2023 John Deere 624L Wheel Loader
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159765897198879 |
Posted Date: | Feb 25, 2024 |
Due Date: | Mar 11, 2024 |
Source: | https://sam.gov/opp/b1a70485b3... |
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).
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
- Original Published Date: Feb 25, 2024 10:50 am MST
- Original Response Date: Mar 11, 2024 01:00 pm MDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Mar 26, 2024
-
Initiative:
- None
- Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- Product Service Code: 3805 - EARTH MOVING AND EXCAVATING EQUIPMENT
-
NAICS Code:
- 333120 - Construction Machinery Manufacturing
-
Place of Performance:
Eagle Butte , SD 57625USA
This is a Sources Sought notice CRHC-24-023. This is NOT a solicitation for proposals, proposal abstracts, or quotations. Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable.
The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs), Indian Economic Enterprises (IEE), and any other category of vendor capable of performing the below Indian Health Services (IHS) requirement. Any vendor responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (attached).
Consistent with the revised Buy Indian Act, HHS/IHS adopted the definition of an Indian Economic Enterprise (IEE) set forth in 48 CFR 1480.201. This definition includes the following requirement, amongst others: “the Indians or Indian Tribes must, together, receive at least a majority of the earnings from the contract.”
Instructions for submission are outlined further below.
DEFINITIONS
INDIAN ECONOMIC ENTERPRISE (IEE):
Any business activity owned by one or more Indians, Federally Recognized Indian Tribes, or Alaska Native Corporations provided that:
- The combined Indian, Federally Recognized Indian Tribe or Alaska Native Corporation ownership of the enterprise constitutes not less than 51%;
- The Indian, Federal Recognized Indian Tribes, or Alaska Native Corporations must, together, receive at least 51% of the earnings from the contract; and
- The management and daily business operations must be controlled by one or more individuals who are Indians.
The result of this market research will contribute to determining the method of procurement.
The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 333120 Construction Machinery Manufacturing; and the Product Service Code assigned is 3805 Earth Moving and Excavating Equipment
THERE IS NO SOLICIATION AT THIS TIME and NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. This is a request for capability information and does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. The Federal Government assumes no financial responsibility for any costs incurred.
If your organization has the potential capacity to perform these contract services and meets the definition of an Indian-Owned Economic Enterprise, please provide the following information: 1). Organization name, address, telephone number, email address, and web site address. 2). System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov/ 3). DUNS number and identify your business status/size (i.e. small business, 8a, small disadvantaged business, service disabled veteran owned, woman owned, etc) 3). Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE / MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE UNDER 25 U.S.C. 47, Buy Indian Act, OR PROCURRED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Disclaimer and Important Notes: This notice does not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information 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 published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation.
Submission instructions interested parties who consider themselves qualified to perform / provide the above listed supply / service are invited to submit a response to this Sources Sought Notice by March 11, 2024, by 1:00 a.m. MST. All responses (4-pages maximum) under this Sources Sought Notice must be emailed to Danielle.chasinghawk@ihs.gov, subject line: Sources Sought – CRHC-24-023.
If you have any questions concerning this opportunity, please contact Danielle Chasing Hawk, Supervisory Contract Specialist at Danielle.chasinghawk@ihs.gov or Kolbi Haskell, Purchasing Agent at Kolbi.Haskell@ihs.gov.
- DIVISION OF ACQUISITION MANAGEMENT FEDERAL BLDG 115 4TH AVE SE RM 309
- ABERDEEN , SD 57401
- USA
- Danielle Chasing Hawk
- danielle.chasinghawk@ihs.gov
- Phone Number 6059640605
- Fax Number 6059647737
- Kolbi Haskell
- Kolbi.Haskell@ihs.gov
- Phone Number 6059641565
- Fax Number 6059647737
- Feb 25, 2024 10:50 am MSTSources 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.