This notice is not to be construed as a commitment by the Government. The Government will not reimburse Contractors for any costs incurred as a result of their participation in this survey. The Indian Health Service, Claremore Indian Hospital, is conducting a market survey to determine the availability and technical capability of qualified small business concerns including small businesses, small disadvantaged businesses (SDB), 8(a) small businesses, woman-owned small businesses (WOSB), veteran owned small businesses (VOSB), service-disabled veteran-owned small businesses (SDVOSB), and Historically Under-utilized Business Zone (HUBZone) small businesses capable of fully providing a service agreement to Hologic Selenia Dimensions 2D 8000, Digital CAD, SecurViewDX-400 Dimension 2D to 3D upgrade, 3D Affirm, Akrus Chair and Discover-W per the attached statement of work.
The anticipated North American Industrial Classification System (NAICS) code is 811219, Hologic, Inc. with a large business standard of $20.5 million. The project place of performance is located at the Claremore Indian Hospital, 101 S. Moore Ave., Claremore, OK 74017.
All responding small business firms are requested to identify their firm's size and type of business to the anticipated NAICS code. Teaming arrangements and joint ventures will be considered based on the Government's market research, provided the prime contract is awarded to an applicable small business and that small business provide 51% or more of the support.
Claremore Indian Hospital under the Indian Health Service is conducting market research to identify sources that have experience in providing a service agreement to the Hologic Selenia Dimensions 2D 8000, Digital CAD, SecurViewDX-400 Dimension 2D to 3D upgrade, 3d Affirm, Akrus Chair and Discover-W.
INFORMATION REQUESTED:
Interested sources should submit a capability statement detailing the company's ability to perform the services as described above.
The capability statement must include the following information:
1. Company name, address, point of contact, e-mail address, telephone number, DUNS, TIN, CAGE code, and any "Doing Business As Name."
2. Business type, business size in relation to NAICS code 811219, and identification of socio-economic procurement program(s) the company is eligible to participate in (HUBZone, service- disabled veteran-owned, small disadvantaged business, 8(a), woman-owned, and veteran- owned).
3. Indicate if the company is domestically or foreign-owned (if foreign owned, please indicate country of ownership).
4. Indicate if the company, teaming partners, principals, or subcontractors have had a contract or subcontract terminated for default within the last five years. If so, why?
5. Provide a description of the company's (including teaming partners, subcontractors, and/or joint ventures, if applicable) experience over the last five years performing services on the above mention equipment. The company's experience description should identify the following:
a. The size (dollar value), duration, scope, and complexity of the contract/project;
b. The type of contract (i.e., fixed price, cost reimbursement, etc.);
c. The company's role as either a prime or subcontractor; and
d. The contract or project number (including GSA contract number and task/delivery order numbers), and point of contact and contact information (name, address, and phone) at the agency or company where work was performed.
Standard company brochures may be included with your response. Submission of company brochures without the capability statement is not considered a sufficient response to this Sources Sought. Do not include promotional materials. Submission of a Sources Sought does not commit an interested party to submit a proposal.
Submission Requirements:
1. Page limit - ten (10) 8 ½ x 11 pages
2. 1-inch margins (top, bottom and sides)
3. Times New Roman font - 12 point
4. Page limitation does not include (1 cover page or 1 letter of introduction page)
5. Do not include promotional materials
Interested small business firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b). The capability statement shall be in sufficient enough detail, but not exceed ten (10) pages TOTAL, so that the Government can determine the experience and capability of your firm to provide the requirements above. The Government technical team will then assess the experience & capabilities based on: 1) technical expertise relevant to the requirement and 2) relevant past performance. Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses
Your capability statement needs to include a list of three customers (Government/non-Government) within the past 5-years highlighting similar work in nature, scope, complexity, and difficulty and a brief description of the scope of work.
A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. If capability statements are not received from at least two (2) responsible small businesses, or if the Government determines that no small business concerns are capable of performing this requirement based upon an assessment of the capability statements submitted, then the Government may proceed with a full and open competition
Email Responses Only: Responses and questions to this Sources Sought must be submitted electronically to Ms. Marinda Nevills, Purchasing Agent, at [email protected]. The e-mail shall contain the following subject line: Response to Sources Sought Notice- Service Agreement for Hologic Selenia Dimensions 2D 8000.
The Capability Statement must be received no later than 4:00 P.M., Central Time on June 24, 2019. NO TELEPHONE REQUESTS WILL BE ACCEPTED.
Primary Point of Contact:
Miranda Nevills
Purchasing Agent
(918)342-6447
[email protected]