SOURCES SOUGHT: Chiller HVAC Unit Repair Service

SOURCES SOUGHT NOTICE

******************************************************************************

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR QUOTE

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

******************************************************************************

Project: Chiller HVAC Unit Repair Service

Tracking Number: IHS1457503

The Indian Health Service (IHS), Four Corners Regional Health Center (FCRHC), located at US Hwy 160 & Route 35, Red Mesa, Teec Nos Pos, Arizona is seeking capable, 1) Native American Owned Small Business or Indian Economic Enterprise Small Business, or 2) any other Socio-Economic Small Businesses interested in providing the resources to satisfy this requirement for Chiller HVAC Unit Repair Service, to FCRHC located in Red Mesa, AZ. The anticipated period of performance will be for six (6) continuous months from the Date of Award.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238220 – Plumbing, Heating, and Air-Conditioning Contractors with a small business size standard of $16.5 million.

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 required documents.

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.

NOTE: If this requirement is set-aside, FAR 52.219-14 (DEVIATION 2019-01) Limitations on Subcontracting will apply; similarly-situated entity description applies. This clause requires that the concern perform at least 50 percent (50%) of the cost of the contract, not including the cost of materials, with its own employees.

Submission Instructions:

All interested sources must submit a capabilities package to the primary point of contact listed below, no later than (NLT) 5:00 pm MST on August 11, 2022.

AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED:

  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning Contractors
  2. Fill out the attached IHS Buy Indian Act Indian Economic Enterprise Representation Form.
  3. If Non-Indian, indicate firm’s size – small or other-than-small; and other socio-economic program participation such as small-disadvantaged, 8(a)-certified, HUBZone, SDVOSB, and/or WOSB/EDWOSB.
  4. A positive statement of your intention to submit a quote to an upcoming solicitation as a prime contractor.
  5. Provide SAM UEI Number and CAGE Code.

All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested qualified Buy-Indian parties. If adequate interest is not received from Buy-Indian concerns, the solicitation may be issued as another type of set aside or unrestricted without further notice.

Point of Contact:

Juliana Jim-Johnson, Purchasing Agent

(505) 368-6291, juliana.jim-johnson@ihs.gov

Cornelius Tsipai, Contract Specialist

(505) 368-6087, cornelius.tsipai@ihs.gov

Place of Performance:

Four Corners Regional Health Center

US Hwy 160 & Route 35 – Red Mesa

Teec Nos Pos, Arizona 86514

Country: USA

THIS IS NOT A SOLICITATION.

  • Original Set Aside: 
  • Product Service Code: L041 – TECHNICAL REPRESENTATIVE- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance: Shiprock , NM 87420 USA

Full details via beta.sam.gov

Robertson Produce awarded $44M contract for fresh fruit and vegetables

Robertson Produce of Mississippi LLC, Clinton, Mississippi, has been awarded a maximum $44,887,500 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruit and vegetables. This was a competitive acquisition with three responses received. This is a four-year six-month contract with no option periods. The ordering period end date is Feb. 6, 2027. Using customers are Army, Navy, Air Force, Coast Guard and U.S. Department of Agriculture schools and reservations. Type of appropriation is fiscal 2022 through 2027 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-22-DP385).

Robertson’s Produce LLC is a taxpayer registed with Texas Comptroller of Public Accounts. The taxpayer number is #32072227039. The business address is 1005 E Fm 772, Riviera, TX 78379.(www.opengovus.com

SOURCES SOUGHT: Dietitian And Food Service Worker

THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The 99th Contracting Squadron, Nellis AFB, is conducting a MARKET SURVEY to determine the interest and capability of sources to provide a dietitian and food service worker for the Mike O’Callaghan Military Medical Center (MOMMC) located at Nellis Air Force Base, Las Vegas,  NV in accordance with the DRAFT PWS (Performance Work Statement).

The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in furnishing all labor, supplies, materials, supervision, transportation, equipment, and all else required to provide the above mentioned service.

Request interested firms respond to this notice and provide the following:

(a) FIRM’S INFORMATION [name, address, phone number, CAGE code];

(b) FIRM’S INTEREST to qualify [e.g., prime contractor, teaming partner, joint venture, primary subcontractor];

(c) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]

(d) CONTRACT VEHICLE Will services be quoted using open market pricing or some type of pre established contract vehicle (GSA, etc.)

(e) CAPABILITY STATEMENT   Interested contractors are to provide a history of relevant experience identified by contract number, dollar amount, point(s) of contact with telephone numbers, email addresses and in what capacity (e.g., prime, subcontractor, etc.) the work was performed. Interested contractors are also welcomed and encouraged to provide comments on the attached DRAFT PWS that they think will help better define the requirement.

Interested Contractors are to provide the above information to the points of contact listed herein.  Information submitted shall be in sufficient detail for a decision to be made based on the criteria previously mentioned. Responses shall be limited to six (6) pages. Email responses to the individual Point of Contact (POC) listed below.

This request for information (RFI) notice is issued for planning purposes only. This is not a Request for Proposal (RFP).  Responses to this notice will assist the Government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the Government to award a contract, issue a solicitation, or pay for any proposal preparation costs.

Note: It is highly recommended that prospective contractors be registered in the System for Award Management (SAM) database as registration is required for the contract awardee.  Registration requires applicants to have a Commercial and Government Entry Code (CAGE) and Data Universal Numbering System (DUNS) number from Dun and Bradstreet.  Registration usually takes up to five (5) days to process.  Recommend registering immediately in order to prevent any delays.

Responses to this announcement are due no later than 4:00 PM (PST) on Wednesday August 10, 2022.  Primary POC is Stephen Colton at (702) 652-8450;  (702) or email: stephen.colton@us.af.mil

  • Original Set Aside: 
  • Product Service Code: Q999 – MEDICAL- OTHER
  • NAICS Code: 621399 – Offices of All Other Miscellaneous Health Practitioners
  • Place of Performance: Nellis AFB , NV 89191 USA

Full details via beta.sam.gov

Hensel Phelps Construction Co. awarded $76M contract for construction of a headquarters building and a utilities area building

Hensel Phelps Construction Co., Orlando, Florida, was awarded a $76,237,000 firm-fixed-price contract for construction of a headquarters building and a utilities area building. Bids were solicited via the internet with eight received. Work will be performed at Cape Canaveral Space Force Station, Florida, with an estimated completion date of April 14, 2025. Fiscal 2021 other procurement, Air Force funds in the amount of $76,237,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-22-C-0024). (Awarded July 29, 2022)

Hensel Phelps Construction Co. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #H1KPDZLCMNR8. The business address is 12121 Grant St, Thornton, CO 80241-3535, USA. The point of contact name is Allan Bliesmer.(www.opengovus.com

SOURCES SOUGHT: Windows Replacement

This is a Sources Sought Notice and does not constitute a formal request for quotation, bids, or proposals.  The purpose of this notice is for market research and to identify any potential businesses that are interested in performing the work in accordance with the attached Statement of Work (SOW).

After review of the responses to this sources sought, a solicitation announcement may be published.  Responses to this sources sought notice are not considered adequate responses for a solicitation announcement.  Responses to this notice are due by 10 August 2022 at 11:00AM Alaska Time.  Responses shall be sent to the points of contact below.  Telephone responses are unacceptable.  If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this notice.  Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.  The NAICS code for this requirement is 236220 with a small business size standard of $39.5M.

Primary Contact: MSgt Cheyenne Youngbird, cheyenne.youngbird.1@us.af.mil
Alternate Contact: SMSgt Jeffery Porter, jeffery.porter.4@us.af.mil

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1JZ – CONSTRUCTION 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

Manson Construction Co. awarded $16M contract for dredging the Mississippi River

Manson Construction Co., Seattle, Washington, was awarded a $16,434,000 firm-fixed-price contract for dredging the Mississippi River. Bids were solicited via the internet with three received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of June 27, 2023. Fiscal 2022 civil operation and maintenance funds in the amount of $16,434,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-22-C-0039).

Manson Construction Co. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #UJGKNVYG6UZ3. The business address is 5209 E Marginal Way S, Seattle, WA 98134-2409, USA. The point of contact name is Jeffrey Arviso.(www.opengovus.com

SOURCES SOUGHT: Blood Type Testing Supplies

A sources-sought is a market research tool being used to determine availability and adequacy of potential business sources prior to determining the method of acquisition. The intent of this sources-sought notice is to conduct market research to determine if responsible sources exist by determining if this effort can be successfully competed and/or set-aside for small businesses. The proposed North American Industry Classification System (NAICS) Code is 325413 – In Vitro Diagnostic Substances, Reagents, Test Kits and Sets, with a corresponding size standard of 1,250 employees. The government will use this information to determine the best acquisition strategy for this procurement. The government is interested in all large and small businesses to include 8(a), Service-Disabled Veteran-Owned, HubZone, and Women-Owned small business concerns.

The Regional Health Contracting Office – Central (RHCO-C), Fort Bliss, Texas, is seeking a five-year (base with four options – 1 October 2023 through 30 September 2028) contract for blood type testing supplies that includes lease of analytic equipment to use those supplies.  Contractor shall furnish all parts, labor, equipment, materials, travel, and transportation to perform this contract (See attached draft of purchase description (PD)).

Upon review of industry response to this sources-sought synopsis, the government will determine the solicitation strategy. The government intends to solicit and award a contract for blood type testing supplies. A response to this sources-sought synopsis will not be considered an adequate response to any forthcoming solicitation announcement.

There is no solicitation available at this time.

SUBMISSION REQUIREMENTS: It is requested that interested businesses submit to the contracting office a brief capabilities statement. This documentation shall address, at minimum, the following: 1) Written narrative of Contractor’s capability to provide blood type testing supplies and related analytic equipment; 2) Commercial and Government Entity (CAGE) Code; 8(a) business, HUB Zone small business, small disadvantaged business, woman-owned small business, veteran-owned small business, or Service disabled veteran owned small business; and 3) Point of Contact information to include name, email address, telephone and fax numbers.

ALL QUESTIONS MUST BE SUBMITED NO LATER THAN 10:00 AM MOUNTAIN TIME TUESDAY, 9 AUGUST 2022. SUBMISSIONS MUST BE RECEIVED NO LATER THAN 10:00 AM MOUNTAIN TIME THURSDAY, 11 AUGUST 2022. RESPONSES SHALL BE SENT ELECTRONICALLY TO troy.a.loge.civ@mail.mil.

The government WILL NOT debrief the results of the survey. All information submitted will be held in a confidential manner and will only be used for the above stated purpose.

  • Original Set Aside: 
  • Product Service Code: 6550 – IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS
  • NAICS Code: 325413 – In-Vitro Diagnostic Substance Manufacturing
  • Place of Performance: Fort Bliss , TX 79918 USA

Full details via beta.sam.gov

J&J Worldwide Services awarded a $42M contract to perform operation and maintenance at Brooke Army Medical Center

J&J Worldwide Services, Austin, Texas, was awarded a $42,093,889 firm-fixed-price contract to perform operation and maintenance with incidental repair and minor construction at Brooke Army Medical Center. Bids were solicited via the internet with five received. Work will be performed at Fort Sam Houston, Texas, with an estimated completion date of July 29, 2022. Fiscal 2022 Defense Health Program funds in the amount of $13,530,033 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-22-C-0027).

J&j Worldwide Services Limited is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #RGNAU3QKJBE6. The business address is Mazars LLP The Pinnacle, 160 Midsummer Boulevard, Milton Keynes, Buckinghamshire MK9 1FF, GBR. The point of contact name is Courtney C Uhr.(www.opengovus.com

SOURCES SOUGHT: Landscape Services

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR QUOTES/PROPOSALS OR AN INVITATION FOR BIDS.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for quotations or proposals.  Submission of any information in response to this market survey is purely voluntary and will be used only for market research purposes to determine availability of sources, commerciality, and competitive strategy.  The government assumes no financial responsibility for any costs associated with any response to this notice as incurred by prospective contractors.

******************************************************************************

Project Title: Landscaping Services

Tracking Number: IHS1448365

The Indian Health Service (IHS), Gallup Service Unit, Tohatchi Healthcare Center located in/at 07 Chooshgai Drive, Tohatchi, NM 87325 is seeking capable sources for landscaping services to include cutting down or trimming trees and shrubs, weeding and raking up leaves and debris.

The anticipated period of performance is August 15, 2022 through August 14, 2023 with one one-year option period.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561730 Landscaping Services with a small business size standard of $8.5 million.  

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.

NOTE: If this requirement is set-aside, FAR 52.219-14 (DEVIATION 2019-01) Limitations on Subcontracting will apply; similarly-situated entity description applies. This clause requires that the concern perform at least 50 percent (50%) of the cost of the contract, not including the cost of materials, with its own employees.

SUBMISSION INSTRUCTIONS:

All interested sources must submit a capabilities package to the primary point of contact listed below, no later than (NLT) 10:00 am MDT on August 8, 2022.

AT A MINIMUM, THE FOLLOWING INFORMATION MUST BE SUBMITTED TO THE POC LISTED IN THIS NOTICE:

  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 561730, Landscaping Services
    1. If the proposed NAICS is not the customary or applicable NAICS relative to the needs description, include your firm’s proposed NAICS and rationale for the different NAICS.
  2. Fill out the attached IHS Buy Indian Act Indian Economic Enterprise Representation Form.
  3. If Non-Indian, indicate firm’s size – small or other-than-small; and other socio-economic program participation such as small-disadvantaged, 8(a)-certified, HUBZone, SDVOSB, and/or WOSB/EDWOSB
  4. A positive statement of your intention to submit a quote to an upcoming solicitation as a prime contractor.
  5. Provide firm’s UEI Number.
  6. Evidence of recent (within the last five years) experience with work similar in type and scope to include:
    1. Contract Numbers
    2. Project Titles
    3. Dollar Amounts
    4. Percent and complete description of work self-performed.
    5. Customer points of contact with current telephone number and email address.

All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested qualified Buy-Indian parties. If adequate interest is not received from Buy-Indian concerns, the solicitation may be issued as another type of set aside or unrestricted without further notice.

Point of Contact:

Misty Billy, Contract Specialist

Misty.Billy@ihs.gov

505-399-0177

Place of Performance:

Tohatchi Health Center

07 Chooshgai Drive

Tohatchi, NM 87325

 

THIS IS NOT A SOLICITATION.

  • Original Set Aside: 
  • Product Service Code: 
  • NAICS Code: 561730 – Landscaping Services
  • Place of Performance: Tohatchi , NM 87325 USA

Full details via beta.sam.gov