Sources Sought - PIMC Chemical Fume Hood PM and Calibration Services
ID: IHS1508673Type: Sources Sought
Overview

Buyer

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

NAICS

Repair and Maintenance (811)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    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
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    KHC BIOMERIEUX SUPPLIES
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking to negotiate a non-competitive firm-fixed-price contract for supplies from Biomerieux, Inc. This procurement involves the BioFire RP2.1 Panel and Filmarray GI Panel, which are essential for the Laboratory Department at the Kayenta Health Center in Kayenta, Arizona. These diagnostic supplies play a crucial role in supporting healthcare services within the Navajo Area Indian Health Service. Interested parties other than Biomerieux, Inc. may submit a capability statement to Daisha Richards at Daisha.Richards@ihs.gov by 10:00 AM EST on December 17, 2025, although the government is not obligated to respond to submissions. The contract will span a base year plus four option years, and eligibility requirements include compliance with the Indian Economic Enterprise definition as outlined in the IHS guidelines.
    Diagnostic Reference Laboratory Testing Services
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Phoenix Area Office, is seeking qualified firms to provide diagnostic reference laboratory testing services, focusing on non-emergent cancer and infectious disease testing. The contractor will be responsible for off-site testing, including cellular and molecular analysis, with a requirement for a comprehensive test catalog, quick turnaround times, and secure result disclosure. This opportunity is crucial for ensuring timely and accurate diagnostic services for the Phoenix Indian Medical Center, with the contract expected to span a base year and four one-year options. Interested firms must submit a capability statement to Dale C Clark at dale.clark@ihs.gov, as this is a sources sought notice and not a solicitation for quotes or pricing.
    KHC Air Handler Filters
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for the procurement of Air Handler Air Filters for the Kayenta Health Center in Arizona. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to fulfill the specific air purification needs of the health center, which is crucial for maintaining a safe and healthy environment for patients and staff. Interested vendors must submit their quotes by December 24, 2025, at 10:00 AM (ET), and can reach out to Daisha Richards at Daisha.Richards@ihs.gov or by phone at 928-697-5076 for further information.
    SOURCES SOUGHT NOTICE: Infectious Waste Collection and Disposal Services
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting a sources sought notice to identify potential sources for infectious waste collection and disposal services for the Kayenta Health Center in Kayenta, Arizona, and the Inscription House Health Center in Tonalea, Arizona. The procurement aims to secure services related to the provision of infectious waste storage containers, collection, and disposal, which are critical for maintaining health and safety standards in healthcare facilities. Interested parties are invited to submit their qualifications and capabilities by November 17, 2025, at 12:00 PM, to Flora Washington via email at flora.washington@ihs.gov. Respondents must include a company profile, capability statement, and, if applicable, the completed IHS IEE Representation Form to demonstrate eligibility as an Indian Economic Enterprise.
    Reagents, Stains, and other Laboratory Supplies
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting market research to identify potential sources for the procurement of reagents, stains, and other laboratory supplies for the Inscription House Health Center located in Shonto, Arizona. This sources sought notice aims to gather information from interested parties to inform the contracting office's acquisition strategy, including considerations for competition and set-asides, particularly for Indian-owned economic enterprises. The selected suppliers will play a crucial role in supporting healthcare services within the community by providing essential laboratory supplies. Interested vendors are invited to submit their qualifications and capabilities by December 15, 2025, at 1:00 pm EDT to Charity Yellowhair-Gilbert at charity.yellowhair-gilbert@ihs.gov, ensuring they are registered in the System for Award Management (SAM) and include necessary documentation, including the IHS IEE Representation Form if applicable.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.
    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.
    KHC Dental Laboratory Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for dental laboratory services for the Kayenta Health Center in Kayenta, Arizona. The contract requires a qualified contractor to provide a comprehensive range of off-site dental laboratory services, including fixed, removable, and implant prosthodontics, as well as adjunct services like night guards and retainers, to support the Kayenta Alternative Rural Hospital, which serves a population of approximately 20,000 in a remote area. This Total Small Business set-aside solicitation will remain open for quotes until December 24, 2025, at 12:00 PM (ET), with the contract expected to span a base year from January 1, 2026, to December 31, 2026, and two additional option years through December 31, 2028. Interested parties can contact Daisha Richards at Daisha.Richards@ihs.gov or by phone at 928-697-5076 for further information.
    Great Plains Area Multiple Vendor Cost Per Reportable Result (CPRR) IDIQ contract for Automated Chemistry and Immunochemistry Instrumentation at five (5) IHS Hospitals and seven (7) IHS clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting proposals for a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Automated Chemistry and Immunochemistry Instrumentation services across multiple IHS facilities in North and South Dakota. The contract aims to deliver Cost Per Reportable Result (CPRR) for laboratory analyzers, including comprehensive maintenance and support, with a performance period starting from January 1, 2026, and extending through December 31, 2030, including four one-year options. This procurement is critical for enhancing laboratory capabilities and ensuring quality healthcare services for the communities served by IHS. Interested contractors must submit their proposals by December 2, 2025, at 12:00 pm CT, and direct any inquiries to Mona Weinman at mone.weinman@ihs.gov or by phone at 605-945-5427.
    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.