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
Pharmacy Casework - 3 pharmacies at Phoenix Indian Medical Center
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is seeking qualified contractors to provide pharmacy casework for three pharmacies at the Phoenix Indian Medical Center in Arizona. The project involves the replacement of pharmacy cabinetry with new modular casework systems that comply with USP-797/USP-800 standards for handling sterile and hazardous substances, ensuring ergonomic efficiency and durability. This initiative is crucial for enhancing pharmacy operations and maintaining compliance with health standards in medical facilities. Interested vendors should contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or call 602-364-5012 for further details regarding the procurement process, which is set aside for Indian Small Business Economic Enterprises (ISBEE).
Personal Services Contract - Navajo Area IHS Contract Support Services
Buyer not available
The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting quotes for a Personal Services Contract to provide Contract Support Services for the Navajo Area IHS. The objective is to enhance acquisition management capabilities by engaging Procurement Agents at various experience levels to assist with presolicitation, pre-award, and post-award processes in compliance with federal regulations. This initiative is crucial for improving contracting practices and ensuring efficient delivery of health services to over 244,000 Native American beneficiaries across Arizona, New Mexico, and Nevada. Quotes are due by April 25, 2025, at 2:30 PM MST, and interested parties should submit their proposals electronically to Jericho Lewis at Jericho.Lewis@ihs.gov or via hard copy to the Navajo Area Office in Window Rock, Arizona.
Nonpersonal Service Clinical Pharmacist Informaticist (Clinical Applications Coordinator) healthcare providers
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide Non-Personal Service Clinical Pharmacist Informaticist (Clinical Applications Coordinator) healthcare providers for the Chinle Comprehensive Health Care Facility in Arizona. The procurement aims to secure contractor services for a total of 2,080 hours over a one-year performance period, which includes a base period and three option periods, as outlined in the Performance Work Statement (PWS). This contract is crucial for ensuring the provision of quality healthcare services within the IHS framework, emphasizing the need for qualified candidates with relevant past performance and technical capabilities. Proposals are due by April 29, 2025, at 8:00 a.m., and interested parties can direct inquiries to Tilda Nez at tilda.nez@ihs.gov or by phone at 928-674-7474.
Source Sought Notice - Infectious Waste Services
Buyer not available
The Indian Health Service, under the Department of Health and Human Services, is seeking qualified contractors to provide infectious waste services for the Pinon Health Center in Arizona. The contractor will be responsible for all necessary labor, equipment, materials, and transportation for the storage, pickup, and disposal of infectious waste, adhering to the requirements outlined in the attached Statement of Work. This service is crucial for maintaining patient safety and compliance with federal and state health regulations, particularly for the Navajo Nation community served by the health center. Interested parties must submit their qualifications and company profile to Tanya Begay at tanya.begay2@ihs.gov by the specified response date, as this is a sources sought notice for market research purposes only, not a solicitation.
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.
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.
Media Destruction - Asset Removal - PAO
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for media destruction services as part of a combined synopsis/solicitation for the Phoenix Area Indian Health Service in Arizona. The procurement aims to securely destroy outdated media assets, including hard drives and tapes, in compliance with federal regulations such as NIST guidelines, FACTA, and HIPAA, ensuring the protection of sensitive data and environmental sustainability. This initiative is crucial for maintaining data security and mitigating risks associated with information disposal, with the contract expected to commence on May 12, 2025, and run through May 11, 2026. Interested vendors must submit their proposals electronically by April 30, 2025, to the designated contacts, Marilyn Duran and Michele Lodge, whose emails are provided in the solicitation.
Claremore Indian Hospital AHU 3 and 4 Replacements
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the replacement of air handling units (AHUs) 3 and 4 at the Claremore Indian Hospital in Oklahoma. The project involves comprehensive construction services, including the removal and replacement of outdated equipment, installation of modern systems, and compliance with safety and environmental regulations, particularly concerning asbestos abatement. This procurement is significant for enhancing healthcare infrastructure and ensuring compliance with current standards, with a contract value estimated between $1 million and $5 million. Interested contractors must submit their proposals by May 1, 2025, following a mandatory site visit on March 26, 2025, and can direct inquiries to Taylor Kanthack at taylor.kanthack@ihs.gov or by phone at 240-478-1501.
Regulated Medical Waste Collection and Disposal
Buyer not available
The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking qualified contractors for the collection and disposal of regulated medical waste, including pharmaceutical and non-pharmaceutical hazardous waste, at the Northern Navajo Medical Center in Shiprock, New Mexico. This five-year contract will span from July 1, 2025, to June 30, 2030, consisting of a base year and four option years, and is set aside for Indian Small Business Economic Enterprises (ISBEE). The procurement process will follow FAR 12 and FAR 13 guidelines, with quotes due by April 29, 2025, and the Request for Quotations expected to be issued by April 18, 2025. Interested parties must maintain an active profile in the System for Award Management (SAM) and can contact Dallas Begay at dallas.begay@ihs.gov for further information.
Hopi Health Care Center Triage Meter
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors for the procurement of a Quidel Ortho Triage Meter Pro analyzer and related consumables for the Hopi Health Care Center located in Polacca, Arizona. This Sources Sought Notice emphasizes compliance with the Buy Indian Act, prioritizing purchases from Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs) to promote economic participation within Indigenous communities. The procurement aims to establish a reliable supply chain for health care services, ensuring that at least two offers are received from qualified IEEs. Interested vendors should contact Jeremy Steel at jeremy.steel@ihs.gov or call 602-364-5264 for further details and must submit their qualifications, including compliance documentation, by the specified deadlines.