Furniture for Residential Quarters - New Sunrise Regional Treatment Center (NSRTC) - Pueblo of Acoma, NM
ID: 75H70724Q00127Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEALBUQUERQUE AREA INDIAN HEALTH SVCALBUQUERQUE, NM, 87110, USA

NAICS

Institutional Furniture Manufacturing (337127)

PSC

HOUSEHOLD FURNITURE (7105)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide furniture for the New Sunrise Regional Treatment Center (NSRTC) located in Pueblo of Acoma, New Mexico. The procurement includes a variety of institutional furniture items such as mattresses, storage beds, nightstands, desks, and guest chairs, with specific quantities outlined in the solicitation documents. This initiative aims to enhance living conditions for personnel at the treatment center, ensuring compliance with federal regulations and promoting economic opportunities for Indian-owned businesses under the Buy Indian Act. Interested vendors must submit their proposals by 5:00 PM MDT on August 28, 2024, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or (505) 256-6755.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) for the purchase of furniture intended for residential quarters at the National Security Response Training Center (NSRTC). It specifies various items required, including mattresses, storage beds, nightstands, desks, and guest chairs, with specified quantities and dimensions. Each item has a unit price and total price space for vendors to fill in. Additionally, it includes sections for shipping charges and assembly and installation costs. The RFQ aims to procure suitable furniture that meets the facility’s needs while adhering to budget considerations. Vendors are expected to provide complete pricing to facilitate evaluation and selection. This RFQ reflects the government's efforts to enhance living conditions for personnel by acquiring necessary furnishings in compliance with procurement processes.
    The document serves as a Request for Quotation (RFQ) for the procurement of furniture designated for residential quarters at the National Special Response Team Center (NSRTC). It outlines specific furniture items required, including sealed seam mattresses, storage beds, nightstands, desks, and guest chairs, detailing their dimensions, color options, and estimated quantities. Each item has a line for unit pricing and total cost calculation, which, along with shipping charges, contributes to an overall total cost for the procurement. The total financial responsibility is left open for vendor completion, emphasizing the importance of accurate pricing in government contracting. This RFQ is aligned with the government's initiative for equipping specialized facilities, aiming to ensure that housing is adequately furnished to support the operational needs of personnel at the NSRTC.
    The document outlines a Request for Quotation (RFQ) No. 75H70724Q00127 concerning the procurement of furniture for residential quarters at the National Security and Rehabilitation Training Center (NSRTC). It specifies various items required, including mattresses, storage beds, nightstands, desks, and guest chairs, along with their dimensions, quantities, and options for color selection. Each item requires a unit price and total price calculation, with shipping costs also to be included in the final quotation. A total of 21 units are requested for most items, while guest chairs are ordered in quantities of 17. The document emphasizes the importance of meeting specified requirements to ensure the furniture aligns with the center’s needs. Within the context of government RFPs, this RFQ reflects the federal government's procurement process aimed at sourcing goods efficiently and effectively for government facilities, ensuring adherence to budget constraints and quality standards while providing required services to governmental stakeholders.
    The Indian Health Service (IHS), under the Department of Health and Human Services, has issued a solicitation requiring self-certification from Offerors regarding their status as an "Indian Economic Enterprise" as defined by the Buy Indian Act. This certification must be provided at the time of the offer, during the contract award, and throughout the contract period. Offerors must notify the Contracting Officer immediately if they cease to meet eligibility requirements. Registration with the System of Award Management (SAM) is also mandated for successful Offerors. Any false information submitted may lead to severe legal consequences. The document requires the signature of a 51% owner of the enterprise, along with pertinent business information such as the name of the federally recognized tribal entity, business name, and DUNS number. This RFI underscores the importance of compliance with the Buy Indian Act in federal contracting, focusing on promoting economic opportunities for Indian-owned businesses.
    The document outlines a procurement request for furniture items, specifically detailing the desired quantities and types of furnishings needed. The items listed include 21 units each of Comfort Shield Remedy Norix Blue Sealed Seam Mattresses, Prodigy Storage Beds, Prodigy Nightstands, and Prodigy Desks. Additionally, the request includes 7 Forte Guest Armless Chairs and 17 Forte Guest Arm Chairs. This procurement request likely serves to equip a facility, suggesting an aim to furnish spaces for comfort and functionality, probably within a government context. The organized structure presents a clear inventory of items, ensuring that all required furniture is accounted for, which may facilitate a more streamlined buying process through federal or local government channels. Overall, the document highlights specific needs for furniture procurement, indicating broader operational or service goals related to furnishings.
    The file details a Q&A session regarding Solicitation No. 75H70724Q00127 for providing furniture for residential quarters at NSRTC. Key points include that no existing furniture will be removed or disposed of, and installation does not require bolting to the floor or walls. A 53-foot truck with a lift gate is permitted on-site, and a dumpster is available for packaging disposal, with storage also provided. Contractors must adhere to prevailing wage rates as specified in Wage Determination No. 2015-5451. Additionally, while furniture can be filled with sand for stability, there is no requirement for securing items to the structure. This document is pertinent to potential bidders, outlining logistical details and compliance requirements needed for a government contract related to furniture provision and installation in a federal setting.
    This document outlines a Request for Quotation (RFQ) for various furniture items to be delivered to the New Sunrise Regional Treatment Center (NSRTC) in Acoma, NM, under the jurisdiction of the Albuquerque Indian Health Service. It emphasizes adherence to Federal, State, Local, Tribal, and IHS regulations, stipulating that all furniture must be new and conform to specified brand standards or equivalent. The RFQ details include a firm-fixed price for a one-time order with delivery expectations set during business hours, excluding Federal holidays. Vendors must provide comprehensive shipping information, including a Unique Entity Identifier (UEI) and necessary quotes by the deadline of August 28, 2024. Further sections outline the roles of the Contract Officer Representative, the required components of proper invoices, and details surrounding contractor performance evaluation throughout the contract duration. The document also underscores compliance with relevant Federal Acquisition Regulation (FAR) clauses and the restrictions imposed by recognized acts aimed at ensuring fair procurement practices. Overall, the RFQ reflects government efforts to procure services and products while promoting small business participation, particularly those owned by Indian entities, consistent with federal regulations and the Buy Indian Act.
    The document outlines Wage Determination No. 2015-5451 issued by the U.S. Department of Labor concerning the Service Contract Act. It stipulates that contracts subject to this act must comply with minimum wage requirements as specified under Executive Orders 14026 and 13658, with rates determined for specific occupations in New Mexico. Effective January 30, 2022, the minimum wage for covered workers is $17.20 per hour, or higher if specified, while older contracts awarded between January 1, 2015, and January 29, 2022, mandate a minimum wage of $12.90 per hour. A detailed list of occupational wage rates is provided, highlighting specific roles in administrative support, automotive service, food preparation, and health occupations, among others, along with their corresponding minimum wages. The document emphasizes compliance with fringe benefits, vacation, and paid sick leave as per federal regulations. It also outlines procedures for requesting wage rates for unlisted occupations via the conformance process, ensuring fair compensation for all workers involved in government contracts. This directive aims to uphold labor standards and protect worker rights in federal contracting.
    Lifecycle
    Similar Opportunities
    24/7 Telebehavioral Health Services - New Sunrise Regional Treatment Center (NSRTC) - Pueblo of Acoma, NM
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for 24/7 Telebehavioral Health Services at the New Sunrise Regional Treatment Center (NSRTC) located in Pueblo of Acoma, New Mexico. The procurement aims to provide mental health services to adolescents suffering from Serious Mental Illness (SMI) and Substance Use Disorders (SUD) through telehealth, thereby enhancing access to care and addressing treatment gaps in the community. This contract, which is a Total Small Business Set-Aside, will be awarded for a base year with four option years, emphasizing the importance of culturally competent care and quality assurance in mental health outcomes for Native American youth. Interested vendors must submit their proposals by 5:30 PM MDT on October 18, 2024, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov.
    Sol_75H70724Q00138_IntelePharmacy Will Call System for Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the IntelePharmacy Will Call System to enhance pharmacy operations at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. The procurement aims to alleviate congestion and improve patient service by implementing a system that manages prescription notifications and will call medication storage, with a contract duration of 12 months and options for renewal. This initiative is crucial for improving operational capacity and integrating technology in healthcare services, ensuring efficient patient care. Interested vendors must submit their proposals, including technical specifications and pricing, by September 30, 2024, with inquiries directed to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.
    Two (2) Emergency Room Registered Nurse Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources to provide two Emergency Room Registered Nurse Services at the Northern Navajo Medical Center located in Shiprock, New Mexico. The procurement aims to fulfill the nursing needs of the Emergency Room department for a contract period of 12 months, consisting of a 6-month base period and a 6-month option period. This opportunity is critical for ensuring adequate healthcare services in the region, particularly under the Buy Indian Act, which prioritizes Indian economic enterprises in federal contracts. Interested parties must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm their eligibility and experience in similar services.
    Jicarilla Service Unit Living Quarters Cleaning Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide living quarters cleaning services for the Jicarilla Service Unit located in Dulce, New Mexico. The procurement aims to ensure comprehensive cleaning of 14 government-managed living quarters, focusing on sanitation and maintenance of various areas including bedrooms, bathrooms, kitchens, and common spaces, particularly upon tenant departures. This initiative is crucial for maintaining efficient tenant turnover in a region with limited housing availability, emphasizing the importance of thorough cleaning in government residence management. Interested parties must submit their capabilities and relevant information to Eric Wright at eric.wright@ihs.gov by September 19, 2024, at 12:00 PM (Mountain Daylight Savings Time), and must be registered in the System for Award Management (SAM).
    Sol_75H70724Q00139 Podiatry Supplies for the Podiatry department Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS), Albuquerque Area Office, is seeking proposals for podiatry supplies for the Podiatry department at the Zuni Comprehensive Community Health Center located in Zuni, New Mexico. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, with a tiered evaluation process favoring small businesses, including Service Disabled Veteran Owned Small Businesses and Certified HubZone Small Businesses. The supplies are essential for enhancing podiatric care services, and the contract will include a base period with options for renewal, focusing on quality assurance and compliance with federal regulations. Proposals are due by October 2, 2024, with inquiries to be submitted by September 26, 2024, to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.
    Sol_75H70724Q00140 Bactec FX Blood Culture System for Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the acquisition of a Bactec FX Blood Culture System for the Zuni Comprehensive Community Health Center in New Mexico. This procurement aims to enhance laboratory testing capabilities, particularly for detecting bacterial infections in blood samples, thereby improving healthcare services in the region. The contract will include a 12-month base period with four optional extension periods, and only one award will be made to the selected contractor. Interested vendors must submit their technical proposals, past performance documentation, and price proposals by October 3, 2024, with inquiries directed to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or by phone at 505-256-6768.
    Four (4) Ambulatory Care Registered Nurse Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources to provide four Ambulatory Care Registered Nurse Services for the Nursing Division at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract will encompass a 6-month base period with an option for an additional 6-month period, totaling a potential 12-month engagement. These nursing services are critical for supporting the healthcare needs of the local population, and the procurement is governed by the Buy Indian Act, which prioritizes Indian economic enterprises. Interested parties must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm eligibility and experience in similar services.
    Security Uniforms
    Active
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking proposals from qualified small businesses for the procurement of new security uniforms for the Security Department at the Gallup Indian Medical Center in Gallup, New Mexico. The solicitation is part of a total small business set-aside initiative, emphasizing compliance with federal regulations and the need for various styles and sizes of uniforms, as detailed in the attached Request for Quotation (RFQ75H71024Q00191). This procurement aligns with broader governmental efforts to enhance safety and security measures within public health facilities. Interested vendors must submit their quotes via email to Felecia Chavez at felecia.chavez@ihs.gov by September 19, 2024, at 12:00 PM MST.
    One (1) Advanced Practice Nurse (Nurse Anesthetist) Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified sources to provide Advanced Practice Nurse (Nurse Anesthetist) Services for the Clinical Division at the Northern Navajo Medical Center (NNMC) in Shiprock, New Mexico. The procurement aims to fulfill a critical need within the anesthesiology department, with an anticipated contract duration of 12 months, consisting of a 6-month base period and a 6-month option period. This opportunity is part of the IHS's commitment to supporting Indian Economic Enterprises under the Buy Indian Act, emphasizing the importance of compliance and certification for interested parties. Interested vendors must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm their eligibility and experience.
    Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the renovation of the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota, focusing on achieving USP compliance. The project encompasses various construction activities, including demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, all while ensuring adherence to federal construction standards and local regulations. This initiative is crucial for enhancing healthcare infrastructure and maintaining operational continuity for the facility, which serves an underserved community. Proposals are due by October 18, 2024, at 2:00 PM CT, and interested contractors should direct inquiries to Shaukat Syed at shaukat.syed@ihs.gov or call 214-767-3934.