This Sources Sought Notice is for the Navajo Area Indian Health Service (NAO), Office of Environmental Health and Engineering (OEHE) issued in accordance with FAR 5.101 for Dell PowerEdge R750 and Dell PowerEdge R640 servers and backup devices. The purpose of this notice is to identify potential sources who are able to provide the identified products needed by NAO- Office Environmental Health and Engineering (OEHE) to help meet agency mission. 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.
The Navajo Area Indian Health Service (NAIHS) is responsible for the delivery of health services to American Indians in portions of the states of AZ, NM, Utah (a region known as the four corners Area of the US.) The Agency mission is primarily responsible for healthcare to members of the Navajo Nation and Southern Band of San Juan Paiutes, but care to other Native Americans (Zuni, Hopi) is also provided. The Navajo Nation is the largest Indian tribe in the United States and has the largest reservation, which encompasses more than 25,000 square miles in Northeast Arizona, Northwest New Mexico, Southern Utah and Colorado, with three satellite locations in central New Mexico.
Description of Product: The Contractor shall provide the specified products:
- Dell PowerEdge R750 Server (210-AYCG) system with Warranty Support – QTY: 3 each
- Dell PowerEdge T640 Server (210-AMBC) System with Warranty Support, QTY: 10 each
- Dell PowerVault LTO-8 External Tape Backup (210-AOFT) System with Warranty Support – QTY: 3 each
- APC Smart-UPS SMT2200C UPS AC 110 120 127 V - 198kW - 2200 VA APC SmartConnect w Output Connectors (AAo30781)- QTY: 10 each
- SAS 12Gbps HBA External Controller CusKit (405-AAES) - QTY: 1 each
Delivery Time Frame: Within 120 days.
Place of Delivery: Navajo Area Office, Office of Environmental Health and Engineering, 272 Hwy 264, Window Rock, AZ 86515
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. ** Your company must an active authorized Dell Federal reseller. The Government will verify with Dell.
The Government requests interested parties submit a written response to this notice which includes:
- Company Name.
- Company DUNS number.
- Company point of contact, mailing address, and telephone and fax number(s), and website address
- 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.
- Date submitted.
- Applicable company GSA Schedule number or other available procurement vehicle.
- Business Size Standard of Company (i.e., small business, 8(a), woman owned, veteran owned, Native American owned, etc.
- System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov/.
- Geographic Coverage: Please identify the areas of the United States where your organization provides these services.
- 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.
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. NO QUESTIONS WILL BE ACCEPTED.
Primary POC:
Janice Martinez, Contract Specialist
Email: Janice.Martinez@ihs.gov
Telephone: 480-453-9349
Secondary POC:
Tanya Begay, Supervisory Contracting Officer Specialist
Email: Email: tanya.begay2@ihs.gov
Telephone: 928-674-7635