PIMC Elevator PM & Repair Services
ID: 75H1225Q-010KNType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide Elevator Preventative Maintenance and Repair Services for the Phoenix Indian Medical Center (PIMC) in Arizona. The objective of this procurement is to ensure the reliability and safety of the hospital's elevator systems, which are crucial for serving the Native American patient population, by adhering to ASME A17.1/CSA B44 safety codes and providing regular maintenance, inspections, and emergency repair services. This contract is a total small business set-aside under NAICS code 238290, with a performance period consisting of a base year and four optional renewal years, and proposals must be submitted by March 28, 2025. Interested parties can contact Kenneth Nicholson at kenneth.nicholson@ihs.gov for further information regarding the solicitation.

    Point(s) of Contact
    Kenneth Nicholson
    kenneth.nicholson@ihs.gov
    Files
    Title
    Posted
    The Phoenix Indian Medical Center (PIMC) requires a service contract for the maintenance and reliability of its hospital elevator systems, which serve a patient population of Native Americans. The contract aims to ensure compliant operations following ASME A17.1/CSA B44 safety codes. Key services include preventative maintenance, regular inspections, emergency and after-hour repair services, and coordination with fire alarm contractors for safety compliance. The scope includes the examination, lubrication, and potential replacement of various elevator components, with a provision for up to 25 non-emergency service hours and 15 emergency service hours annually. The contract’s performance period spans a base year with four optional renewals. The contract emphasizes that technicians must be certified according to ASME standards, and all parts for repairs must be procured separately. Any changes to the contract terms are reserved for the Contracting Officer, ensuring competent oversight. This request for proposals highlights the federal government's commitment to maintaining the operational safety and functionality of healthcare facilities serving vulnerable populations.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates for various occupations in Arizona’s Maricopa and Pinal counties. It specifies that contracts entered into or renewed after January 30, 2022, are subject to Executive Order 14026, mandating a minimum wage of $17.75 per hour, with lower rates applicable for contracts awarded between January 1, 2015, and January 29, 2022, due to Executive Order 13658. The document provides a comprehensive list of occupations with corresponding wage rates, and details requirements for fringe benefits such as health and welfare, vacation, and holidays. Additionally, it outlines procedures for classifying additional occupations and regulatory compliance for contractors, including paid sick leave stipulations and uniform allowances. The overall purpose is to ensure fair compensation and labor standards for workers employed under federal contracts, emphasizing accountability in the wage determination process.
    This document outlines a Request for Proposal (RFP) for elevator preventative maintenance services, detailing pricing structures across different periods, including a base period and two option years. It specifies various line items to be filled out by bidders, including monthly services, emergency operation tests, inspections under ASME A17.1 standards, and specified service hour types (non-emergency, emergency, and after-hours). Each line item includes a quantity (EA), unit price, and total price, though specific numerical values are not provided and must be calculated by the offeror. The purpose of this RFP is to seek proposals for the delivery of preventive maintenance services for elevators, underscoring the government's intent to ensure safety and operational reliability. The emphasis on structured pricing and service categorization reflects a standard approach in government contracting aimed at transparency and competitive bidding.
    The Phoenix Area Indian Health Services has issued Solicitation No. 75H1225Q-010KN for Elevator Preventative Maintenance & Repair Services at the Phoenix Indian Medical Center (PIMC). This request for quotation (RFQ) seeks to ensure reliable elevator operations in the hospital. It is a 100% small business set-aside under NAICS code 238290, with a size standard of $22 million. The contract will be a Firm Fixed Price Purchase Order with a base year and four option years, and offers must be submitted via email by March 28, 2025. Key evaluation criteria include price, technical approach, and past performance, with emphasis on recent and relevant projects. Offerors must be registered in the System for Award Management (SAM) to qualify. The document outlines numerous applicable FAR and HHSAR clauses, as well as specific requirements for quotes, including a pricing schedule and a technical narrative describing the contractor's capabilities. This solicitation reflects the government's objective to procure services while promoting small business participation and maintaining compliance with federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    PIMC N2o Pipe Decommission
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the decommissioning of nitrous oxide (N2O) piping systems at the Phoenix Indian Medical Center (PIMC). The primary objective of this contract is to safely decommission the N2O systems in compliance with NFPA 99 (2012) standards, which includes the removal of decommissioned piping and ensuring proper documentation throughout the process. This project is critical for maintaining safety and compliance within healthcare facilities, emphasizing the importance of adhering to federal regulations during such operations. Interested small businesses must submit their proposals by April 10, 2025, and direct any inquiries to Dale C. Clark at dale.clark@ihs.gov.
    WRSU Chilled Water System Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for maintenance and repair services for the chilled water system at the Whiteriver Indian Health Service Hospital. The contract encompasses scheduled and unscheduled maintenance for two chillers, cooling towers, and associated components, with a focus on ensuring operational efficiency and compliance with safety and environmental regulations. This procurement is vital for maintaining critical healthcare infrastructure, reflecting the IHS's commitment to service quality. Interested vendors must submit their proposals by April 3, 2025, at 1:00 p.m. MST, and can direct inquiries to Kerri Gilmore at Kerri.Gilmore@ihs.gov.
    Preventive Maintenance Services for Steris Disinfector Washer and Sanitizer
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking qualified contractors to provide preventive maintenance services for the Steris Disinfector Washer and Sanitizer at the Kayenta Health Center in Arizona. The contract, set as a Total Small Business Set-Aside, requires contractors to perform quarterly maintenance, address equipment alarms, and comply with standards set by the National Fire Protection Association and medical regulations. This essential service ensures the proper functioning of critical medical equipment, supporting the health center's operations. Proposals must be submitted by March 19, 2025, with the contract period running from June 1, 2025, to May 31, 2026. Interested parties can contact Flora Washington at flora.washington@ihs.gov or call 928-380-8345 for further details.
    Acoma Canoncito Laguna Service Unit HVAC System PM and Emergency Service
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for HVAC System Preventative Maintenance and Emergency Services at the Acoma Canoncito Laguna Health Center in New Mexico. The contractor will be responsible for providing materials, labor, and equipment for quarterly maintenance and emergency repairs on the HVAC system, specifically for two Carrier Chillers and a Heat Exchanger, ensuring compliance with all relevant regulations to minimize disruption to patient care. This contract includes a base year with four optional renewal periods, emphasizing the importance of safety, service quality, and regulatory adherence in maintaining critical HVAC systems. Interested vendors must submit their proposals by email to Eric Wright at eric.wright@ihs.gov by 12:00 pm MST on March 27, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Solicitation 75H70725Q00061_Air handling/Exhaust Units Inspection and Cleaning for Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for air handling and exhaust unit inspection and cleaning services at the Zuni Comprehensive Community Health Center in New Mexico. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses in federal contracting. The selected contractor will be responsible for ensuring compliance with health regulations, providing certified technicians, and delivering detailed inspection reports, with a focus on minimal disruption to hospital operations. Proposals are due by March 24, 2025, at 3:00 PM (MT), and interested parties should direct inquiries to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or call 505-256-6768.
    Sources Sought - Radiology PM & Repair Services
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking potential contractors to provide preventive maintenance and repair services for Shimadzu Medical Systems USA radiology equipment at the Fort Yuma Health Center and the Fort Duschesne Indian Health Center in California. This opportunity is specifically set aside for Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs) under the Buy Indian Act, emphasizing the importance of supporting indigenous economic development. Interested businesses must submit a capability statement and confirm their eligibility as an IEE or ISBEE, ensuring compliance with federal regulations. The deadline for submissions is March 21, 2025, and inquiries can be directed to Kerri Gilmore at Kerri.Gilmore@ihs.gov.
    Preventative Maintenance for Honeywell HVAC Equipment for White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide preventative maintenance for Honeywell HVAC equipment at the White Earth Health Center in Ogema, Minnesota. The procurement aims to ensure the efficient operation and safety of HVAC systems through bi-annual inspections, testing, and maintenance tasks performed by qualified professionals. This contract is critical for maintaining optimal health service delivery within the facility, supporting essential healthcare for the community. Proposals are due by March 20, 2025, at 2:00 PM CST, and interested parties should contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further information.
    TPPIHC Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the TPPIHC Roof Replacement and Fall Protection project at the Taos-Picuris Pueblos Indian Health Center in Taos, New Mexico. The project aims to replace the existing roof and implement fall protection measures, with a contract type of Firm Fixed Price (FFP) and a performance period of 180 calendar days. This initiative is crucial for enhancing the safety and functionality of health facilities, with an estimated construction cost between $1 million and $5 million. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), must submit proposals by March 20, 2025, following a mandatory site visit on March 5, 2025. For further inquiries, contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526.
    Santa Fe Indian Health Center (SFIHC) Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the roof replacement and fall protection project at the Santa Fe Indian Health Center (SFIHC) in Santa Fe, New Mexico. This project, designated as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, aims to enhance the facility's structural integrity and safety through comprehensive roofing and fall protection systems. The anticipated construction magnitude is between $1 million and $5 million, with a contract period of performance set for 180 calendar days from the notice to proceed. Interested contractors must submit their proposals by April 10, 2025, and are encouraged to contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further details.
    PHC – Outpatient Department - Four (4) Registered Nurse
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking bids for the provision of four Registered Nurses at the Pinon Health Center in Arizona. This procurement aims to address the critical nursing shortage in rural areas by contracting qualified healthcare professionals to deliver essential medical services to American Indians and Alaska Natives. The contract will span from July 1, 2025, to June 30, 2028, encompassing a total of 2,080 hours per year across three contract periods, with evaluation criteria focusing on past performance, technical capability, candidate qualifications, and pricing. Interested vendors must comply with the Indian Small Business Economic Enterprise (ISBEE) set-aside requirements and submit their offers, including the necessary self-certification under the Buy Indian Act, by the specified deadlines. For further inquiries, potential bidders can contact Earl Morris Jr. at earl.morris@ihs.gov or Tanya Begay at tanya.begay2@ihs.gov.