Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2025 SAM #8537
SOURCES SOUGHT

70 -- Laptops and peripherals for life cycle replacement for Wagner IHS Healthcare Center.

Notice Date
4/9/2025 6:34:30 AM
 
Notice Type
Sources Sought
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
IHS-SS-25-1507473
 
Response Due
4/16/2025 10:00:00 AM
 
Archive Date
04/17/2025
 
Point of Contact
John Archambeau, Phone: 6053844857, Fax: 6053845701
 
E-Mail Address
john.archambeau@ihs.gov
(john.archambeau@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
Sources Sought: Laptop and Peripherals for life cycle replacement Sources Sought Notice Number: IHS-SS-25-1507473 This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service. This notice is intended strictly for market research to determine the availability of Indian Small Businesses Economic Enterprise (ISBEE), Indian Economic Enterprises (IEE), or Other Small Businesses. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 334118, Computer Terminal and Other Computer Peripheral Equipment Manufacturing. BACKGROUND To provide Laptops and peripherals for life cycle replacement. 2.1 OBJECTIVE DELL Purchase to replace existing DELL Workstations are end of life/end of support. Refresh and update EOL workstations that pose security risk. This Purchase is in line with GPA HW Life Cycle Replacement and DIS-SOP-06-11b. SCOPE The requested Dell brand equipment allows for continuity and compatibility with existing equipment, deployment software, and management systems. The purchase of other brands at this point would result in additional compatibility and security tests, increased learning curves, duplicate work efforts, increased training and administrative costs. The Dell equipment is being requested to replace current equipment as well as new equipment to support IHS Meaningful Use initiatives, which will allow staff to meet the mission of the agency. The Dell brand of common hardware allows IHS to operate the systems with higher availability and lower overall cost of ownership. For all systems, IT support staff are experienced with Dell computer configuration, images, installation, application patching, and trouble shooting. Dell has demonstrated the ability to provide a range of quality hardware, software, and service products with minimum paperwork from IHS. Parts, supplies, and accessories are interchangeable within product line currently in place. It is imperative that all workstations and servers be standardized in order to maintain adequate technical support, maintenance, interoperability of peripherals and components, and staffing. The Dell supplied replacement parts and technical support ensures compatibility of hardware and minimal down time for agency critical servers. The Dell hardware and warranty are available from multiple Dell partners. Other manufactures, though providing quality hardware, do not meet the needs of the government in areas of standard support, configuration, interoperability with hardware we currently have, and management. CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS (IF APPLICABLE) The Contractor shall perform the following tasks: TYPE OF ORDER This is a firm fixed price purchase order. ANTICIPATED PERIOD OF PERFORMANCE Period of Performance: 45 days from date of award PLACE OF PERFORMANCE Wagner IHS Healthcare Center, Wagner SD REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE IT specifications are as follows: Dell Mobile Precision Workstation 7680 32 GB RAM 512 GB SSD 16� touchy display Embedded Camera and Microphone BE600M1, APC Back?UPS DELL?WD22TB4, Dell Thunderbolt Dock (210?BEXB) DELL?WH3022, Dell Pro Stereo Headset, for MS Teams Dell Precision PAYMENT One-time payment in arrears after delivery Additional Information: Contractor is notified that the Government shall not authorize or release payment for food and beverage under this purchase order. Anticipated Period of Performance: Period of Performance: 45 days from date of award Capability Statement/Information: Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm�s own risk. The following information shall be included in the capability statement: 1. A general overview of the respondent�s opinions about the difficulty and/or feasibility of the potential requirement, and any information regarding innovative ideas or concepts. 2. Information in sufficient detail of the respondent�s (a) current capability and capacity to perform the work; (b) prior completed events of similar nature/size; (c) organizational experience and management capability; and (d) examples of prior completed Government contracts and other related information. 3. Documentation to be considered capable of fulfilling this requirement evidence of an Offerors ability to fully satisfy the requirements described above must be provided. 4. The respondents� DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) Pursuant to the North American Industry Classification System (NAICS) code: 334118, Computer Terminal and Other Peripheral Equipment Manufacturing, or comparable NAICS. 5. Any other information that may be helpful in developing or finalizing the requirements of the potential acquisition. 6. The capability statement shall not exceed 10 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, in either Microsoft Word or Adobe Portable Document Format (PDF), with 8-1/2 by 11 inch paper size, and 1 inch top, bottom, left and right margins. 7. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern�s name and address). Responses will be reviewed only by IHS personnel and will be held in a confidential manner. F. Closing Statement Point of Contact: John Archambeau, Purchasing Agent, at john.archambeau@ihs.gov Submission Instructions: Interested parties shall submit capability via email to John Archambeau, Purchasing Agent, at john.archambeau@ihs.gov. Must include Sources Sought Number IHS1507473 in the Subject line. The due date for receipt of statements is April 16, 2025, 12:00 p.m. Central Time. All responses must be received by the specified due date and time in order to be considered. This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS. IHS does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise as a result of a response to this notice or IHS�s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract 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 in SAM.gov. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5e0062c75c01483d86ab6b5efdb6b127/view)
 
Place of Performance
Address: Wagner, SD 57380, USA
Zip Code: 57380
Country: USA
 
Record
SN07403421-F 20250411/250409230101 (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.