Agency: | HEALTH AND HUMAN SERVICES, DEPARTMENT OF |
---|---|
State: | California |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
Set Aside: | Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and |
Posted Date: | Jan 16, 2025 |
Due Date: | |
Solicitation No: | 75H703-25-22-00003 |
Original Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
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).
Relocation of office, furniture selection services, moving services, including packing, transportation, and setting up of furniture, equipment, and moving sensitive documents located in Escondido, CA
Sources Sought Number 75H703-25-SS-00003
This “Sources Sought” is for Market Research purposes only. Its purpose is to gauge interest regarding availability and capabilities of qualified small business entities. This notice may or may not result in a Solicitation, Request for Proposal (RFP), Invitation for Bid (IFB) or Request for Quotation (RFQ). The Indian Health Service (IHS), California Area Office (CAO) will utilize any responses for information purposes only upcoming Government acquisitions.
Agency Mission. Indian Health Service (IHS) is an agency within the Department of Health and Human Services (DHHS), is responsible for providing federal health services to American Indians and Alaska Natives from federally recognized tribes. The California Area Office’s (CAO) mission is to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives to the highest level.
IHS, CAO will utilize responses to determine set-aside potential and competition requirements to methods of procurement, i.e., Request for Proposals (RFP), Request for Quotations (RFQ), Invitation for Bids (IFB). Any competition requirements and subsequent contract types which may include Indefinite Delivery Indefinite Quantity (IDIQ), Requirement contracts, and/or standalone contracts for a specific services or items. All acquisitions will be solicited and awarded utilizing Federal Acquisition Regulations, DHHS and IHS policies, regulations, and best practices.
Indian Economic Enterprise (IEE) and Indian Small Business Economic Enterprise (ISBEE) Preference. The Government is interested in ALL businesses to include Native-Owned entities. In order to analyze set-aside potential, your response shall include a facsimile copy of the owner’s Tribal Enrollment Card or Certificate of Indian Blood. The ISBEE firm shall have 51% share of: (1) Native ownership; (2) Day-to-day operations; and (3) Self-Performance this same share of the work with W9 staff. More information may be found at: https://www.hhs.gov/about/news/2022/01/13/ihs-announces-efforts-provide-more-opportunity-contracting-indian-owned-businesses.html.
Requirement. The California Indian Health Service Escondido District Office is looking for firms who can provide comprehensive furniture selection services, moving services, including packing, transportation, and setting up of furniture, equipment, and moving sensitive documents from the current location to the new office (about 1-mile distance).
All work activities will be administered by Government staff at The California Indian Health Service Escondido District Office
Small Business and Other Small Business Categories. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of small business entities in the following categories. All small businesses types are encouraged to respond to this notice, they include:
Period of Performance. 5 Months
NAICS Code. The NAICS Code for this work is 541614
Process, Physical Distribution and Logistics Consulting Services. The small business standards, in millions of dollars, is $20 Million. This size standard is the largest that a concern can be and still qualify as a small business entity for Federal Government programs. Size standards are the average annual receipts or the average employment of a firm. More information on how to calculate can be found at 13 CFR § 121.104 and 13 § 121.106, respectively.
Working with the Federal Government.
System for Award Management. All parties interested in working with the Federal Government as a prime awardee, are required to register with the General Services Agency System for Award Management. Failure to register will result in Offeror’s Bid/Proposal/Quote to be considered unresponsive. More information can be found at https://sam.gov/content/home. Please note IHS does not run this platform for registration questions or issues please contact the Help Desk at 866.606.8220 or https://www.fsd.gov/gsafsd_sp/?id=gsa_landing
Invoice Processing Platform (IPP). All parties interested in working with the Federal Government as a prime awardee, are required to register with the Department of Treasury’s Invoice Processing Platform. IPP is a secure, web-based service, which manages Government invoicing, and payment. More information can be found at https://www.ipp.gov. Please note IHS does not run this platform for registration questions or issues please contact the Help Desk at 866.973.3131 or IPPCustomerSupport@fiscal.treasury.gov.
Required Information in your package. Your response to this notice shall include:
Point(s) of Contact
Disclaimer. This is not a solicitation for bids or proposals. IHS will not award a contract as a result of this Sources Sought. The Government will not reimburse respondents for any costs associated with their response to this notice.
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Project ID: P24247 Title: Bus Stop Shelters Addenda: 0 Release Date: 3/26/2025 Due
Santa Clara Valley Transportation Authority
Bid Due: 5/13/2025
Follow Temporary Lodging for PSU 311 Active Contract Opportunity Notice ID 70Z08425QDL940010A Related
HOMELAND SECURITY, DEPARTMENT OF
Bid Due: 4/28/2025
Opportunity Bid due in:728 days, 20 hours, 50 minutes, 55 seconds Opportunity Bid
City of Los Angeles
Bid Due: 9/28/2026
Follow NOCAL S&RTS Active Contract Opportunity Notice ID HTC71125RE125 Related Notice Department/Ind. Agency
DEPT OF DEFENSE
Bid Due: 5/19/2025