans in the government contracting field. He also is on the Advisory Board for the Center for Government Contracting at George Mason University.

Let’s welcome our next Govcon Giant, Michael Sanders.

Conrad Shipyard LLC awarded $34M contract for the detail design and construction of two additional Yard, Repair, Berthing, and Messing craft

Conrad Shipyard LLC,* Morgan City, Louisiana, is awarded a $34,872,992 firm-fixed-price modification to previously awarded contract N00024-22-C-2253 for the detail design and construction of two additional Yard, Repair, Berthing, and Messing craft. Work will be performed in Amelia, Louisiana, and is expected to be completed by September 2024. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $34,872,992 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Conrad Shipyard, L.L.C. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #W1JVE3BNA7P1. The business address is 1501 Front St, Morgan City, LA 70380-3032, USA. The point of contact name is Rene J Leonard. (www.opengovus.com

Sources Sought: Medical Services Insurance Providers

The Federal Bureau of Prisons (BOP) is issuing sources sought notice to determine the availability of services offered by insurance providers as well as industry best practices related in procuring insurance coverage for health care services for  Federal offenders. They reside at private contract facilities, in home confinement, or when taken outside the state and local facilities for medical reasons. The BOP is looking to industry to provide input around health insurance as it investigates solutions that will:

  • Meet the required medical services stated in the attached draft PWS
  • Ensure that all location have health insurance coverage
  • Reduce administrative
  • Increase quality of service

Please see the attached RFI document  and draft PWS.

  • Original Set Aside:
  • Product Service Code: 
  • NAICS Code: 524114 – Direct Health and Medical Insurance Carriers
  • Place of Performance: USA

Full details via beta.sam.gov