Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 02, 2022 SAM #7642
SOURCES SOUGHT

99 -- Director's Awards Ceremony Supplies

Notice Date
10/31/2022 10:06:42 AM
 
Notice Type
Sources Sought
 
NAICS
423940 — Jewelry, Watch, Precious Stone, and Precious Metal Merchant Wholesalers
 
Contracting Office
DIVISION OF ACQUISITIONS POLICY HQ ROCKVILLE MD 20857 USA
 
ZIP Code
20857
 
Solicitation Number
75H70423Q00003
 
Response Due
11/4/2022 9:00:00 AM
 
Point of Contact
Natasha Royal, Contract Specialist, Phone: 3014436687
 
E-Mail Address
natasha.royal@ihs.gov
(natasha.royal@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
INTRODUCTION This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified sources that are Indian Small Business Economic Enterprise (ISBEE) or Indian Small Business Firm set-aside and the associated NAICS 423940; and (3) their size classification relative to the North American Industry Classification System (NAICS) code, 423940, for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition set-aside. BACKGROUND The Indian Health Service (IHS), an agency within the Department of Health and Human Services, is responsible for providing federal health services to American Indians and Alaska Natives. The provision of health services to members of federally-recognized tribes grew out of the special government-to-government relationship between the federal government and Indian tribes. This relationship, established in 1787, is based on Article I, Section 8 of the Constitution, and has been given form and substance by numerous treaties, laws, Supreme Court decisions, and Executive Orders. The IHS is the principal federal health care provider and health advocate for Indian people and its goal is to raise their health status to the highest possible level. The IHS provides a comprehensive health service delivery system for American Indians and Alaska Natives who are members of 566 federally recognized Tribes across the U.S. The Indian Health Service (IHS). The IHS Director's Awards Ceremony serves to recognize those individuals or groups of employees whose special efforts and contributions, beyond regular duty requirements, have resulted in significant benefits to IHS programs, priorities, or customers and fulfillments of the IHS mission. The Government requires the items outlined in the attached document such as crystal awards and colored medallions in support of the Indian Health Service awards program. RESPONSE INFORMATION THE CAPABILITLY STATEMENT MUST CLEARLY DEMONSTRATE THE CONTRACTOR�S EXPERTISE AND EXPERIENCE WITH THE REQUIREMENTS CONTAINED IN THE SUPPLY ITEM DESCRIPTION DOCUMENT. The capability statement shall sufficiently address if the contractor can provide the items listed In the attached Supply Item Description. In particular, responses SHALL ADDRESS EACH OF THE FOLLOWING INFORMATION to be considered a complete and compliant response. Contractor�s technical knowledge, understanding, and competence related to the requirements. Contractor�s recommended approach to perform the work. Contractor�s past performance and experience.� INSTRUCTIONS TO INDUSTRY Indian Small Business Economic Enterprises (ISBEEs) and other than small Indian Economic Enterprises (IEEs) are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company�s capability, experience, and ability to effectively and efficiently perform the objectives described in the SOW. The Government requests interested parties submit a written response to this notice which includes: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, and telephone number(s), and website address d. 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. e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Company�s System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov/. 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. 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 solicitation/synopsis 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).� Questions must be submitted via e-mail as directed below, no later than 12:00 p.m. (EST) on November 2, 2022. Responses/Capability Statements must be submitted via email, no later than 12:00pm EST on November 4, 2022.� Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for this submission is fifteen (10) pages. Interested parties shall submit their response to this notice to the individuals listed below in order to be considered compliant.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/09c92ea79de7457c8bd2aab63f7f2dcf/view)
 
Record
SN06506476-F 20221102/221031230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.