PM and Repair: Medical Grade Refrigerators & Freezers
ID: 75H71225Q-001KNType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotations for preventative maintenance and repair services for medical-grade refrigerators and freezers within the Phoenix Area Indian Health Service. The procurement aims to ensure optimal operation and compliance with OEM specifications and relevant standards, serving approximately 140,000 Native American users across various healthcare facilities. This contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, is expected to commence on November 1, 2024, with a potential duration of up to five years, including option periods. Interested contractors must submit their proposals by October 15, 2024, and can direct inquiries to Kenneth Nicholson at kenneth.nicholson@ihs.gov.

    Point(s) of Contact
    Kenneth Nicholson
    kenneth.nicholson@ihs.gov
    Files
    Title
    Posted
    The solicitation 75H71225Q-001KN outlines an RFQ for Preventative Maintenance and Repair Services for Medical Grade Refrigerators and Freezers within the Phoenix Area Indian Health Service. It is issued under the Federal Acquisition Regulation (FAR) and is categorized as unrestricted under NAICS code 811310. The contract is anticipated to be a single or multiple Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed-Priced type, starting November 1, 2024, with a potential duration of up to five years, including option periods. Bidders are required to provide an all-inclusive price schedule for a minimum of 220 to a maximum of 450 preventive maintenance services or 300 hours for corrective maintenance. The submission must include a detailed proposal addressing technical qualifications, key personnel certifications, and past performance references. The evaluation will be based on price, technical merit, and past experience. All proposals must be submitted by October 15, 2024, and comply with various FAR and HHSAR clauses. The document emphasizes the need for compliance with federal regulations, environmental considerations regarding maintenance, and the necessity for ISO certification throughout the contract's duration, ensuring high standards of performance and accountability.
    The Phoenix Area Indian Health Service (PAIHS) is seeking a contractor for preventative maintenance and repair services for medical-grade refrigerators and freezers across various facilities that serve approximately 140,000 Native American users. The contractor must adhere to original equipment manufacturer (OEM) specifications, American National Standards Institute (ANSI) standards, and The Joint Commission requirements to ensure optimal operation and compliance. The services include scheduled preventative maintenance, corrective repairs, technical personnel supervision, and detailed documentation for all maintenance activities. The contractor must also provide loaner equipment and have access to certified replacement parts. The contract is structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement for one year with four optional years, requiring the contractor to respond to non-critical and emergency repair requests promptly. Staff qualifications and ISO 13485:2016 certification are essential. This RFP encapsulates the government's commitment to maintaining high standards of service and safety in healthcare equipment management, pivotal for ensuring effective healthcare delivery to the Native American communities served by PAIHS.
    The Arizona Department of Revenue issued an Exemption Letter to the Department of Health & Human Services, specifically the Phoenix Area Indian Health Service, granting a tax exemption for the period from January 1, 2024, to December 31, 2024. This exemption applies to certain business classifications related to the Transaction Privilege Tax and Use Tax, as specified by Arizona Revised Statutes and the Model City Tax Code. The exempt classifications include utilities, publications, job printing, restaurants, personal property rental, retail, and specific use taxes. The organization must present the Exemption Letter and an accompanying Arizona Form 5000HC when availing of these exemptions with vendors. Additionally, the organization is required to reapply annually for this exemption to avoid lapses. Appendix A enumerates the specific locations entitled to the tax exemption. The letter cautions that the exemption may be rescinded if the information used to grant it is found inaccurate or if the organization no longer qualifies. This document serves to ensure compliance with local tax statutes and facilitate the operational effectiveness of the Indian health service in Arizona.
    The document serves as an inventory of medical-grade refrigeration equipment used at various facilities in the Phoenix Area Indian Health Service (IHS), specifically the Phoenix Indian Medical Center and other associated health centers. It details numerous assets including refrigerators and freezers from multiple manufacturers such as Helmer Scientific, Danby, and Thermo Fisher Scientific, classified by type, model, and unique asset tags. The listing includes items utilized across different departments including pharmacies, laboratories, and outpatient clinics. Each entry provides asset identifiers, model information, and sometimes serial numbers, indicating the diverse range of equipment essential for medical storage and operations. The file reflects the federal government’s commitment to maintaining and managing critical health resources effectively, ensuring compliance with medical standards and optimizing patient care through reliable refrigeration systems. The comprehensive nature of the inventory underscores the significance of maintaining high-quality medical storage solutions within federally funded healthcare facilities.
    This document presents a Price Schedule Sheet for Request for Quotation (RFQ) 75H71225Q-001KN, focusing on the provision of preventative and corrective maintenance services for medical-grade refrigerators and freezers. It outlines the required service categories, including standard preventative maintenance and corrective repair services, specifying minimum and maximum units and corresponding hourly rates. The schedule emphasizes a structured payment format for various contract years, detailing a base year and four option years for potential contract extensions. Contractors are instructed to fill in price estimates within designated blue cells, with the form designed to auto-calculate totals. This document serves as a foundational component for federal procurement processes, ensuring transparency and financial accountability in acquiring maintenance services for essential medical equipment, which underscores the commitment to maintaining healthcare standards in federal facilities.
    The document outlines a Price Schedule Sheet for RFQ 75H71225Q-001KN, related to purchasing preventative maintenance and repair services for medical-grade refrigerators and freezers. It includes specific contractor-fillable sections that auto-calculate total costs based on minimum and maximum unit prices for standard services. The pricing is structured across different contract years, encompassing a Base Year and four Option Years, allowing flexibility for ongoing service agreements. Key components include pricing tiers for Standard Preventative Maintenance Services and complete coverage for repair parts and labor. The document also requires contractors to enter details such as their firm's name and SAM UEI, highlighting the need for a formal quality service provider registered with federal systems. The purpose of this file is to facilitate the procurement process through clear pricing structures, ensuring that federal entities can obtain reliable maintenance services for essential medical equipment, crucial for patient safety and operational efficacy. By emphasizing standardized pricing and contractor information, the document enhances transparency and efficiency in governmental procurement activities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Notice of Intent to Single-Source - Northern Navajo Medical Center - PM and Repair Services for Chillers and Cooling Tower
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking to negotiate a non-competitive firm-fixed-price contract for preventative maintenance and repair services for chillers and a cooling tower at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract will be awarded to Travers Mechanical and Controls, LLC, based on the urgency of the need, as permitted under FAR 13.106-1(b)(1)(i), which allows for single-source procurement when only one source is reasonably available. This maintenance is crucial for ensuring the operational efficiency of the medical center's cooling systems, which are vital for patient care and facility operations. Interested parties other than Travers Mechanical and Controls, LLC, may submit a capability statement to the Contract Specialist, Stephen Silversmith, at stephen.silversmith@ihs.gov by 1:00 PM MT on October 4, 2024, although the government is not obligated to respond to submissions.
    Elevator Maintenance Service
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS), part of the Department of Health and Human Services, is seeking qualified sources for monthly elevator maintenance services and inspections for multiple elevators at the Northern Navajo Medical Center in Shiprock, New Mexico. The procurement involves maintaining four Montgomery and three Thyssen-Krupp elevators, with an anticipated performance period from November 1, 2024, through October 31, 2025, and four one-year options thereafter. This opportunity is significant for ensuring the operational safety and reliability of essential medical facilities, and interested parties must submit a capabilities package by October 10, 2024, at 1:00 PM MDT to Misty Billy at misty.billy@ihs.gov. The procurement is subject to the Buy Indian Act, which prioritizes Indian economic enterprises, and requires compliance with specific self-certification and registration processes.
    KSU - KHC QUARTERS PROPANE SERVICE
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking capable contractors to provide propane services for vacant quarters located in Kayenta, Arizona, under the project titled "KSU - KHC Quarters Propane Service." The procurement aims to ensure reliable propane supply for the Kayenta Service Unit, with an anticipated performance period from January 1, 2025, to December 31, 2025, and options for three additional years. This opportunity is particularly significant as it aligns with the Buy Indian Act, promoting participation from Indian Economic Enterprises, and requires interested parties to submit a capabilities package by October 4, 2024, to the primary contact, Daisha Richards, at Daisha.Richards@ihs.gov.
    KSU - IHHC Propane Service
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking capable contractors to provide propane services for the Kayenta Service Unit, located at the Inscription House Health Center in Tonalea, Arizona. The procurement aims to secure reliable propane services for healthcare facilities and employee living quarters in Shonto and Inscription House, with an anticipated performance period from January 1, 2025, to December 31, 2025, including options for three additional years. This opportunity is significant as it supports essential healthcare operations in the region, and interested parties must submit their capabilities package by October 4, 2024, to Daisha Richards at Daisha.Richards@ihs.gov, ensuring compliance with the Buy Indian Act for potential set-asides for Indian Economic Enterprises.
    Grounds Maintenance Services for Santa Fe Indian HC & San Felipe HC
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for Grounds Maintenance Services at the Santa Fe Indian Health Center and San Felipe Health Clinic in New Mexico. The contract will encompass a range of services including landscape maintenance, trash removal, and snow and ice removal, structured as a Firm-Fixed-Price purchase order with a base year and four option years, extending from 2024 to 2029. This procurement is vital for maintaining a safe and clean environment for healthcare delivery to Native American populations, ensuring compliance with federal regulations and standards. Interested offerors must submit their proposals by November 1, 2024, by 12:00 p.m. MDT, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Trash Compactor Preventative Maintenance Services for the Jicarilla Service Unit
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for Trash Compactor Preventative Maintenance Services at the Jicarilla Service Unit located in Dulce, New Mexico. The contract requires the selected contractor to perform biannual inspections and maintenance, as well as provide on-call repair services, ensuring compliance with all relevant federal, state, local, and IHS regulations. This service is crucial for maintaining the operational integrity of waste disposal equipment, which is essential for health and safety standards in the facility. Proposals are due by 5:00 PM MST on October 7, 2024, and interested parties should contact Stephanie Begay at stephanie.begay3@ihs.gov or call 505-256-6750 for further information.
    IHS, Pawnee Nephrology Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for nephrology services at the Pawnee Indian Health Center (PIHC) in Oklahoma, with the intent to award a one-year contract. The contractor will provide on-site nephrology care twice a month, with the possibility of adjustments based on patient demand, and must adhere to IHS quality standards and regulatory guidelines. This procurement is crucial for enhancing healthcare services for Native American populations, ensuring comprehensive nephrology care, and maintaining compliance with public health standards. Interested vendors must submit their quotes by 4:00 PM CST on September 5, 2023, to Judy Eaves at judy.eaves@ihs.gov, and the procurement is unrestricted with a focus on promoting participation from small and disadvantaged business enterprises.
    Gallup Indian Medical Center - Digital Direct Controls - Monthly Preventative Maintenance
    Active
    Health And Human Services, Department Of
    Sources Sought HEALTH AND HUMAN SERVICES, DEPARTMENT OF INDIAN HEALTH SERVICE - Gallup Indian Medical Center - Digital Direct Controls - Monthly Preventative Maintenance The Indian Health Service (IHS) is seeking capable sources to provide monthly preventative maintenance for digital direct controls at the Gallup Indian Medical Center in Gallup, NM. This maintenance is necessary to ensure that all functions of the Web-Control System and software are working properly. The anticipated period of performance is one base year plus three option years. The procurement is classified under the NAICS code 238220 - Plumbing, Heating, and Air-Conditioning Contractors. 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 sources must submit a capabilities package by December 21, 2023, confirming their Buy-Indian set-aside status and providing evidence of recent experience with similar work. The primary point of contact for this procurement is Mr. Stephen Silversmith, Contract Specialist, who can be reached at Stephen.Silversmith@ihs.gov or 505-726-8801. The place of performance is the Gallup Indian Medical Center located at 516 E. Nizhoni Blvd, Gallup, NM 87301. This notice is not a solicitation.
    Jicarilla Service Unit Living Quarters Cleaning Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Quarters Unit Cleaning Services at the Jicarilla Service Unit in Dulce, New Mexico. The procurement aims to secure comprehensive cleaning services for 14 government living quarters, including specific tasks for bedrooms, bathrooms, kitchens, and common areas, while ensuring compliance with federal, state, local, and tribal regulations. This contract is crucial for maintaining a clean and safe living environment for residents, with a base year and four options for renewal included in the proposal. Interested vendors must submit their quotes by 12:00 PM MST on October 8, 2024, and can direct inquiries to Eric Wright at eric.wright@ihs.gov or by phone at 505-256-6752.
    Sol_75H70724Q00141 Survey and Data Collection Services (HCAHPS survey) Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is soliciting proposals for Survey and Data Collection Services related to the HCAHPS (Hospital Consumer Assessment of Healthcare Providers and Systems) survey at the Zuni Comprehensive Community Health Center in New Mexico. The selected contractor will be responsible for managing the entire survey process, including setup, mailing, data verification, and reporting results, while ensuring compliance with federal, state, and local regulations, including HIPAA for patient confidentiality. This contract is crucial for collecting patient feedback to improve healthcare quality and will be awarded as a firm-fixed-price contract with a base period of 12 months and four optional renewal periods. Interested vendors must submit their proposals by October 9, 2024, at 3:00 PM (MT) to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.