PIMC Chemical Fume Hood PM and Calibration Services
ID: IHS1508673Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 7:00 PM UTC
Description

The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide preventive maintenance and calibration verification services for Chemical Fume Hoods at the Phoenix Indian Medical Center in Arizona. The contract aims to ensure compliance with safety regulations and operational efficiency, requiring the contractor to manage all necessary parts, labor, and documentation while adhering to original equipment manufacturers’ guidelines. This service is critical for maintaining laboratory safety standards, as the facility serves approximately 140,000 Native Americans and supports various healthcare specialties. Proposals are due by April 11, 2025, at 1:00 p.m. MST, and interested parties should contact Kerri Gilmore at Kerri.Gilmore@ihs.gov for further information.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 10:04 PM UTC
The Arizona Department of Revenue has issued an Exemption Letter to the Department of Health & Human Services, Phoenix Area Indian Health Service, granting it tax exemptions from the Arizona Transaction Privilege Tax and the Use Tax starting January 1, 2025. This exemption applies to specified business classifications, including utilities, pipeline services, publication, job printing, restaurant operations, and retail, among others. The organization is similarly exempt from applicable Cities Privilege Tax and Use Tax for comparable business categories. As part of the exemption process, the Department mandates the use of an Arizona Transaction Privilege Tax Exemption Certificate to substantiate tax-exempt purchases. This letter is valid as long as the recipient organization maintains its qualifying status under Arizona law. Additionally, locations eligible for exemptions are outlined in an appendix. The issuance of this exemption indicates governmental support for the health services provided to Indian communities while adhering to specific regulatory requirements. Notably, any inaccuracies in the information or failure to maintain exempt status could lead to rescission of the exemption.
Mar 28, 2025, 10:04 PM UTC
The document is a Request for Quote (RFQ), specifically RFQ IHS1509545, issued by the federal government for the Phoenix Indian Medical Center's chemical fume hood preventive maintenance (PM) and calibration services. This solicitation is structured as a combined synopsis/solicitation in compliance with FAR Subpart 12.6, with proposals due by April 11, 2025, at 1:00 p.m. MST. Offerors must provide a comprehensive package, including pricing for a Base Year and four Option Years on a firm fixed-price basis. Key details required in proposals include the company's legal name, CAGE Code, DUNS, tax ID, and acknowledgment of a 120-day acceptance period. The RFQ is designated as a small business set-aside, and submissions must adhere to FAR 13.5 acquisition procedures. Mandatory registrations in the System for Award Management (SAM) are required. Further information and an attached statement of work are available for bidders, who may submit queries about the RFQ to designated email contacts. This document exemplifies the formal procurement process within the federal government, aimed at soliciting competitive quotes for essential maintenance services while promoting small business participation.
The document outlines the requirements for the RFQ IHS1508673 for Preventive Maintenance (PM) services for Chemical Fume Hoods as part of a federal project. It specifies detailed invoicing instructions, contract clauses, and provisions applicable under the Department of Health and Human Services Acquisition Regulation (HHSAR) and Federal Acquisition Regulation (FAR). The contractor must submit payment requests electronically, comply with various regulatory clauses, and submit a detailed technical proposal addressing specific evaluation criteria focused on experience, qualifications, and past performance. Offerors are instructed to present their proposals in three volumes: pricing, technical details, and past performance history, with specific deadlines for submission and inquiries. The government emphasizes a best value approach to evaluation, potentially awarding contracts to non-lowest bidders based on superior technical qualifications. This RFQ represents a structured approach to ensuring compliance, quality, and accountability in government contracting, reflective of broader federal procurement practices.
Mar 28, 2025, 10:04 PM UTC
The Phoenix Indian Medical Center (PIMC) is soliciting a contract for preventive maintenance and calibration verification services for its Chemical Fume Hoods. PIMC serves around 140,000 Native Americans and offers specialty care to remote facilities across the southwestern U.S. The contractor selected will be responsible for all necessary parts, labor, tools, and travel to execute maintenance and verify calibrations in compliance with the original equipment manufacturers’ guidelines and Medicare requirements. After service completion, the contractor must return equipment clean and warrant their work for 30 days. Key personnel will include Certified Field Service Engineers, and documentation such as a Field Service Report detailing equipment specifics, service types, and performance results is required within 15 days post-service. This contract exemplifies the federal government's focus on maintaining healthcare standards and efficient service delivery in Indian health facilities.
Mar 28, 2025, 10:04 PM UTC
This document outlines a catalog of laboratory equipment, specifically various models of chemical fume hoods and microbiological hoods, that are part of federal government RFPs and grants. Each entry includes detailed attributes such as the description, location, serial number, model number, manufacturer, owning department, maintenance frequency, and cost where applicable. The equipment is primarily situated in laboratory settings, highlighting its necessity for safe chemical handling and biological research across different departments such as Podiatry, Pathology, and the NIH. The maintenance frequency for most items is annual, ensuring compliance with safety regulations. The format indicates a comprehensive inventory necessary for government procurement processes, underlining the importance of these safety devices in maintaining laboratory standards. This catalog serves as a resource for federal and local entities in facilitating the acquisition and upkeep of critical laboratory safety equipment.
Feb 28, 2025, 6:05 PM UTC
The Phoenix Indian Medical Center has issued a Sources Sought Notice concerning the need for preventive maintenance and calibration services for its chemical fume hoods. This request, classified under NAICS code 811210, aims to gather information from potential contractors about their ability to meet the requirements specified, as part of compliance with the Buy Indian Act. Interested vendors should respond by providing key information such as company details, business category qualifications (Indian Economic Enterprise or Indian Small Business Economic Enterprise), and capability statements. They must also adhere to specific eligibility criteria, including providing documentation demonstrating their status as authorized distributors for relevant manufacturers and identifying their supporting Indian tribes or Alaska Native corporations. This market research seeks to evaluate the capacity of Indian Economic Enterprises, aiming for a minimum expectation of offers from qualified firms in accordance with federal contracting guidelines. Responses must be submitted by March 7, 2025. The notice emphasizes the importance of compliance with federal regulations and the prioritization of Indian enterprises in procurement activities.
Feb 28, 2025, 6:05 PM UTC
The document outlines requirements under the Buy Indian Act for entities responding to solicitations issued by the Indian Health Service (IHS). It serves as a self-certification form where Offerors confirm they qualify as an "Indian Economic Enterprise" as defined by relevant regulations. Eligibility must be maintained at three key stages: at the time of the offer submission, at contract award, and throughout contract performance. Offerors must notify the Contracting Officer if they no longer meet these criteria. Successful bidders must be registered with the System of Award Management (SAM), and any false statements could trigger legal penalties. The form also requires Offerors to indicate compliance with Indian ownership standards and includes space for necessary identifying information. This document emphasizes the importance of transparency and accountability in federal contracting processes aimed at promoting Indian economic interests.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
PIMC – CPPR Urinalysis Equipment & Service Agreement
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a Cost Per Reportable Result Agreement for CPPR Urinalysis Equipment and Service Agreement at the Phoenix Indian Medical Center (PIMC) in Phoenix, Arizona. The procurement involves supplying fully automated urinalysis analyzers capable of conducting urine chemistry, microscopy, and body fluid testing, along with necessary reagents, consumables, technical support, and training, all at no additional cost. This initiative is crucial for enhancing laboratory capabilities and ensuring quality healthcare services through advanced diagnostic technology. Interested contractors must submit their quotes by April 24, 2025, with the contract period anticipated to run from June 21, 2025, to May 31, 2026, and can contact Kenneth Nicholson at kenneth.nicholson@ihs.gov for further information.
SOURCES SOUGHT: Roof Repair for Kayenta Health Center
Buyer not available
The Indian Health Service, under the Department of Health and Human Services, is conducting market research for roof repair services at the Kayenta Health Center in Arizona. This sources sought notice aims to identify potential contractors, specifically those classified under NAICS code 238160 - Roofing Contractors, to fulfill the government’s requirement for maintenance and repair of the facility's roofing. The opportunity is significant as it supports the health center's operational integrity and service delivery to the community. Interested parties must submit their qualifications and relevant documentation by April 20, 2025, at 5:00 PM MST to Flora Washington at flora.washington@ihs.gov, ensuring compliance with SAM registration and any applicable Indian Economic Enterprise certifications.
(Buy-Indian) Sources Sought: CPRR lease for D-100 Hemoglobin A1c Equipment
Buyer not available
The Department of Health and Human Services, through the Indian Health Service (IHS), is conducting a Sources Sought notice to identify qualified Indian Small Business Economic Enterprises (ISBEE) capable of providing a Cost Per Reportable Result (CPRR) agreement for D-100 Hemoglobin A1c (HbA1c) equipment for the Phoenix Indian Medical Center (PIMC). The procurement aims to secure an HbA1c instrument that can interface with existing hospital systems, ensuring quality control and compliance with accreditation guidelines, while also providing necessary technical support and maintenance services. This initiative underscores the government's commitment to enhancing healthcare services within Native American communities by promoting economic opportunities for Indian-owned businesses. Interested vendors must respond by April 17, 2025, and can direct inquiries to Kenneth Nicholson at kenneth.nicholson@ihs.gov.
Sources Sought - FY25 GSU THC Fire Alarm Inspection and Monitoring
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking capable sources for fire alarm inspection and monitoring services at the Tohatchi Health Center in New Mexico. The procurement aims to ensure comprehensive monitoring, inspection, and maintenance of fire alarm systems in compliance with safety regulations, including adherence to NFPA 72 and NFPA 101 standards. This initiative is crucial for safeguarding the health and safety of the facility's occupants, with a contract period anticipated from May 1, 2024, through April 30, 2028, including options for extension. Interested parties must submit their capabilities package to Ken Parrish at Ken.Parrish@ihs.gov by March 14, 2025, at 10:00 a.m. MST, to be considered for this opportunity.
PIMC - Fence Repair
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the repair of damaged fencing and sliding gates at the Phoenix Indian Medical Center (PIMC) in Arizona. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) and involves tasks such as site surveys, installation of new fencing, and the refurbishment of existing structures to ensure security and compliance with safety standards. The contract will be awarded as a Firm Fixed Price Purchase Order, with a performance period of 3 to 5 business days from the notice to proceed, and interested parties must submit their quotes by April 16, 2025, while ensuring they are registered in the System for Award Management (SAM). For further inquiries, contractors can contact Kenneth Nicholson at kenneth.nicholson@ihs.gov.
Solicitation 75H70725Q00084-Physics Testing of Medical Imaging Equipment Service Agreement for Zuni Comprehensive Community Health Center
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for a Physics Testing Service Agreement for medical imaging equipment at the Zuni Comprehensive Community Health Center in New Mexico. This procurement aims to ensure compliance with federal, state, and tribal regulations while supporting Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act. The selected contractor will be responsible for conducting annual physics testing on various imaging devices, which is crucial for maintaining quality health services. Interested parties must submit their proposals, including technical qualifications and past performance documentation, by April 14, 2025, to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.
Non-Personal Service Contracts for Pharmacist healthcare providers to the Pinon Health Center, Chinle Service Unit
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors to provide non-personal service contracts for pharmacist healthcare providers at the Pinon Health Center within the Chinle Service Unit in Arizona. The procurement aims to deliver comprehensive pharmaceutical care, with services required to be performed in accordance with the attached Performance Work Statement (PWS) during a base period from May 2025 to October 2025, followed by an option period from November 2025 to April 2026. This opportunity is particularly significant as it is set aside under the Buy Indian Act, emphasizing the importance of culturally sensitive healthcare delivery to the Navajo community. Interested contractors must submit their proposals electronically by April 24, 2025, and can direct inquiries to Tilda Nez at tilda.nez@ihs.gov or by phone at 928-674-7474.
Arc Flash Study at Pinon Health Center
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to conduct an Arc Flash Study at the Pinon Health Center in Arizona. The primary objective of this procurement is to enhance employee safety by assessing the electrical system, analyzing arc flash hazards, and recommending appropriate Personal Protective Equipment (PPE) in compliance with NFPA 70E and IEEE Standard 1584. This initiative is crucial for ensuring workplace safety in health facilities, as it involves a comprehensive evaluation of electrical risks and the implementation of mitigation strategies, including the installation of hazard labels and a detailed final report. Interested contractors must submit their quotes by April 9, 2025, at 5:00 PM MST, and can direct inquiries to Whitney Shorty at whitney.shorty@ihs.gov or by phone at 928-725-9806.
Brand Name or Equal Ortho Diagnostics Blood Bank and Quality Control Supplies, IHS, Hopi Health Care Center, 5-Year BPA
Buyer not available
The Indian Health Service (IHS) is soliciting proposals for a Five-Year Blanket Purchase Agreement (BPA) for Brand Name or Equal Ortho Diagnostics Blood Bank and Quality Control Supplies, specifically for the Hopi Health Care Center located in Polacca, Arizona. The procurement aims to secure essential diagnostic supplies that support healthcare services, ensuring compliance with federal regulations and quality standards. Interested vendors must submit their proposals electronically by April 25, 2025, with all pricing details for the Contract Line Items (CLINs) included, and are required to register in the System for Award Management (SAM). For further inquiries, contact Donovan Conley at Donovan.Conley@ihs.gov or by phone at 602-364-5174.
Pinon Health Center needs a UC MD Physician
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide non-personal services for Urgent Care Physicians at the Pinon Health Center in Arizona. The contract will cover a base period from September 1, 2025, to November 30, 2025, with options to extend for three additional periods, each lasting three months, totaling 2,080 hours of service. This procurement is crucial for ensuring the delivery of culturally appropriate healthcare services to the Navajo population, emphasizing continuity of care and collaboration with other health professionals. Interested contractors must submit their quotes by April 16, 2025, at 5:00 PM MST, and can direct inquiries to Whitney Shorty at whitney.shorty@ihs.gov or by phone at 928-725-9806.