DZHC – MEDICAL INFECTIOUS HAZARDOUS WASTE PICK-UP & DISPOSAL SERVICES
ID: DZHC-SS-24-006Type: Sources Sought
Overview

Buyer

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

PSC

HOUSEKEEPING- OTHER (S299)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
  1. 1
    Posted Dec 13, 2023 1:55 PM
  2. 2
    Updated Dec 13, 2023 1:55 PM
  3. 3
    Due Dec 20, 2023 3:00 PM
Description

Sources Sought Notice: Health and Human Services, Department of, Indian Health Service is seeking Medical Infectious Hazardous Waste Pick-up & Disposal Services for the Dzilth-Na-O-Dith-Hle Health Center (DZHC) in Bloomfield, NM. The service is required for 12 continuous months and the NAICS code assigned to this procurement is 562211 - Hazardous Waste Treatment and Disposal. Indian Economic Enterprise and/or Small Business sources are preferred. Interested parties must submit a capabilities package by December 20, 2023, confirming their Buy-Indian set-aside status and providing evidence of recent experience in similar work. Contact Michael Austin, Contract Specialist, at michael.austin@ihs.gov for more information.

Point(s) of Contact
Michael Austin, Contract Specialist
(505) 960-7848
michael.austin@ihs.gov
Files
Title
Posted
3/26/2024
3/26/2024
Lifecycle
Title
Type
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.
Automated MedStation
Active
Health And Human Services, Department Of
The Indian Health Service (IHS) is exploring potential sources for an important project: the Automated MedStation. This sources sought notice is issued for market research purposes only, with the government seeking capability information from potential suppliers. The focus of this initiative is to procure an automated medical station for the Four Corners Regional Healthcare Center located in Red Mesa, AZ. The IHS is particularly interested in hearing from Indian Economic Enterprises, as the project falls under the Buy Indian Act. Businesses that can demonstrate their ability to meet this requirement are encouraged to respond with their capabilities. This opportunity is associated with the NAICS code 339112 (Surgical and Medical Instrument Manufacturing) and has a small business size standard of 1,000 employees. Companies should confirm their eligibility under this NAICS code or provide a rationale for an alternative code. Interested parties should possess the capacity to provide the healthcare center with the required equipment and submit a capabilities package by the deadline. The information requested includes confirmation of the applicable Buy-Indian set-aside status, intent to participate as a prime contractor, and completion of the IHS representation form for Indian Economic Enterprises. It's important to note that this is not a request for proposals, and the government does not assume any financial responsibility for response costs. Verni Harrison-Yazza, the contract specialist, is the point of contact for this opportunity. Responses are due by August 5, 2024. IHS will use the information received to determine the acquisition strategy and set aside type. Businesses that wish to participate should carefully review the requirements and submit the requested information to the point of contact.
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.
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.
Solicitation 75H70724Q00105_Stryker Procuity Lex w/Iso Tour Premium 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 seeking a service/item called "Stryker Procuity Lex w/Iso Tour Premium" for the Zuni Comprehensive Community Health Center in Zuni, New Mexico. This procurement is a Combined Synopsis/Solicitation and is set aside for small businesses under the Total Small Business Set-Aside category. The service/item falls under the Surgical Appliance and Supplies Manufacturing industry with a NAICS code of 339113 and a PSC code of 6515. The primary contact for this procurement is Shannon Eldridge-Shorty, who can be reached at shannon.eldridge-shorty@ihs.gov or 5052566768. The deadline for offers is July 30, 2024, at 03:00 pm (MT). The proposal submission should include technical specifications, past performance, compatibility with equipment, training and support, and price proposal.