Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2025 SAM #8595
SOLICITATION NOTICE

R -- OEHE GIS Support Services

Notice Date
6/6/2025 11:42:47 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
 
ZIP Code
98121
 
Solicitation Number
75H70125R00030
 
Response Due
6/13/2025 2:00:00 PM
 
Archive Date
06/28/2025
 
Point of Contact
Thupten Tsering, Phone: 2066152452
 
E-Mail Address
Thupten.Tsering@ihs.gov
(Thupten.Tsering@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
** See updated solicitation section M.1, effective 5/7/2025 ** ** See amendment 1, effective 5/29/2025. Revised solicitation to follow in amendment 2 ** ** See amendment 2, effective 6/2/2025. Revised solicitation attached ** ** See amendment 3, effective 6/6/2025. Revised solicitation attached ** See attached SOLICITATION NOTICE for solicitation number 75H70125R00030 for a services project for the Indian Health Service (IHS). The purpose of this project is for a single-award IDIQ contract to provide support for the implementation of GIS within the OEHE Program through tasks including, but not limited to, development and maintenance of feature service schemas, quality assurance/quality control, policy and guideline development support, apps and tool development, maintenance of the portal sites page, technical support, resource development, and training. The IHS has a separate technical support contract to operate and maintain the GIS infrastructure and provide limited support services including publishing enterprise services, development of field map applications as requested, and other technical assistance (including coordination with other support vendors) as needed. This project will be procured as a 100% small business set-aside using a tiered evaluation. The tiered evaluation will consider proposals from Indian Small Business Economic Enterprise (ISBEE) first, Woman owned small businesses second, and all other small businesses third. If no award can be made at the first tier, offers at the next lower tier will be evaluated, until award can be made. The North American Industry Classification System (NAICS) code 541330 Engineering Services Commercial and The associated size standard for this procurement is $47 million. Please review all attachments to this notice for details. SCOPE OF WORK: See Section C of the attached solicitation TERO: TERO fees are not applicable. Period of Performance is a base year and four one-year options, the total period of performance will not exceed 5 years and 6 months, reference solicitation Section F.2. CONTRACT TYPE: The IHS intends to award a Firm Fixed Price (FFP) contract in support of this requirement. This solicitation will be procured as a Request for Proposals (RFP) in accordance with FAR Part 15 and 37 procedures. PROPOSAL REQUIREMENTS: Refer to Section L of the solicitation. PROPOSAL DUE DATE: The offeror�s proposal shall be submitted electronically in PDF format via email to thupten.tsering@ihs.gov at your earliest convenience but no later than the due date identified in block 8 of the SF1449, unless changed by amendment. EVALUATION: Evaluation will be conducted in accordance with FAR 15. The evaluation for this award will utilize tradeoff evaluation criteria. Refer to solicitation Section L & M for additional detail. QUESTIONS: Contractors shall submit all questions concerning this solicitation in writing to the Contracting Officer, Thupten Tsering at thupten.tsering@ihs.gov. Questions should be received no later than 5 days prior to the due date to allow time for a response. NOTE: ALL DATES ARE SUBJECT TO CHANGE. SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES. For the purposes of this procurement, a concern is considered a small business if its average annual revenue for the last three (3) years is less than $47 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov. It is the responsibility of the contractor to check https://sam.gov/ frequently for any amendments or changes to the solicitation. Hard copy documents will NOT be available � all documents for proposal purposes will be posted at the website for download by interested parties. NOTE: Registration in the System for Award Management (SAM) database is mandatory to be considered for award. Offerors may obtain information on registration and annual confirmation requirements via the internet at: https://www.sam.gov. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor additional time to register in SAM.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2e7bd357ddf840b182a3d7c29d79f3fd/view)
 
Place of Performance
Address: Rockville, MD 20857, USA
Zip Code: 20857
Country: USA
 
Record
SN07468909-F 20250608/250606230057 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.