Sources Sought: Provide dental piezoelectric scaler for the Indian Health Service (IHS) Great Plains Area (GPA) Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, South Dakota.
Sources Sought Notice Number: IHS1506570
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 Economic Enterprises (IEE).
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 339112 – Surgical and Medical Instrument Manufacturing.
1.0 BACKGROUND
The Indian Health Service (IHS), Great Plains Area (GPA), Woodrow Wilson Keeble Memorial Health Care Center plans to identify potential sources to provide dental piezoelectric scaler.
2.0 OBJECTIVE
The primary objective of this sources sought notice is to provide dental piezoelectric scaler for dental services at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC).
3.0 SCOPE
Contractor shall provide to the Great Plains Area Indian Health Service, hereafter referred to as the Government, with a dental piezoelectric scaler described in this statement of work within 90 days of award of contract.
4.0 CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS:
Refer to Statement of Work and Specifications.
5.0 TYPE OF ORDER This is a sources sought notice for firm-fixed-price type contract.
6.0 ANTICIPATED PERIOD OF PERFORMANCE Period of Performance: within 90 days of award.
7.0 PLACE OF PERFORMANCE Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) 100 Lake Traverse Drive Sisseton, South Dakota 57262
8.0 TOUR OF DUTY: Deliveries: MON - FRI 8:00 a.m. - 4:30 p.m. CST
9.0 PAYMENT
INVOICE SUBMISSION AND PAYMENT In compliance with the Office of Management and Budget (OMB) M-15-19 memorandum Improving Government Efficiency and Saving Taxpayer Dollars Through Electronic Invoicing directing Federal agencies to adopt electronic invoicing as the primary means to disburse payment to vendors. Invoices submitted under any award resulting from this solicitation will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests. IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury’s Bureau of the Fiscal Service, in partnership with the Federal Reserve Bank of St. Louis (FRSTL). Respondents to this solicitation are encouraged to register an account with IPP if they have not already done so. If your organization is already registered to use IPP, you will not be required to re-register, however, we encourage you make sure your organization and designated IPP user accounts are valid and up to date. The IPP website address is: https://www.ipp.gov. If you require assistance registering or IPP account access, please contact the IPP Helpdesk at (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov.
10.0 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.Company name, address, email address, website address, telephone number, and business size (i.e.,small business, 8(a), woman owned, veteran owned, etc.) and type of ownership for theorganization.
2.Company Point of Contact’s Name, telephone number, and e-mail address. Company POC shallhave the authority and knowledge to clarify responses.
3.System for Award Management (SAM) Unique Entity Identifier (UEI) number, expiration, andregistration status. All respondents must register on the SAM located at http://www.sam.gov .
4.Applicable company GSA Schedule number or other available procurement vehicle.
5.Capability Statement: Detailed capability statement addressing the company’s qualifications andability to provide the requirements listed in the Performance Work Statement, with appropriate andspecific documentation supporting claims of recent organizational and staff capability to support
PAYMENT
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.
6. Experience: Provide a list of 3-5 private industry or Government contracts for the same
services that you have performed within the last 3 years. For each contract, include the
company’s Point of Contact’s name, email address, telephone number, dollar value of contract,
and description of the services provided on the contract. The Government may contact these
entities to conduct past performance checks. Reference letters accepted.
7. Staffing Levels: Provide evidence your company has adequate levels of qualified
healthcare provider staff to meet the Qualifications and Requirements listed in the
Performance Work Statement (PWS).
8. Staffing Capability: Provide the last time you successfully placed a provider in a contract
position. Provide detailed information such as name, email address, telephone number, dollar
value of contract, and description of the services provided on the contract.
9. Technical Capability: Provide a response to how the company will respond to staff
shortages /absenteeism / replacement in providing services.
10. If American Indian/Native American owned small business, then complete attached
IEE Representation form.
11.0 Closing Statement
Point of Contact: Mona Weinman, Contract Specialist, Email: mona.weinman@ihs.gov
Submission Instructions: Interested parties shall submit capability via email to mona.weinman@ihs.gov, Contract Specialist. Must
include Sources Sought Number IHS1506570 in the Subject line. The due date for receipt of statements
is July 31, 2024, 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.
The Contractor must provide only new equipment and new parts for the required products described
herein; no used, refurbished, or re-manufactured equipment or parts shall be provided under any
circumstances. Absolutely no Gray Market Goods or Counterfeit Electronic Parts shall be provided.
Gray Market Goods are defined as genuine branded goods intentionally or unintentionally sold outside
of an authorized sales-territory or by non-authorized dealers in an authorized territory. All equipment
shall be accompanied by the Original Equipment Manufacturers (OEM's) warranty. Counterfeit
Electronic Parts are defined as unlawful or unauthorized reproduction, substitution, or alteration that
has been knowingly mis-marked, misidentified, or otherwise misrepresented to be an authentic,
unmodified electronic part from the original manufacturer, or a source with the express written
authority of the original manufacturer or current design activity, including an authorized aftermarket
manufacturer. Unlawful or unauthorized substitution includes used electronic parts represented as
new, or the false identification of grade, serial number, lot number, date code, or performance
characteristics.