On-Site Document Destruction Services
ID: IHS1482445Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENAVAJO AREA INDIAN HEALTH SVCWINDOW ROCK, AZ, 86515, USA

PSC

SUPPORT- ADMINISTRATIVE: PAPER SHREDDING (R614)
Timeline
  1. 1
    Posted Nov 15, 2023 11:13 PM
  2. 2
    Updated Nov 16, 2023 10:44 PM
  3. 3
    Due Nov 20, 2023 5:00 PM
Description

Sources Sought Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF is seeking Document Destruction Services for the INDIAN HEALTH SERVICE in Crownpoint, NM. The services are typically used for the secure destruction of documents. The anticipated period of performance is January 01, 2024 to December 31, 2024 with four one-year options. Interested parties must submit a capabilities package by 10/18/2023 10:00am MST.

Point(s) of Contact
Files
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
Solid Waste Removal Services - Santa Ana Health Center and Zia Health Clinic - Albuquerque Service Unit
Active
Health And Human Services, Department Of
Combined Synopsis/Solicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF Solid Waste Removal Services - Santa Ana Health Center and Zia Health Clinic - Albuquerque Service Unit The Indian Health Service (IHS) is seeking proposals for Solid Waste Removal Services for the Santa Ana Health Center located in Bernalillo, NM and Zia Health Clinic located in Zia Pueblo, NM. This procurement is a Total Small Business Set-Aside and falls under the NAICS code 562111 for Solid Waste Collection. The services being procured involve the removal of solid waste from the mentioned health centers. Solid waste removal is an essential service that ensures the proper disposal of waste materials, maintaining cleanliness and hygiene in healthcare facilities. It plays a crucial role in preventing the spread of diseases and maintaining a safe environment for patients, staff, and visitors. Interested offerors are required to submit proposals including a Technical Proposal, Past Performance information, and a Quote. The solicitation number is 75H70724Q00081, and the proposal submission deadline is Wednesday, August 14th, 2024, at 5:30 pm MDT. To be eligible for contract award, vendors must be registered in the System for Award Management (SAM) and have an active UEI number. The selected offeror will be required to comply with the commercial item terms and conditions outlined in the solicitation. For more information and to submit questions, contact Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov. The deadline for submitting questions is Friday, August 2nd, 2024, at 5:30 pm MDT. Ensure your proposal is comprehensive and meets all the requirements outlined in the solicitation. Your successful proposal will not only contribute to the efficient waste management of these healthcare facilities but also support the overall well-being and safety of patients and staff.
IHS Nationwide Construction Multiple Award Task Order Contract (MATOC) Indefinite Delivery, Indefinite Quantity (IDIQ)
Active
Health And Human Services, Department Of
Sources Sought HEALTH AND HUMAN SERVICES, DEPARTMENT OF IHS Nationwide Construction Multiple Award Task Order Contract (MATOC) Indefinite Delivery, Indefinite Quantity (IDIQ) The Indian Health Service (IHS) is conducting a SOURCES SOUGHT/REQUEST FOR INFORMATION to gain knowledge of interest, capabilities, and qualifications of firms, especially small businesses, for the IHS Nationwide Construction Multiple Award Task Order Contract (MATOC) Indefinite Delivery, Indefinite Quantity (IDIQ). This contract is for the design-build and design-bid-build new construction, renovation, alteration, and repair of medical facilities for the Department of Health and Human Services (DHHS)/ Indian Health Service (IHS). The contract will be awarded from a single solicitation and may result in award to multiple contractors. The work will primarily be performed nationwide at various facilities in twelve physical areas of the United States, all located on Tribal Lands. The Government intends to award at least two or more IDIQ MATOCs for each area. The maximum task order amount shall not exceed $700,000.00, and the planned maximum ordering capacity is expected to not-to-exceed $10 million for each contract awarded, or five years if all option years are exercised, whichever comes first. The services required include a wide range of general construction, renovation, alteration, and maintenance services, including but not limited to healthcare facilities, storage facilities, residential buildings, parking lots/highways, and sanitation facilities. The contract will also cover services related to systems and equipment, roofs, horizontal construction, utilities, water and wastewater utilities, dismantling, demolition, or removal of improvements, incidental work, and design services. Interested firms are required to submit their capability statement and other relevant information by 1 August 2024. Native American-owned, small, and disadvantaged businesses are highly encouraged to respond to this notice.
Blanket Purchase Agreement for Food and Supplies
Active
Health And Human Services, Department Of
The Indian Health Service (IHS), Shiprock Service Unit, seeks capable Indian Economic Enterprises to establish a Blanket Purchase Agreement for supplying food items and dietary supplies to the Northern Navajo Medical Center in New Mexico. The sources sought notice is issued for market research purposes only, with no financial responsibility assumed by the government for response costs. IHS seeks to ascertain the availability of sources and their capabilities to fulfill the requirement for a one-year period. The focus is on food manufacturing, specifically meat, poultry, and fish products, with a NAICS code of 311999 and a small business size standard of 1,000 employees. Businesses must confirm their qualification for the Buy-Indian set-aside status under this NAICS code or provide a rationale for an alternative NAICS code. To participate, interested parties must submit a capabilities package by August 5, 2024, including the following: - Confirmation of the applicable Buy-Indian set-aside status or alternative NAICS code rationale. - Firm size and socio-economic program participation details. - Completed IHS Buy Indian Act Indian Economic Enterprise Representation Form. - A positive statement of intention to submit a quote as a prime contractor. - Firm's UEI number. The government will evaluate the market response to determine the acquisition strategy, which may include set-asides or remain unrestricted. Interested parties should contact Verni Harrison-Yazza, the contract specialist, by email for further clarification.
Surgical Instrument Sharpening Services
Active
Health And Human Services, Department Of
Sources Sought Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF is seeking Surgical Instrument Sharpening Services. This service is typically used for sharpening surgical instruments. The place of performance is Shiprock, New Mexico, United States. The anticipated Period of Performance is 12 continuous months with four additional option years. The NAICS code assigned to this procurement is 811210 - Other Electronic and Precision Equipment Repair and Maintenance. The government will evaluate market information to determine potential market capacity. Indian economic enterprises will be given preference in accordance with the Buy Indian Act. Interested sources must submit a capabilities package by July 29, 2024, to the primary point of contact, Verni Harrison-Yazza.
100% Small Business Set-Aside, Firm Fixed-Price, Purchase Order for Carpet Steaming Services at the Cheyenne River Health Center, Eagle Butte,SD
Active
Health And Human Services, Department Of
Sources Sought, Department of Health and Human Services, Indian Health Service: Carpet Steaming Services at Cheyenne River Health Center, Eagle Butte, SD. The Cheyenne River Health Center is conducting market research to identify Indian Economic Enterprises interested in providing Carpet Steaming Services. This service is typically used for cleaning and maintaining carpets and upholstery. Interested organizations are requested to provide information about their capabilities, including organization details, tailored capability statements, and past performance information. The procurement may be set-aside under the Buy-Indian Act or procured through full and open competition or other set-aside. Responses to this Sources Sought Notice must be submitted by June 21, 2024, via email to Jordyn.Brown@ihs.gov with the subject line: Sources Sought Notice for CRHC24-043. For more information, please contact Jordyn Brown, Purchasing Agent at Jordyn.Brown@ihs.gov.