SOURCES SOUGHT: DENTAL SUPPLIES

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: Procurement of Various Dental Supplies

The Navajo Area Indian Health Service (NAIHS), Gallup Regional Supply Service Center (GRSSC) is seeking capable, 1) Native American Owned or Indian Economic Enterprise Small Businesses, or 2) any other Socio-Economic Small Businesses interested in providing the attached list of medical supplies to satisfy this requirement.

The anticipated period of performance will be for 2 weeks from the date of contract award.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339114 –  Dental Equipment and Supplies Manufacturing with a business size standard of 750.  
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) 12:00pm MST on August 26, 2022.

AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED:

  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 339114
  2. Fill out the attached IHS Buy Indian Act Indian Economic Enterprise Representation Form.
  3. A positive statement of your intention to submit a quote to an upcoming solicitation.
  4. Provide Unique Entity ID (UEI) number and CAGE Code.
  5. 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:

Lesley Roberts, Purchasing Agent

(505) 722-1149, lesley.roberts@ihs.gov

Place of Performance:

Gallup Regional Supply Service Center

2400 Fuhs Avenue, Bldg. No. 10

Gallup, NM 87301

Country: USA

THIS IS NOT A SOLICITATION.

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6520 – DENTAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339114 – Dental Equipment and Supplies Manufacturing
  • Place of Performance: Gallup , NM 87301 USA

Full details via beta.sam.gov

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

Service Contract for Phillips Radiology Devices

OBJECTIVE

To obtain maintenance and support of all Philips Medical Equipment throughout the VISN1 New England Healthcare System listed. The contractor shall provide parts, labor, preventive maintenance, and travel as required to maintain VISN 1 standards of medical equipment guaranteed uptime at 98% with a response time of 1 hour and onsite within 4 hours on various equipment. All equipment shall be maintained in proper operating condition as specified by the manufacturer, including but not limited to software and hardware updates.

[jetpack_subscription_form]

This site is protected by reCAPTCHA and Google Privacy Policy and Terms of Service apply.

Classification

  • Product Service Code: J065 – MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code: 334517 – Irradiation Apparatus Manufacturing
  • Place of Performance: 200 Springs Rd Bedford, MA , 01730

FULL details via beta.sam.gov


📌 Check out our RESOURCES page for a sample letter that we use in response to government market research.

Sources Sought: Hypersonic Technology Development

  • Product Service Code: J014 – MAINT/REPAIR/REBUILD OF EQUIPMENT- GUIDED MISSILES
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: Cambridge , MA 02139 USA

RESPONSE DEADLINE: Interested sources shall submit a capability package by the deadline provided in this notice (10 pages or less) containing: 1) Company Name and Address, 2) Company Point of Contact, 3) Email Address, 4) Phone Number, 5) specifics addressing the tasking listed below and company’s capability, 6) specifics addressing existing subject matter expertise of Strategic Weapon Systems Guidance and Reentry subsystems, 7)  related past performance and 8) general corporate information.  Facilities and citizen personnel must be U.S. citizens and possess a Secret Clearance or higher.  The prime contractor must also be International Traffic in Arms Regulations (ITAR) compliant.  In addition, prospective sources should be able to receive, generate, modify and store classified documentation.

[jetpack_subscription_form]

This site is protected by reCAPTCHA and Google Privacy Policy and Terms of Service apply.

Respondents should indicate which portions of their response are proprietary and should mark them accordingly.  Failure to provide a response does not preclude participation in any possible future competitive RFP for which a business is eligible to participate in, if any is issued.

REQUIREMENT: The work described under this Sources Sought Notice is entirely for the Strategic Systems Programs’ Conventional Prompt Strike Program. None of the work is for Trident II D5 Strategic Weapons System. The (previous) title of the Sources Sought Notice was a reflection of the contracting vehicle used, and is hereby updated. The United States is not pursuing nuclear hypersonic weapons.

Responses are due no later than Sep 05, 2020 05:00 pm EDT

FULL details via beta.sam.gov

📌 Check out our RESOURCES page for a sample letter that we use in response to government market research.

AccuProbe Reagents & Supply Kits

[jetpack_subscription_form]

This site is protected by reCAPTCHA and Google Privacy Policy and Terms of Service apply.

The VACHS has the need to purchase AccuProbe Reagents & Supply Kits & Instrumentation/Equipment (see list of items below). The intent is to find qualified businesses relative to the North American Industry Classification Code (NAICS) 325413 for In-Vitro Diagnostic Substance Manufacturing. You must be an authorized distributor of the products for the items of your submittal. You will be required to provide proof of designation or official letter from the manufacturer.

Potential sources are to respond by email only to Contract Specialist: Earl Johnson at EarlCI.Johnson@va.gov no later than August 27, 2020 at 4:00PM Eastern Time

Full details HERE.

📌 Check out our RESOURCES page for a sample letter that we use in response to government market research.

Laundry Chemicals – PVAHCS

Product Service Code: 3510 – LAUNDRY AND DRY CLEANING EQUIPMENT

The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 22 (NCO 22) is conducting a market survey and is seeking potential sources for the delivery and dispensing of laundry chemicals for the Phoenix Arizona VA Health Care System via a Base Plus Four Year Indefinite Delivery/ Indefinite Quantity (ID/IQ) contract.

[jetpack_subscription_form]

This site is protected by reCAPTCHA and Google Privacy Policy and Terms of Service apply.

PURPOSE: To provide all labor, material, tools, parts, equipment, operating and/or Technical/maintenance manuals, training, delivery, and accessories necessary to furnish and install washroom chemicals in the Carl T. Hayden, Veterans Administration Medical Center Laundry department. This project includes but is not limited to the following work elements; all labor, equipment, materials and incidentals to be furnished by the Contractor necessary to meet the terms and conditions of this contract.

Responses shall be submitted to shannon.mcniel@va.gov NLT August 31st, 2020 @ 1630 AZ time

Full details can be found in this LINK.

Check out our RESOURCES page for a sample letter that we use in response to government market research.