PIMC N2o Pipe Decommission
ID: IHS1508024Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEPHOENIX AREA INDIAN HEALTH SVCPHOENIX, AZ, 85004, USA

NAICS

Oil and Gas Pipeline and Related Structures Construction (237120)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

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 seeking contractors for the decommissioning of nitrous oxide (N2O) piping systems at the Phoenix Indian Medical Center (PIMC). The primary objective of this contract is to safely decommission the N2O systems in compliance with NFPA 99 (2012) standards, which includes the removal of decommissioned piping and ensuring proper documentation throughout the process. This project is critical for maintaining safety and compliance within healthcare facilities, emphasizing the importance of adhering to federal regulations during such operations. Interested small businesses must submit their proposals by April 10, 2025, and direct any inquiries to Dale C. Clark at dale.clark@ihs.gov.

    Point(s) of Contact
    Dale C Clark
    dale.clark@ihs.gov
    Files
    Title
    Posted
    This document is a combined synopsis/solicitation for a Request for Quote (RFQ) identified as IHS1508024, related to the decommissioning of PIMC N2o pipes. It invites firms, particularly small businesses, to submit proposals for this project by April 10, 2025. Proposals must follow the specified format and are to be submitted via email. An organized site visit will be scheduled, details yet to be determined. It is critical for all respondents to be registered in the System for Award Management (SAM) and have current Representations and Certifications. Prospective contractors are to provide company information, legal names, contact details, and confirm their understanding of the 120-day acceptance period. Questions must be directed to Dale Clark before the set deadline, and any responses after the due date will not be considered. The scope of work and pricing schedule is attached to the solicitation for reference. The overall aim is to ensure compliance with federal regulations while providing an opportunity for small businesses to participate in government contracting.
    The document outlines the Request for Quotation (RFQ) HS1508024 for the decommissioning of a N2o pipeline under the Department of Health and Human Services (HHS). It specifies invoicing instructions, requiring contractors to submit payment requests electronically via the Department of Treasury's Invoice Processing Platform, with possible alternatives only upon written authorization from the contracting officer. Various clauses from the HHS Acquisition Regulation and the Federal Acquisition Regulation are incorporated by reference, addressing compliance with federal laws and executive orders, including anti-lobbying, privacy protection, and equal employment opportunities. Additionally, essential contractual obligations such as project performance percentages, commencement timelines, and evaluation criteria for bids are discussed. The contractor must also secure payment protection and understand differing site conditions, with a tax exemption noted for the HHS. The document serves as a comprehensive guideline for contractors in the execution of the decommissioning project, emphasizing compliance with federal regulations and proper financial protocols.
    The Phoenix Indian Medical Center (PIMC) seeks contractors for the decommissioning of its nitrous oxide (N2O) piping systems in compliance with NFPA 99 guidelines. The project involves multiple stages, starting with planning, risk assessment, and notifying stakeholders about the decommissioning schedule. Key tasks include verifying the current state of the N2O system, safely isolating, depressurizing, and disconnecting the piping, followed by inspections and environmental testing for residual gas. The final steps involve the removal and proper disposal of equipment, along with detailed reporting and documentation to capture the process. Continuous monitoring will also be instituted to prevent future issues. The contract aims to ensure a safe decommissioning process that adheres to safety and environmental standards while effectively documenting all procedures and changes to facility infrastructure.
    The document outlines the Acquisition Plan and Independent Government Cost Estimate (IGCE) for the PIMC Nitrous Oxide Decommissioning Project. The primary purpose is to provide a detailed breakdown of the contract requirements for safely decommissioning nitrous oxide systems. It includes a line item bid sheet with quantities and descriptions for tasks such as removing nitrous oxide piping, locking out supply valves, and disconnecting tanks. Each item specifies the expected quantity and unit of measure, culminating in a total estimated value of the contract. The IGCE template allows for adaptation based on contract types, whether Firm Fixed Price, Time and Materials, or Cost Reimbursement. The structured format signifies the systematic approach needed for understanding project costs and ensuring compliance with federal acquisition regulations, highlighting the importance of transparency and accountability in government contracts.
    The document outlines basic details of existing floor plans for a hospital building, specifically focusing on Level One of Building No. 233. The primary identification includes the Building ID labeled as "Hospital," suggesting the facility’s purpose within the healthcare sector. The documentation serves as a part of governmental planning efforts, potentially related to renovation, compliance checks, or facility assessments. By specifying basic structural elements, this information may support future requests for proposals (RFPs) or grants related to building improvements or expansions. Overall, this file provides foundational architectural data that is critical in the context of ongoing federal and local initiatives aimed at improving hospital infrastructure.
    The document outlines existing floor plans for Hospital Building 233, specifically detailing the layouts for Level 4 and Level 5. Each floor level is labeled with a unique identifier, and the structure includes a numeric sequence to likely indicate rooms or sections within those levels. The designations suggest that this information is part of a larger project potentially related to federal RFPs or grants aimed at improving hospital infrastructure. By presenting these floor plans, the document serves as a framework for upcoming renovations or evaluations that need to adhere to guidelines established by federal or state authorities. This context indicates the importance of accurate and thorough documentation in securing funding and ensuring compliance with relevant regulations during future modifications or enhancements to the hospital's facilities.
    C-Scan Technologies, Inc. conducted a comprehensive testing and verification of the medical gas system at the Phoenix Indian Medical Center. The assessment adhered to NFPA 99 2012 Category One and ASSE 6030 standards, focusing on the purity, static pressure, and flow dynamics of various medical gases including oxygen, medical air, nitrous oxide, carbon dioxide, and nitrogen. Key findings indicated that oxygen outlets consistently delivered purity levels above 99.5% with a static pressure between 50-55 psi. However, while medical air was also verified, it demonstrated purity levels of around 20.4%, below typical standards. The document detailed specific test locations, results, and indicated areas requiring corrective action where parameters were not achieved. Furthermore, evaluations extended to zone valves and alarm panels, confirming the operational integrity of gas delivery systems and alarms across various hospital areas. The overall results affirmed the effective performance of the medical gas systems, highlighting compliance with safety and operational standards necessary for patient care. This testing is critical for maintaining regulatory compliance and ensuring the safety of medical environments, illustrating the government's commitment to upholding healthcare standards in federal and local facilities.
    The document outlines the existing floor plans for the Power Plant and the Women, Infants, and Children (WIC) building, identified by their building ID and corresponding floor levels. It specifically details three levels of the Power Plant (Lower Level, Level 1, and Upper Level) under Building Number 234, along with Level 1 of the WIC building under Building Number 300. This document serves as a reference for stakeholders engaged in federal RFPs, grants, and local proposals related to modifications, renovations, or maintenance of these facilities. Understanding existing layouts is crucial for planning upgrades, ensuring compliance with safety regulations, and optimizing functional use in government project applications.
    The document appears to be a heavily corrupted file, lacking coherent information or identifiable topics relating to federal government RFPs or grants. Due to the damage, key topics, ideas, and supporting details are inaccessible, rendering a summary of specific content impossible. Typically, in contexts involving Requests for Proposals (RFPs) and grants, documents outline project goals, eligibility criteria, budget requirements, application procedures, evaluation processes, and deadlines. Such documents are designed to solicit applications and inform potential contractors or grant seekers about opportunities for funding government projects at federal, state, or local levels. Given the corruption in the current file, it does not convey any such essential information, making it unviable to provide a useful or structured understanding of its contents.
    The document is a Sources Sought Notice regarding the decommissioning of piped N20 systems at the Phoenix Indian Medical Center. It aims to gather market research from interested vendors to ensure compliance with the Buy Indian Act, promoting contracting with Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE). The notice specifies the necessary qualifications for vendors, including the submission of business details, capability statements, and self-certification of eligibility using a designated form. Additional information required includes the DUNS number, tax ID, and identification of the supporting tribal affiliation. Responses must be submitted by February 11, 2025. This initiative allows the Indian Health Service (IHS) to assess the likelihood of receiving multiple offers from eligible vendors to inform future acquisition decisions, adhering to federal contracting regulations while supporting tribal businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Medical Gas Services (Oxygen and Air Filters) for the Cheyenne River Health Center (CRHC), Eagle Butte, South Dakota.
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified contractors to provide medical gas services, specifically oxygen and air filters, for the Cheyenne River Health Center (CRHC) located in Eagle Butte, South Dakota. The procurement involves monthly deliveries of various medical and non-medical bottled gases, including oxygen, nitrogen, acetylene, and argon CO2 mix, along with specific MERV 10 and MERV 15 pleated air filters, all in compliance with NFPA healthcare standards. This initiative is crucial for ensuring a continuous supply of essential medical gases and maintaining clean air in patient care areas for approximately 9,000 tribal members served by the CRHC. Interested parties must submit their capability statements by December 26, 2025, to Wenda Wright at wenda.wright@ihs.gov, referencing Sources Sought Notice SS-26-IHS-1519228, as the anticipated award will be a Firm Fixed-Price Purchase Order for a one-year period with four option years.
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@ihs.gov.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new rooftop unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Gallup Indian Medical Center - Air Compressor System Demo and Replacement
    Health And Human Services, Department Of
    Sources Sought HEALTH AND HUMAN SERVICES, DEPARTMENT OF INDIAN HEALTH SERVICE - Air Compressor System Demo and Replacement The Indian Health Service (IHS) is seeking capable sources to remove and install a new air compressor system for the Gallup Indian Medical Center (GIMC) Dental department in Gallup, NM. The anticipated delivery date will be 90 days from the date of award. This procurement falls under the NAICS code 333912 - Air and Gas Compressor Manufacturing. The government will evaluate market information to determine potential suppliers. Preference will be given to Indian economic enterprises in accordance with the Buy Indian Act. Interested parties must submit a capabilities package by Thursday, December 21, 2023, at 10:00 am MST. The primary point of contact is Mr. Stephen Silversmith, Contract Specialist, who can be reached at 505-726-8801 or Stephen.Silversmith@ihs.gov. The place of performance is the Gallup Indian Medical Center located at 516 E. Nizhoni Blvd, Gallup, NM 87301. This is not a solicitation.
    Zuni Quarters Sewer Improvement Project,
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is preparing to solicit proposals for the Zuni Quarters Sewer Improvement Project located in Zuni, New Mexico. This project involves the reconstruction of sewer lines, including demolition and replacement of existing infrastructure at the Zuni Comprehensive Community Health Center, and is expected to be completed within a 90-day period following the issuance of the Notice to Proceed. The contract will be awarded as a Firm Fixed Price (FFP) and is set aside exclusively for small businesses under NAICS code 237110, with an estimated project value between $100,000 and $250,000. Interested contractors should monitor https://sam.gov for the solicitation release, anticipated around December 23, 2025, and are encouraged to contact Shaukat Syed or Jenny Scroggins for further inquiries.
    Non-Personal Healthcare Services-Physician & Other Professional Ambulatory Services for PRC Program
    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 non-personal healthcare services, including physician and other professional ambulatory services, for the Purchased/Referred Care (PRC) program in New Mexico. The objective is to procure medically necessary outpatient and inpatient services for eligible American Indian and Alaskan Native patients, which will be delivered at the contractor's facilities rather than IHS clinics or hospitals. This initiative is crucial for ensuring access to specialty healthcare services that are not available through IHS, thereby enhancing healthcare delivery to underserved populations. Interested parties should contact Eric Wright at eric.wright@ihs.gov or Patricia Trujillo at patricia.trujillo@ihs.gov for further details, with proposals due by January 1, 2025.
    Ft Yuma Compressor
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified small businesses to provide and install two 10-ton R-410 scroll compressors at the Fort Yuma clinic in Winterhaven, California. The contractor will be responsible for all aspects of the project, including refrigerant recovery, compressor removal, installation, and operational checks, while ensuring that the clinic remains operational throughout the 30-day performance period. This procurement is critical for maintaining the clinic's HVAC systems, which are essential for patient comfort and care. Interested parties must submit their quotes by December 23, 2025, at 1:00 p.m. PST, and should direct any questions to Dale C. Clark at dale.clark@ihs.gov.
    Haskell Indian Health Center Generator Gas Line Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the replacement of a natural gas line at the Haskell Indian Health Center in Lawrence, Kansas. The project involves furnishing, replacing, and installing a new 3-inch gas line with a meter and regulator to ensure the generator operates at full capacity, addressing current limitations posed by the existing undersized line. This procurement is a 100% Small Business set-aside under NAICS code 238220, with an estimated contract value between $25,000 and $100,000, and a performance period of 120 calendar days from the Notice to Proceed. Interested parties must submit their quotes by January 12, 2026, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.
    H165--FY26 - NJHCS Medical Gas Systems Inspections and PM (B+4OPT)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a comprehensive contract for medical gas systems inspections and preventive maintenance at the New Jersey Healthcare System's East Orange and Lyons campuses. The contractor will be responsible for performing annual preventive maintenance services, including inspection and testing of medical gas systems such as oxygen, medical compressed air, vacuum, and nitrous oxide, while excluding maintenance of dental and medical air compressors and dental vacuum pumps. This contract is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a performance period comprising a base year and four option years, and proposals are due by December 17, 2025. Interested contractors should contact Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov for further details.