SOURCES SOUGHT: Logistical Support Services – Basic Life Support

GENERAL INFORMATION:

Product Service Code (PSC): R706 – Support- Management: Logistics Support
North American Industry Classification System (NAICS) code: 561210 – Facilities Support Services

Places of Performance:
vicinity of Merced County Castle Airport
Atwater, California, 95301
MGRS 10SGG 16309 37949
And
Inyokern Airport
Inyoker, CA 93527
Contract Type: Single Award, Firm Fixed Price (FFP)

 

REQUEST FOR INFORMATION (RFI) (ONLY): The 905th Contracting Battalion issues this RFI for Logistical Support Services for information and planning purposes and does not constitute a Request for Quote (RFQ). A solicitation is currently not available. Request for a solicitation will not receive a response. This RFI does not constitute a commitment, by the United States (US) Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary. The US Government will not pay for information requested nor compensate any respondent for any cost incurred developing information provided to the US Government. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. Any solicitation will be synopsized on Sam.gov (www.sam.gov) if any is issued. Potential offers are responsible to monitor Sam.gov (www.sam.gov) for additionally information pertaining to this requirement.

The 905th Contracting Battalion is exploring options for Contractor performance for Logistics Support providing non-personal services for Base Life Support (BLS) in the vicinity of Merced County Castle Airport. The estimated period of performance if a solicitation is issued is 20 April -20 May 2023.

BLS consist of the following.

    • Tent Support
    • Portable Shower Trailers w/ sinks
    • Potable Water/Gray Water Support
    • Generator/ECUs
    • Power Distribution
    • Portable Toilets and Hand Washing Stations
    • Portable Light Sets
    • Dumpster, Trash Can, and Bulk Trash Removal
    • Tables/Chairs/Cots
    • Mobile Refrigeration Trailer
    • All associated supplies to ensure the above mentioned meets contracted requirements

Berry Amendment Compliance: The contractor shall provide certification of Berry Amendment Compliant items when the overall leased value of the items are $150,000.00 or greater. If the overall leased value is less than $150,000.00, the contractor shall provide the leased value of the items on company letterhead certifying the leased amount.

The results of this RFI will determine if an Official Solicitation will be issued within the coming days.

Offerors who have the potential capacity to perform and or all of these contract services, please provide the following information.

1. Offeror name, address, email address, telephone number, size and type of ownership of the offeror.

2. Capabilities statements addressing the particulars of this effort. Include all services mentioned above that are able to be performed.

3. Provide Unique Entity ID (UEID)

4. Type of Small Business if applicable

5. Is your company considered a small business under the NAICS code identified under this RFI? If not, is your company considered small under a related NAICS code?

 

SUBMISSION INSTRUCTIONS: Interested parties, who consider themselves qualified to perform the above listed services, are hereby invited to submit a response to this Sources Sought Notice no later than, Wednesday, 18 Jan 2023 at 10AM Eastern Standard Time. All responses under this Sources Sought Notice must be emailed to the following points of contact.

Points of Contract

jermaine.t.sharples.mil@socom.mil

daniel.b.pitts.mil@socom.mil

susana.martinez.mil@socom.mil

mary.e.matthews.mil@socom.mil

  • Original Set Aside: 
  • Product Service Code: R706 – SUPPORT- MANAGEMENT: LOGISTICS SUPPORT
  • NAICS Code: 561210 – Facilities Support Services
  • Place of Performance: Atwater , CA 95301 USA

 

Full details via beta.sa.gov

SOURCES SOUGHT: Preventative Maintenance for Elevator Service

This Sources Sought Notice is for the Navajo Area Indian Health Service, Pinon Health Center issued in accordance with FAR 5.101. The purpose of this notice is to identify potential sources for providing elevator maintenance services at the Pinon Health Center.  This notice does not commit the Government to issue a solicitation or make an award OR to prelude a solicitation expected to be issued from closure of notice.

Pinon Health Center is associated with Chinle Service – Indian Health Service in the Heart of the Navajo Reservation – Northern Arizona. We provide medical care for approximately 11,000 Navajo. Serving a rural area, many of our patients travel 100 miles round trip to receive care and do not have electricity or running water in their homes. And, most of our elderly patients speak only Navajo, and live according to traditional Navajo cultural practices. The services offered are: Outpatient Primary Care, Dietary & Community Nutrition, Health Promotions, Native Medicine, Women’s Health, Pharmacy, Optometry, Dental, PT, Counseling, Speech Pathology, Podiatry, Lab, X-Ray, Public Health Nursing. We live in one of the most scenic areas of the country, and offer almost unlimited opportunities for outdoor recreational activities within a few hours away.

Description of Services: The Contractor shall provide elevator maintenance service on a quarterly basis.

Duration of Requirement:  January 1, 2023 to December 31, 2023

Place of Performance: Pinon Health Center

Navajo Route 4

Pinon, AZ 86510

Instructions to Industry: All capable parties are encouraged to respond. Responses must directly demonstrate the company’s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Generic capability statements are not sufficient and will not be considered compliant with the requirements of this notice.

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

  1. Company Name.
  2. Company SAM Unique Entity Identifier (UEI) number.
  3. System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov .
  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, etc.).
  8. Capability Statement: Detailed capability statement addressing the company’s qualifications and ability to provide the requirements listed herein, with appropriate and specific documentation supporting claims of recent organizational and staff capability to support this requirement.  If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
  9. Geographic Coverage: Please identify the areas of the United States where your organization provides these services.
  10. References: Provide a list of all private industry or government contracts for similar services that you have performed within the last 3 years. Please include the customers’ contact names, addresses, telephone number, dollar value of contract, and brief description of the services provided on the contract.
  11. Qualification: Technician must have certification to perform elevator maintenance services.
  12. If American Indian/Native American owned small business, then complete attached IEE Representation form.

 

Disclaimer and Important Notes:  This notice does not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government’s use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality:  No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).  Responses must be submitted via email to the Primary POC no later than specified closing date. 

**NO QUESTIONS WILL BE ACCEPTED.

Attachments:

-IEE Representation form

Primary POC:

Whitney Shorty, Contract Specialist

Whitney.Shorty@ihs.gov

(928) 725-9806

  • Original Set Aside:
  • Product Service Code: J039 – MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT
  • NAICS Code: 561210 – Facilities Support Services
  • Place of Performance: Pinon , AZ 86510 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Medical Facilities Support Services Generation III Sources Sought

This notice is open for responses from both small and other than small businesses and responses will be utilized to determine if this requirement, or a portion of this requirement, can be set-aside for small businesses in accordance with Federal Acquisition Regulation Subpart 19.5. The U.S. Army Corps of Engineers, Engineering and Support Center in Huntsville, Alabama (CEHNC) is seeking to identify qualified firms and intends to solicit and award contracts in support of the Department of Defense (DoD) and other designated Federal agencies. Contractors will be required to provide medically related project and program Medical Facilities support services including general project support services, facility operations & maintenance support, facility support services, project development services, quantity verification and analysis services, commissioning, occupancy support services, and facilities system. Contractors must be capable to provide services to Government installations and facilities throughout the Continental United States to include Hawaii, US Territories, and possessions; and outside the Continental United States to include Bahrain, Belgium, Cambodia, England, Country of Georgia, Germany, Ghana, Greece, Guantanamo Bay (Cuba), Honduras, Italy, Japan, Kenya, Korea, Peru, Philippines, Portugal (Lajes, Azores), Singapore, Spain, Thailand, and Turkey.

  • Original Set Aside:
  • Updated Response Date: Nov 23, 2021 12:00 pm CST
  • Product Service Code: R499 – SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code: 561210 – Facilities Support Services
  • Place of Performance: USA

Full details via beta.sam.gov