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
    Pharmacy Reverse Distribution and Destruction Services for the Crownpoint Healthcare Facility
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Pharmacy Reverse Distribution and Destruction Services for the Crownpoint Healthcare Facility in New Mexico. The contractor will be responsible for managing the reverse distribution of both controlled and non-controlled substances, ensuring compliance with federal regulations regarding the disposal of expired and unusable drugs, and maximizing credit recovery from manufacturers. This service is crucial for maintaining environmental safety and financial efficiency within the healthcare framework, as it addresses the proper disposal of pharmaceutical waste while prioritizing community health needs. Interested contractors should contact Marshall Arviso at Marshall.Arviso@ihs.gov or 505-786-6319, or Janice Martinez at Janice.Martinez@ihs.gov or 505-786-6216 for further details. The contract will be awarded under a Total Small Business Set-Aside, with a base year and four optional renewal periods, and proposals must be submitted in accordance with the outlined Statement of Work.
    PIMC Elevator PM & Repair Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide Elevator Preventative Maintenance and Repair Services for the Phoenix Indian Medical Center (PIMC) in Arizona. The objective of this procurement is to ensure the reliability and safety of the hospital's elevator systems, which are crucial for serving the Native American patient population, by adhering to ASME A17.1/CSA B44 safety codes and providing regular maintenance, inspections, and emergency repair services. This contract is a total small business set-aside under NAICS code 238290, with a performance period consisting of a base year and four optional renewal years, and proposals must be submitted by March 28, 2025. Interested parties can contact Kenneth Nicholson at kenneth.nicholson@ihs.gov for further information regarding the solicitation.
    FY25 GSU THC Expired Medication Return -- SYNPOSIS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the FY25 GSU THC Expired Medication Return project, as indicated in a presolicitation notice. The primary objective of this procurement is to facilitate the safe collection and disposal of expired medications, which falls under the hazardous waste collection industry, as defined by NAICS code 562112. This initiative is crucial for ensuring public health and safety by properly managing hazardous waste materials within the Navajo Area Indian Health Service, located in Tohatchi, New Mexico. Interested parties can reach out to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 505-726-8895 for further details regarding the opportunity.
    Solicitation 75H70725Q00061_Air handling/Exhaust Units Inspection and Cleaning for Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for air handling and exhaust unit inspection and cleaning services at the Zuni Comprehensive Community Health Center in New Mexico. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses in federal contracting. The selected contractor will be responsible for ensuring compliance with health regulations, providing certified technicians, and delivering detailed inspection reports, with a focus on minimal disruption to hospital operations. Proposals are due by March 24, 2025, at 3:00 PM (MT), and interested parties should direct inquiries to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or call 505-256-6768.
    WRSU Chilled Water System Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for maintenance and repair services for the chilled water system at the Whiteriver Indian Health Service Hospital. The contract encompasses scheduled and unscheduled maintenance for two chillers, cooling towers, and associated components, with a focus on ensuring operational efficiency and compliance with safety and environmental regulations. This procurement is vital for maintaining critical healthcare infrastructure, reflecting the IHS's commitment to service quality. Interested vendors must submit their proposals by April 3, 2025, at 1:00 p.m. MST, and can direct inquiries to Kerri Gilmore at Kerri.Gilmore@ihs.gov.
    Acoma Canoncito Laguna Service Unit HVAC System PM and Emergency Service
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for HVAC System Preventative Maintenance and Emergency Services at the Acoma Canoncito Laguna Health Center in New Mexico. The contractor will be responsible for providing materials, labor, and equipment for quarterly maintenance and emergency repairs on the HVAC system, specifically for two Carrier Chillers and a Heat Exchanger, ensuring compliance with all relevant regulations to minimize disruption to patient care. This contract includes a base year with four optional renewal periods, emphasizing the importance of safety, service quality, and regulatory adherence in maintaining critical HVAC systems. Interested vendors must submit their proposals by email to Eric Wright at eric.wright@ihs.gov by 12:00 pm MST on March 27, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    TPPIHC Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the TPPIHC Roof Replacement and Fall Protection project at the Taos-Picuris Pueblos Indian Health Center in Taos, New Mexico. The project aims to replace the existing roof and implement fall protection measures, with a contract type of Firm Fixed Price (FFP) and a performance period of 180 calendar days. This initiative is crucial for enhancing the safety and functionality of health facilities, with an estimated construction cost between $1 million and $5 million. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), must submit proposals by March 20, 2025, following a mandatory site visit on March 5, 2025. For further inquiries, contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526.
    Pueblo Pintado Health Center Construction
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the construction of the Pueblo Pintado Health Center in New Mexico. This project involves the construction of a 125,884 square foot facility aimed at expanding healthcare services for approximately 6,000 American Indian and Alaskan Native residents, with a contract period of 730 calendar days from the start date. The procurement emphasizes compliance with local regulations, safety standards, and environmental considerations, reflecting the importance of enhancing healthcare infrastructure in the region. Proposals are due by March 21, 2025, following a pre-proposal conference on January 23, 2025, and interested contractors should contact Matt D Sanders at matt.sanders@ihs.gov for further details.
    Preventive Maintenance Services for Steris Disinfector Washer and Sanitizer
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking qualified contractors to provide preventive maintenance services for the Steris Disinfector Washer and Sanitizer at the Kayenta Health Center in Arizona. The contract, set as a Total Small Business Set-Aside, requires contractors to perform quarterly maintenance, address equipment alarms, and comply with standards set by the National Fire Protection Association and medical regulations. This essential service ensures the proper functioning of critical medical equipment, supporting the health center's operations. Proposals must be submitted by March 19, 2025, with the contract period running from June 1, 2025, to May 31, 2026. Interested parties can contact Flora Washington at flora.washington@ihs.gov or call 928-380-8345 for further details.
    NNMC_Anesthesiology_NonPSC_APN_Nurse Anesthetist
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for non-personal health care services, focusing on anesthesia services provided by Advanced Practice Nurses (Nurse Anesthetists) at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract is set aside for Indian Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting businesses owned by American Indians while ensuring compliance with health standards and regulations. This initiative aims to enhance health service accessibility for American Indian and Alaska Native populations, with the contract period running from April 14, 2025, to April 13, 2026, and an option for extension. Interested parties should contact Matthew Atcitty at matthew.atcitty@ihs.gov or call 505-368-7345 for further details.