PACS Maintenance for Unity Healing Center
ID: 75H71525Q00011Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENASHVILLE AREA INDIAN HEALTH SVCNASHVILLE, TN, 37214, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE AS A SERVICE (DJ10)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for maintenance services for the access control system at the Unity Healing Center in Cherokee, North Carolina. The contract aims to support the IHS HSPD-12 security system, utilizing Personal Identity Verification (PIV) cards to manage secure access across the facility, which serves adolescents and requires compliance with security standards. The selected contractor will be responsible for preventive maintenance, emergency services, and necessary repairs, including the installation of new card readers, under a firm fixed-price contract with four option years. Interested vendors should contact Andrew Rhoades at Andrew.Rhoades@ihs.gov for further details, and must comply with the Indian Small Business Economic Enterprise (ISBEE) set-aside requirements and wage determinations outlined in the associated documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for maintenance services for the access control system at Unity Healing Center (UHC) in Cherokee, NC, operated by Indian Health Services. The facility, which accommodates adolescents, requires regular maintenance to ensure compliance with security standards and effective operational functionality. The contract's objective is to support the IHS HSPD-12 security system using Personal Identity Verification (PIV) cards, ensuring secure access management across the campus. It encompasses the maintenance of various system components, including Lenel access panels, software, and card readers. The selected contractor is responsible for providing preventive maintenance, emergency services, and necessary repairs, including installation of new card readers. The contract will be a firm fixed-price arrangement with four option years, evaluated based on the lowest price that meets technical requirements. Invoicing must be submitted electronically, adhering to specific guidelines outlined in the document. This RFP emphasizes the government's commitment to ensuring security at UHC, demonstrating the importance of maintaining advanced access control systems in residential treatment facilities for youth.
    The Unity Healing Center blueprint outlines the layout of its first floor and basement levels, detailing various rooms designated for different purposes, such as multi-purpose areas, bedrooms, offices, and clinical supervision. The document lists several crucial spaces, including directorial offices, counseling rooms, wellness and cultural rooms, and essential service areas like laundry and IT infrastructure. Additionally, it indicates the installation and repair requirements for access readers throughout the center, highlighting security measures for entrances, exits, and sensitive areas like medical records and biohazard rooms. The overall structure emphasizes the facility's commitment to providing comprehensive services in a secure environment, essential for its operational effectiveness and compliance with safety standards. This document likely serves as a foundational layout for government RFPs, federal grants, and local/state funding applications related to health and wellness initiatives.
    The Indian Health Service (IHS) has issued a representation form under the Buy Indian Act, aimed at certifying that the Offeror qualifies as an "Indian Economic Enterprise." This includes self-certification that the entity meets eligibility criteria at the offer submission, contract award, and during the contract performance period. Offerors must immediately notify the Contracting Officer if they fail to meet these requirements at any time. The document emphasizes that individual contracting officers may request proof of eligibility before awarding contracts. Submitting false information can lead to legal consequences under various U.S. laws. The form includes sections for the name of the 51% owner, the certifying signature, the name of the federally recognized tribal entity, business name, and DUNS number, reinforcing the importance of accurate self-representation for securing awarded contracts through the Buy Indian Act.
    The document details Wage Determination No. 2015-4417, issued under the U.S. Department of Labor's Service Contract Act (SCA), outlining minimum wage requirements for contractors and their employees working in North Carolina. It specifies that contracts under the SCA must adhere to the minimum wage standards set by Executive Orders 14026 and 13658, which mandate a minimum hourly wage of $17.75 and $13.30, respectively, dependent on contract renewal and initiation dates. The wage determination includes a comprehensive list of occupations and their corresponding hourly rates as well as fringe benefits, emphasizing compliance for contracted services. It notably requires contractors to provide health and welfare benefits, vacation, and paid sick leave in accordance with federal regulations. The document also addresses the conformance process for occupations not explicitly listed, ensuring proper classification and compensation for the workers involved. Overall, this wage determination aims to regulate fair compensation for services rendered to the government, enhancing worker rights and protections in federal contracting.
    The document addresses a government solicitation regarding the access control system utilized by the Unity Healing Center. It confirms that the center does not use Gallagher products, instead utilizing LS Entry Point software and OnGuard 8.0 for their PIV card enrollment. The center requires an upgrade to the latest OnGuard version 8.3 due to the end-of-life status of their current version. Maintenance needs include annual service and minimal remedial maintenance, with only one service call recorded in FY24. For remedial work, the center expects a response in 1-2 business days, and they do not maintain any spare critical hardware components on-site. The responses provide essential clarifications and expectations for potential vendors submitting proposals, emphasizing the need for software upgrades, annual service contracts, and timely response to service requests, all critical for a successful bidding process for the specified access control enhancements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Pine Ridge Multi Phase Door Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi Phase Door Replacement project located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed Price contract, with a performance period of 270 calendar days following the issuance of a Notice to Proceed. Proposals are due electronically by 2 PM Pacific Time on January 6, 2026, and interested parties should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or call 206-615-2452.
    Sources Sought - FYSU Building Automation System (BAS) Corrective and Preventive Maintenance Services – Automated Logic WebCTRL
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS) at the Fort Yuma Health Center (FYHC), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide corrective and preventive maintenance services for its building automation system (BAS) utilizing the Automated Logic WebCTRL® platform. The procurement aims to ensure the reliable operation of critical facility systems, including HVAC, cooling towers, and emergency generators, through comprehensive maintenance services that encompass troubleshooting, repairs, and adjustments. This initiative is part of IHS's commitment to the Buy Indian Act, emphasizing the importance of supporting Indian Economic Enterprises while maintaining essential services for the health center. Interested vendors must submit their capability statements and proof of eligibility by December 24, 2025, and can contact Minkyu Kim at minkyu.kim@ihs.gov for further information.
    Mid-Atlantic Tribal Health Center Building and Roadside Signage
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the design, fabrication, and installation of exterior building and roadside signage for the Mid-Atlantic Tribal Health Center located in Charles City, Virginia. This opportunity is a total small business set-aside under the Indian Small Business Economic Enterprise (ISBEE) program, emphasizing the importance of clear identification for the new clinic that serves the Native American population with medical and dental care. Interested contractors must adhere to specific design requirements, comply with federal regulations, and complete the project within 150 days of contract award, with a firm-fixed-price contract structure. For further inquiries, interested parties can contact Paul Carr at paul.carr@ihs.gov or Henry Daniels at henry.daniels@ihs.gov, and site visits can be arranged by contacting Remedios Holmes at Remedios.Holmes@ihs.gov or 804-622-0011.
    Firm-Fixed-Price, Non-Personal Services – Two (2) Hospitalist/Nocturnist Services-Pine Ridge, SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Businesses Economic Enterprises (ISBEE) to provide two Hospitalist/Nocturnist services at the Pine Ridge Comprehensive Health Care Facility in South Dakota. The objective is to secure non-personal services through a firm-fixed-price contract, which includes a three-month base period and nineteen additional three-month options, to enhance healthcare delivery for the Oglala Lakota Nation. This procurement is critical for addressing high patient demand and ensuring continuity of care in a facility that serves a significant population of American Indians and Alaska Natives. Interested parties must submit their capability statements by January 15, 2026, to Mona Weinman at mona.weinman@ihs.gov, including relevant company information and experience in similar services.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    Firm-Fixed-Price Hillrom Centrella Beds for CRHC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a firm-fixed-price contract to purchase two Centrella Hillrom beds for the Cheyenne River Health Center located in Eagle Butte, South Dakota. This procurement is a 100% Small Business Set-Aside under NAICS Code 339112, focusing on the acquisition of new medical equipment to enhance patient care and operational efficiency at the health center. Proposals must be submitted by January 14, 2025, at 2:00 PM CT, and should include comprehensive details such as technical descriptions, pricing, and past performance information. Interested vendors should direct inquiries to Mona Weinman at mona.weinman@ihs.gov, and ensure compliance with registration requirements at SAM.gov and the use of the Invoice Processing Platform for invoicing.
    Urgent Paramedic/EMT Services, CRHC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a firm fixed-price contract for urgent paramedic services at the Cheyenne River Health Center in Eagle Butte, South Dakota. This contract, valued at approximately $85,856, is aimed at providing temporary paramedic services for an estimated duration of 90 days while a new contract is being established. The procurement is critical to ensure continuity of emergency medical services in the area, thereby supporting the health and safety of the local community. Interested parties can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or by phone at 605/964-0605 for further information.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for two Information Technology Specialists to provide essential IT services at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, structured as a Firm-Fixed-Price agreement, includes a base year and four option periods, focusing on responsibilities such as managing Windows and VM Cloud systems, IT Helpdesk support, network administration, and data management. This opportunity is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal businesses in delivering healthcare services. Interested offerors must submit their quotes by December 29, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new rooftop unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Request for Information at Portland Area Indian Health Center Upgrade/New CCTV & CAS
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking information from qualified vendors for the upgrade and installation of Closed-Circuit Television (CCTV) and Card Access Systems (CAS) at two facilities in the Portland area. The objective of this Request for Information (RFI) is to gather insights on available solutions, technical specifications, pricing structures, and vendor qualifications to assist in the development of a potential future solicitation for these security enhancements. These upgrades are critical for compliance with pharmacy security regulations and to improve overall facility monitoring and incident response capabilities. Interested vendors should submit their responses electronically to Sheila Sells at Sheila.Sells@ihs.gov by December 18, 2025, with all submissions required in PDF format.