75H71024Q00125 - GSU THC FIRE Extinguisher
ID: 75H71024Q00125Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENAVAJO AREA INDIAN HEALTH SVCWINDOW ROCK, AZ, 86515, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting bids for fire safety services at the Tohatchi Health Center in New Mexico. The contract encompasses preventive maintenance for fire control equipment, including fire sprinkler testing and inspection, as well as the provision of fire extinguishers, with a performance period extending from October 1, 2024, to September 30, 2027. This procurement is crucial for maintaining safety standards and regulatory compliance at the health facility, while also promoting opportunities for small businesses through a total small business set-aside. Interested contractors should submit their quotes by September 11, 2024, at 5:00 PM Mountain Daylight Saving Time, and can contact Ken Parrish at Ken.Parrish@ihs.gov or by phone at 505-726-8895 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for a federal contract to provide fire safety services to the Tohatchi Health Center in New Mexico. It outlines various services over a multi-year period, including fire sprinkler testing, inspection, and the provision of fire extinguishers. Key delivery dates and locations are specified, with the contract being divided into a base year and two option years, concluding by September 30, 2027. The contract details also indicate that this procurement is set aside for small businesses, with an emphasis on compliance with federal regulations and wage determinations. Additionally, it incorporates numerous Federal Acquisition Regulation (FAR) clauses, applying various statutory and executive order requirements for contractors, including labor standards and business ethics. The document references a scope of work that includes preventive maintenance for cooling equipment, alongside safety protocols, procedures for contractor liability, and terms for electronic submission of payment requests. Ultimately, the purpose of this solicitation is to ensure safety standards and regulatory compliance at the health facility while fostering opportunities for small business contractors within the federal procurement framework.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Sol_75H70724Q00140 Bactec FX Blood Culture System for Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the acquisition of a Bactec FX Blood Culture System for the Zuni Comprehensive Community Health Center in New Mexico. This procurement aims to enhance laboratory testing capabilities, particularly for detecting bacterial infections in blood samples, thereby improving healthcare services in the region. The contract will include a 12-month base period with four optional extension periods, and only one award will be made to the selected contractor. Interested vendors must submit their technical proposals, past performance documentation, and price proposals by October 3, 2024, with inquiries directed to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or by phone at 505-256-6768.
    Floor Stripping and Waxing Services - Santa Fe Indian Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide floor stripping and waxing services at the Santa Fe Indian Health Center in New Mexico. The objective is to maintain a safe and clean environment for patients, staff, and visitors by ensuring the flooring is properly maintained, which includes removing dirt and creating protective barriers to prevent damage. This service is crucial for enhancing the facility's appearance and reducing slip and fall risks, with the contractor required to perform these services at least once a year, potentially up to twice a year, during non-business hours to avoid disrupting patient care. Interested parties should contact Patricia P. Trujillo at patricia.trujillo@ihs.gov or 505-256-6754 for further details, and must respond to the sources sought notice by providing necessary documentation, including certification as a Small Business Indian Firm, to be considered for this opportunity.
    Grounds Maintenance Services - Santa Fe Indian Health Center/San Felipe Health Clinic
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified Small Business Indian Firms to provide Grounds Maintenance Services for the Santa Fe Indian Health Center and San Felipe Health Clinic in New Mexico. The contractor will be responsible for a range of services including landscape maintenance, weed control, trash collection, and seasonal tasks such as snow removal, ensuring that operations do not disrupt patient care. This opportunity is part of the Buy Indian Act, aimed at promoting economic opportunities for Indian-owned businesses, and interested parties must respond with their qualifications and certifications by the specified deadline. For further inquiries, contact Patricia P. Trujillo at patricia.trujillo@ihs.gov or call 505-256-6754.
    Taos Picuris Service Unit Water Meter Replacement
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for water meter replacement services at the Taos Picuris Service Unit in Taos, New Mexico. The project requires a contractor to remove and replace existing potable water system piping while adhering to all relevant regulations, with a focus on minimizing disruption at the health center. This procurement is crucial for maintaining public health infrastructure and ensuring compliance with safety standards. Interested parties must submit their proposals by email to Eric Wright at eric.wright@ihs.gov by 12:00 pm MST on September 27, 2024, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    24/7 Telebehavioral Health Services - New Sunrise Regional Treatment Center (NSRTC) - Pueblo of Acoma, NM
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for 24/7 Telebehavioral Health Services at the New Sunrise Regional Treatment Center (NSRTC) located in Pueblo of Acoma, New Mexico. The procurement aims to provide mental health services to adolescents suffering from Serious Mental Illness (SMI) and Substance Use Disorders (SUD) through telehealth, thereby enhancing access to care and addressing treatment gaps in the community. This contract, which is a Total Small Business Set-Aside, will be awarded for a base year with four option years, emphasizing the importance of culturally competent care and quality assurance in mental health outcomes for Native American youth. Interested vendors must submit their proposals by 5:30 PM MDT on October 18, 2024, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov.
    Two (2) Emergency Room Registered Nurse Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources to provide two Emergency Room Registered Nurse Services at the Northern Navajo Medical Center located in Shiprock, New Mexico. The procurement aims to fulfill the nursing needs of the Emergency Room department for a contract period of 12 months, consisting of a 6-month base period and a 6-month option period. This opportunity is critical for ensuring adequate healthcare services in the region, particularly under the Buy Indian Act, which prioritizes Indian economic enterprises in federal contracts. Interested parties must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm their eligibility and experience in similar services.
    Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the renovation of the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota, focusing on achieving USP compliance. The project encompasses various construction activities, including demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, all while ensuring adherence to federal construction standards and local regulations. This initiative is crucial for enhancing healthcare infrastructure and maintaining operational continuity for the facility, which serves an underserved community. Proposals are due by October 18, 2024, at 2:00 PM CT, and interested contractors should direct inquiries to Shaukat Syed at shaukat.syed@ihs.gov or call 214-767-3934.
    F--Mold Removal - Tohono O'odham Detention Center
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors for mold removal services at the Tohono O'odham Detention Center in Sells, Arizona. The project requires certified contractors to perform mold abatement in five shower stalls, ensuring compliance with federal and tribal health standards while providing all necessary labor, materials, and services within a 30-day performance period post-award. This procurement is particularly significant as it is set aside for Indian Economic Enterprises, reflecting the government's commitment to supporting tribal businesses. Interested contractors must submit their all-inclusive quotes by September 20, 2024, and can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or 602-241-4566 for further information.
    Sol_75H70724Q00138_IntelePharmacy Will Call System for Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the IntelePharmacy Will Call System to enhance pharmacy operations at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. The procurement aims to alleviate congestion and improve patient service by implementing a system that manages prescription notifications and will call medication storage, with a contract duration of 12 months and options for renewal. This initiative is crucial for improving operational capacity and integrating technology in healthcare services, ensuring efficient patient care. Interested vendors must submit their proposals, including technical specifications and pricing, by September 30, 2024, with inquiries directed to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.
    Four (4) Ambulatory Care Registered Nurse Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources to provide four Ambulatory Care Registered Nurse Services for the Nursing Division at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract will encompass a 6-month base period with an option for an additional 6-month period, totaling a potential 12-month engagement. These nursing services are critical for supporting the healthcare needs of the local population, and the procurement is governed by the Buy Indian Act, which prioritizes Indian economic enterprises. Interested parties must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm eligibility and experience in similar services.