ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

NNMC: Lease of Mobile Sterile Processing Unit

DEPARTMENT OF HEALTH AND HUMAN SERVICES 75H71026Q00024
Response Deadline
Mar 17, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, is seeking proposals for the lease of a Mobile Sterile Processing Unit at the Northern Navajo Medical Center in Shiprock, New Mexico. This procurement aims to secure a mobile unit that is essential for maintaining surgical services, accommodating a significant annual workload of approximately 150,000 outpatient encounters and 2,900 inpatient admissions. The contract will cover a base year from May 1, 2026, to April 30, 2027, with four additional one-year options, and includes requirements for delivery, installation, staff training, and preventative maintenance, all while adhering to specific technical and utility standards. Interested small businesses must submit their proposals by March 17, 2026, at 10:00 AM MDT, and can contact Michelle James at michelle.james@ihs.gov for further information.

Classification Codes

NAICS Code
532120
Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
PSC Code
W023
LEASE OR RENTAL OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES

Solicitation Documents

3 Files
Statement of Work - Rental_Expandable Sterile Processing Unit_REV 9.17.25.pdf
PDF179 KBFeb 25, 2026
AI Summary
The Northern Navajo Medical Center (NNMC) in Shiprock, New Mexico, requires a rental for an expandable mobile sterile processing unit. This unit is crucial for maintaining surgical services due to the hospital's annual workload of approximately 150,000 outpatient encounters and 2,900 inpatient admissions. The contract, with an estimated one-year base period and four one-year option periods, includes delivery, installation, staff training, preventative maintenance, and adherence to specific technical and utility requirements. The mobile unit, measuring 75'x30'x15', must meet OSHA standards and include two ante-rooms (clean and dirty), cold weather insulation, and ancillary cooling. NNMC will provide infrastructure connections for electrical power, water, wastewater, and telecommunications, alongside earth grounding and electrical services for heating and cooling packages. The unit must contain specific equipment, including sinks, washer/disinfectors, sterilizers, and a healthcare water treatment system. Process water quality must meet ANSI/AAMI Standard 108. The contractor is responsible for a project manager, commissioning schedule, and quarterly preventive maintenance with a four-hour repair response time. Collaboration with NNMC staff and compliance with all federal, state, local, tribal, and IHS regulations are mandatory.
Combined Synopsis-Solicitation_SPD Mobile Unit.pdf
PDF510 KBFeb 25, 2026
AI Summary
This document is a combined synopsis/solicitation (RFQ 75H71026Q00024) for the rental of a mobile, expandable Sterile Processing Department (SPD) unit. It is a small business set-aside with a NAICS code of 532120 and a $47.0 million size standard. The contract includes a base year (May 1, 2026, to April 30, 2027) and four one-year options for the rental, installation, commissioning, training, preventative maintenance, and technical support of the SPD unit. Offerors must submit proposals in three volumes: Administrative Documents (Volume I), Technical Proposal (Volume II, excluding pricing), and Price (Volume III). Evaluation factors include technical capability, compatibility with NNMC utility/water quality requirements, adherence to the performance schedule, and price. The document also incorporates numerous Federal Acquisition Regulation (FAR) and Department of Health and Human Services Acquisition Regulation (HHSAR) provisions and clauses by reference, covering areas such as responsibility matters, tax liability, foreign procurements, and electronic payment submissions.
Sol_75H71026Q00024.pdf
PDF99 KBFeb 25, 2026
AI Summary
The document is a Request for Proposal (RFP) (Solicitation Number 75H71026Q00024) for commercial items, issued by the Northern Navajo Medical Center in Shiprock, NM. It is a 100% Small Business set-aside acquisition under NAICS code 532120 with a size standard of $47 million. The offer due date is March 17, 2026, at 10:00 AM MDT. The period of performance for the contract is from May 1, 2026, to April 30, 2031. Payment will be made electronically through www.ipp.gov, as per Department of Treasury requirements. The solicitation incorporates various Federal Acquisition Regulation (FAR) clauses, including 52.212-1, 52.212-3, 52.212-4, and 52.212-5, along with clause 352.232-71 for electronic submission of payment requests. The document outlines the administrative details for submitting offers and the terms and conditions for the resulting contract.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 25, 2026
deadlineResponse DeadlineMar 17, 2026
expiryArchive DateApr 1, 2026

Agency Information

Department
DEPARTMENT OF HEALTH AND HUMAN SERVICES
Sub-Tier
INDIAN HEALTH SERVICE
Office
NAVAJO AREA INDIAN HEALTH SVC

Point of Contact

Name
Michelle James

Place of Performance

Shiprock, New Mexico, UNITED STATES

Official Sources