Skip to main content

An official website of the United States government

You have 2 new alerts

CROW SERVICE UNIT CHEMISTRY ANALYZER LEASE AND SUPPLY SOURCES SOUGHT

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jul 03, 2024 01:28 pm MDT
  • Original Response Date: Jul 15, 2024 02:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 30, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
  • Product Service Code: W065 - LEASE OR RENTAL OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Crow Agency , MT 59022
    USA

Description

SOURCES SOUGHT NOTICE

This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable.

The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs), Indian Economic Enterprises (IEE), and any other category of vendor capable of performing the below Indian Health Services (IHS) requirement. Any vendor responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (attached).

Consistent with the revised Buy Indian Act, HHS/IHS adopted the definition of an Indian Economic Enterprise (IEE) set forth in 48 CFR 1480.201.  This definition includes the following requirement, amongst others:  “the Indians or Indian Tribes must, together, receive at least a majority of the earnings from the contract.”. 

Instructions for submission are outlined further below.

DEFINITIONS

INDIAN ECONOMIC ENTERPRISE (IEE):

Any business activity owned by one or more Indians, Federally Recognized Indian Tribes, or Alaska Native Corporations provided that:

  • The combined Indian, Federally Recognized Indian Tribe or Alaska Native Corporation ownership of the enterprise constitutes not less than 51%;
  • The Indian, Federal Recognized Indian Tribes, or Alaska Native Corporations must, together, receive at least 51% of the earnings from the contract; and
  • The management and daily business operations must be controlled by one or more individuals who are Indians.

DESCRIPTION OF REQUIREMENT

Laboratory Chemistry Analyzer Lease and Supply

NAICS:

532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing

Small Business Size Standard:  $40. Million

Duration:

One (1) Year with Four (4) Option Years

Unique Requirements:

The contractor must provide a Chemistry analyzers on a cost per reportable test agreement, that meets the following requirements for Crow/Northern Cheyenne Hospital.

The contractor shall provide the government with chemistry analyzer services on a cost per test/cost per reportable result basis. The cost per test/per reportable basis must include all necessary equipment, reagents, 24/7 technical/specialist support, equipment maintenance and repair or replacement and training. All items and services shall be provided in accordance with all federal, state, local laws, and regulations, manufacturers recommended standards, commercial requirements.

INSTRUCTIONS TO INDUSTRY:

ISBEEs are highly encouraged to respond to this notice. However, firms must also understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. To be considered a capable source, responses must directly demonstrate the company’s capability, experience, and ability to provide services as shown below.

Your response must include but is not limited to the following:

  • Number of years of experience in providing this requirement. 
  • List of past jobs/contracts of providing this requirement.
  • Demonstrate how your company meets the definition for Indian Economic Enterprise (IEE) in consideration to this requirement.
  • Demonstrate how your company will receive at least 51% of the earnings from the awarded contract.
  • If identifying a partnership with a subcontractor that is a similarly situated entity, demonstrate how together with the subcontractor you will receive a combined 51% of the earnings from the contract.
  • If identifying a partnership with a subcontractor that is NOT a similarly situated entity, demonstrate how you will receive 51% of the earnings from the contract.
  • Demonstrate how the prime IEE, or together with the subcontractor, will conduct management and daily operations to be controlled by one or more individuals who are Indians.

Failure to address these items in your capability statement could exclude your firm from being determined a capable IEE/ISBEE source.

SUBMISSION

Interested parties capable of performing the required services may submit a response via email to: Johnna Spotted at Johnna.Spotted@ihs.gov no later than 12 days from the date of the sources sought announcement.

Interested parties shall submit their capability response as instructed above and include a copy of the Buy Indian Act Indian Economic Enterprise Representation Form. It is recommended to include the sources sought ID in the subject line.

Sources Sought ID:SS- 75H70924R00005. Responses received to this notice will assist in determining the acquisition strategy of the requirement.

Contact Information

Contracting Office Address

  • 2900 FOURTH AVE. NORTH - PO BOX 366
  • BILLINGS , MT 59107
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jul 30, 2024 09:55 pm MDTSources Sought (Original)