SOURCES SOUGHT
S -- Northern Indiana - Document Destruction Services
- Notice Date
- 5/28/2025 1:45:38 PM
- Notice Type
- Sources Sought
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25025Q0611
- Response Due
- 6/11/2025 2:00:00 PM
- Archive Date
- 06/26/2025
- Point of Contact
- Kait Nachtrab
- E-Mail Address
-
kaitlin.nachtrab@va.gov
(kaitlin.nachtrab@va.gov)
- Description
- THIS IS NOT A SOLICITATION. THIS IS A SOURCES SOUGHT NOTICE ONLY and is issued in accordance with Federal Acquisition Regulation (FAR) 10 Market Research, to conduct market research. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This Sources Sought Notice is issued solely for information and planning purposes and does not constitute a solicitation or guarantee to issue a solicitation in the future. This Sources Sought Notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Not responding to this Sources Sought Notice does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available at this time and is subject to future modification. Purpose and Objectives The Veteran Affairs Northern Indiana Health Care System (VANIHCS) requires a qualified contractor to provide secure, on-site document destruction services, as well as providing and placing a predetermined number of secure and lockable containers at the eight (8) designated locations. The Government intends to award a contract for these services with a base year and four (4) one-year option periods, to be exercised at the Government�s discretion. This Sources Sought Notice is being issued by the Veterans Health Administration (VHA) Network Contracting Office (NCO) 10, located in Ann Arbor MI, as market research for planning purposes. A draft copy of the Performance Work Statement (PWS) is attached - this is the only information available at this time. The applicable NAICS code is 561990 � All Other Support Services, which has a size standard of $16.5 Million. The applicable Product Service Code (PSC) is S299 � Housekeeping - Other. Places of Performance: 1) Fort Wayne VA Medical Center 2121 Lake Avenue Fort Wayne, IN 46805 2) Mental Health Annex 2500 East State Boulevard Fort Wayne, IN 46805 3) Marion VA Medical Center 1700 East 38th Street Marion, IN 46953 4) Huntington VA Clinic 2859 Northpark Avenue, Suite 110 Huntington, IN 46750 5) Muncie VA Clinic 3401 North Morrison Road Muncie, IN 47304 6) VA Peru Community Based Outpatient Clinic 750 N Broadway Peru, IN 46970 7) St. Joseph County VA Clinic 1540 Trinity Place Mishawka, IN 46545 8) Defiance VA Clinic 800 N Clinton Street Defiance, OH 43512 Responses: Please submit your response in accordance with the following instructions: a) Responses are due by 06/11/2025 at 5:00 PM EST. b) Responses shall be no more than 10 pages in length. c) Responses shall be submitted via email to Kaitlin.Nachtrab@va.gov. a. Emails cannot exceed 10mb b. Subject line of the Email shall include this Sources Sought Notice Number � Firm Name � Northern Indiana Document Destruction Services Contract c. If your response contains proprietary information you will place �Proprietary Information� in front of the Sources Sought Notice Number. d) Contractor Point of Contact to include: a. Name b. Title c. Phone d. Email e) Company Information to include: a. Name b. Address c. Unique Entity ID d. Tax ID Number e. Business Size f. Provide how your company invoices for services in the commercial marketplace. f) Business Size/Type: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), Hub Zone Small Business, Women Owned Small Business (WOSB), Small Disadvantaged Business (SDB), Small Business, or Large Business. a. All prospective contractors are reminded that in accordance with FAR 4.11, they shall be registered in the System for Award Management (SAM) database and shall complete annual Representations and Certifications in SAM prior to any offer. SAM is located at http://www.sam.gov and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is no cost to use SAM. b. FOR SDVOSB/VOSB ONLY: Please note that if responding as an SDVOSB or VOSB, your company must be registered and verified in the VetCert database, which is available at: https://veterans.certify.sba.gov/. Please include a copy of your VetCert certification with your response. g) Contractors Federal Supply Schedule Contract that carries the desired services. a. If you do not have a Federal Supply Schedule contract, you shall state �open market�: b. Provide the Schedule: c. Provide your GSA/FSS/SAC Contract Number: d. Provide the SIN(s) for relevant services: e. If any of the items are not on your GSA/FSS contract you will mark which items are open market h) Contractor shall include three (3) past contracts for the same or similar services. Contractor shall include at minimum for each contract, the following information: a. Name of Company b. Company POC c. Company POC phone d. Company POC email e. Dollar amount of contract f. Contract number g. Period of Performance h. Description of services provided k) Contractor shall provide a detailed response to include your firm�s ability, capability, and responsibility to deliver the services presented in this Sources Sought Notice. l) Contractor shall provide if they plan to sub-contract all or part of the work, and to what firm to include the subs Unique Entity ID number and business size. Determination by the Government not to compete this proposed contract action based on responses to this notice is solely within the discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8e379561637b4f2782260739c3da60e5/view)
- Place of Performance
- Address: IN, USA
- Country: USA
- Country: USA
- Record
- SN07458507-F 20250530/250528230059 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |