Washington Bids > Bid Detail

IEE/ISBEE - Copier Lease Agreement Service for the Yakama Service Unit

Agency:
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159315693301247
Posted Date: Feb 1, 2024
Due Date: Feb 15, 2024
Source: https://sam.gov/opp/f41d2963c3...
Follow
IEE/ISBEE - Copier Lease Agreement Service for the Yakama Service Unit
Active
Contract Opportunity
Notice ID
75H71324Q00043
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
INDIAN HEALTH SERVICE
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)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jan 31, 2024 03:45 pm PST
  • Original Response Date: Feb 15, 2024 11:00 am PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: W074 - LEASE OR RENTAL OF EQUIPMENT- OFFICE MACHINES, TEXT PROCESSING SYSTEMS, AND VISIBLE RECORD EQUIPMENT
  • NAICS Code:
    • 323 - Printing and Related Support Activities
  • Place of Performance:
    Toppenish , WA 98948
    USA
Description

Title: IEE/ISBEE – Imaging/ Copier Lease Agreement Service for the Yakama Service Unit (YSU); Toppenish, WA.



The Indian Health Service (IHS) is conducting a SOURCES SOUGHT to identify potential vendors capable of providing Imaging/ Copier Lease Agreement Service for the Yakama Service Unit (YSU); Toppenish, WA.



Place of Delivery/ Performance:



Yakama Indian Health Clinic



401 Buster Road



Toppenish, WA 98948





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



The Government is seeking to identify IEE or ISBEE companies capable of providing Imaging/ Copier Lease Agreement Service for the Yakama Service Unit (YSU); Toppenish, WA. Any vendor responding to this notice should submit their capability statement as well as the IHS Buy Indian Act Indian Firm Representation form (attached). Instructions for submission are outlined below.



This notice is intended strictly for market research pursuant to FAR Part 10 and to obtain information regarding: (1) the availability and capability of all qualified native small businesses; (2) whether they are Small Businesses; SBA Certified 8(a), SBA Certified Historically Underutilized Business Zones (HUBZone), Woman Owned Business (w); Woman Owned Small Business (wosb), Economically Disadvantaged Women Owned Small Business (ew), Veteran Owned Small Business (v); Service Disabled Veteran-Owned Small Business (dv), and SBA Certified Disadvantaged Small Business (d), and (3) their size classification according to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.



This Sources Sought Notice is being conducted to meet the Printing Machinery and Equipment Manufacturing (NAICS 333244); small business size standard is 750 employees). The primary purpose of this requirement is to acquire Imaging/ Copier Lease Agreement Service for the Yakama Service Unit (YSU); Toppenish, WA.





Period of Performance: The period of performance shall be for one (1) Base of 12-months and four (4) 12-month option periods.



Instructions to Industry



ISBEEs are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company’s capability, experience, and ability to provide Imaging/ Copier Lease Agreement Service for the Yakama Service Unit (YSU); Toppenish, WA.



Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application.





How to Respond





Please reference notice number 75H71324Q00043 in the subject line. All information submissions shall be received no later than 11:00 A.M Pacific Daylight Time on February 15, 2024.



The Government requests Capability Statements from qualified offerors demonstrating their ability to deliver Imaging/ Copier Lease Agreement Service for the Yakama Service Unit (YSU); Toppenish, WA. Interested parties shall submit written responses to this notice, which includes:




  1. Core Competencies: Brief summary of expertise and capabilities as it relates to the agency’s needs.

  2. A capability statement that addresses the company’s qualifications and ability to provide the required services, include contract numbers, description, dollar value, customer points of contact with current telephone number and/or email address.

  3. Confirm your Buy Indian set-aside status by submitting the attached IHS Buy Indian Act Indian Firm Representation form.

  4. Company data: Company name, physical address, telephone and fax numbers, website, Taxpayer Identification Number (TIN), SAM Unique Entity Identifier (UEI) code, NAICS codes and Business Size Classification (e.g., 8(a), HUBZone, etc.), primary point of contact name, telephone number and email address.



All capability statements sent in response to this Sources Sought notice must be submitted electronically (via email) to the Point of Contact below in MS Word or Adobe Portable Document Format (PDF). The subject line must specify the Sources Sought Number and Title. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. If adequate interest is not received from Buy Indian concerns, a solicitation may be issued as another type of set-aside or unrestricted, without further notice.





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 posted on the Government Point of Entry (GPE), https://www.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 Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).





Contracting Office Address:



Indian Health Service – Yakama Service Unit



Division of Acquisitions



401 Buster Road



Toppenish, WA 98948


Attachments/Links
Contact Information
Contracting Office Address
  • 1414 N.W. NORTHRUP STREET SUITE 800
  • PORTLAND , OR 97209
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 31, 2024 03:45 pm PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >