Load Bank Testing of Emergency Power Supply Systems and Fuel Quality Testing
ID: 75H70625Q00030Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEGREAT PLAINS AREA INDIAN HEALTH SVCABERDEEN, SD, 57401, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

EQUIPMENT AND MATERIALS TESTING- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (H261)

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 (IHS), is soliciting quotes for load bank testing of emergency power supply systems and fuel quality testing at various facilities in North Dakota and South Dakota. The contractor will be responsible for providing all necessary materials, labor, equipment, and supervision to conduct the required tests, with a performance period not exceeding 60 days from the award date. This testing is crucial for ensuring compliance with federal standards and maintaining the operational readiness of emergency power systems in healthcare settings. Interested small businesses must submit their proposals, including a completed SF-18 form and proof of relevant experience, by May 12, 2025, and can direct inquiries to Erin Doering at Erin.Doering@ihs.gov.

    Point(s) of Contact
    Erin Doering
    (605) 226-7662
    (605) 226-7689
    Erin.Doering@ihs.gov
    Files
    Title
    Posted
    The document outlines a Request for Quotations (RFQ) issued by the Aberdeen Area Indian Health Service (IHS) for load bank and fuel quality testing services at various facilities in North Dakota and South Dakota. The RFQ specifies a performance period of 60 days from award, requiring all materials, labor, equipment, and supervision for the tasks outlined in the scope of work. Quotes will be evaluated based on the Lowest Price Technically Acceptable (LPTA) methodology, considering factors such as past performance and project management capabilities in addition to price. Interested contractors must submit a complete SF-18 form, provide proof of credentials, and demonstrate relevant experience. The IHS mandates adherence to specific invoicing protocols through the Invoice Payment Platform, emphasizing electronic submission. All submitted proposals must comply with the outlined technical and contractual requirements to be eligible for award. The successful contractor will be responsible for delivering services to multiple designated locations, reinforcing the government's commitment to ensuring operational readiness at these healthcare facilities. This RFQ exemplifies federal procurement processes aimed at enhancing support for Indian health programs, particularly during emergencies.
    The document serves as a report template for the inspection, testing, and maintenance of emergency and standby power systems, specifically detailing load bank tests conducted by the Great Plains Area Indian Health Service. It requires detailed input for various generators (up to three) and automatic transfer switches (ATS), including manufacturer information, specifications, and performance metrics. The testing procedure mandates that generators undergo a specific operational exercise—running at 50% of their rated power for 30 minutes and at 75% for one hour. The record-keeping section includes fields for documenting real-time measurements such as voltage, amperage, and performance parameters over the testing period. Additionally, the template specifies the technicians' signatures and a designated representative for each facility. This standardization ensures compliance with safety and operational efficiency requirements, aligning with federal and state RFP processes for maintaining essential emergency response infrastructure. The document, thus, emphasizes the importance of systematic testing and maintenance in safeguarding health service facilities’ power readiness.
    The government solicitation outlines a contract award process based on Lowest Price Technically Acceptable (LPTA) criteria, emphasizing the necessity for proposals to meet all technical and submission requirements to qualify for award consideration. Offerors must demonstrate acceptable ratings across non-price factors, with unacceptable ratings causing total disqualification. Key evaluation factors include Past Performance, Specialized Experience, Management, and Price, with specific criteria delineating acceptable standards for each. Proposals should show relevant past service contracts in healthcare, comprehensive experience, and proof of personnel certification. Price evaluation considers total costs, aiming for reasonable pricing based on past proposals and historical data. The government intends to award contracts without further discussions, urging offerors to submit their best initial proposals by May 12, 2025. Email submissions are permitted, reinforcing the need for compliance with all specified requirements to maintain eligibility for contract award.
    The Indian Health Service (IHS) Buy Indian Act Representation Form is part of a solicitation process aimed at encouraging participation from Indian Economic Enterprises (IEE). This document serves as self-certification for offerors, asserting that they meet the eligibility criteria defined in the Buy Indian Act throughout various phases of contracting—specifically at the time of the offer, contract award, and throughout the contract's duration. Offerors must provide timely notification to the Contracting Officer if they no longer meet the requirements. The form also highlights the necessity of compliance with federal regulations, including registration with the System of Award Management (SAM). It warns against submitting false information, which may result in legal ramifications. The document concludes by requiring the name of the tribal entity, business name, and DUNS number for record-keeping related to the RFP for Load Bank Testing of Emergency Power Supply Systems and Fuel Quality Testing due on November 1, 2024. Overall, the IHS seeks to ensure that eligible Indian-owned enterprises can compete fairly for government contracts while adhering to specified legal guidelines.
    The Statement of Work outlines the Load Bank Testing of Emergency Power Supply Systems and Fuel Quality Testing for various facilities within the Great Plains Area Indian Health Service. The project encompasses locations in North Dakota and South Dakota, requiring tests to be executed within 30 days following a Notice to Proceed. The testing is crucial for compliance with federal standards from the Centers for Medicare and Medicaid Services and the Joint Commission, ensuring the reliability of emergency power systems in healthcare settings. Responsibilities of the contractor include conducting pre-start inspections, performing load bank tests, and fuel quality assessments while adhering to various NFPA standards. The contractor must submit a detailed inspection schedule and reports, with all work to be documented and submitted within specific timeframes. Meanwhile, facility managers are tasked with providing access and overseeing the contractor's operations. The document requires invoices to be processed electronically and emphasizes strict adherence to contract provisions without unauthorized modifications. This comprehensive contract structure is indicative of government RFP frameworks aimed at maintaining compliance, safety, and efficiency within federal healthcare infrastructure.
    Lifecycle
    Similar Opportunities
    Colorado River Generator Rental
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for the rental of a 125 kVA (100 kW) emergency generator for the Colorado River Service Unit's Peach Spring Clinic in Arizona. This generator is essential for the Clinic’s Life Safety system and will be utilized exclusively during emergency situations, with a rental period of six months and the option for an additional six months. Interested small businesses must submit their quotes by December 20, 2025, at 1:00 p.m. PST, via email to Dale C. Clark at dale.clark@ihs.gov, and are required to acknowledge a 90-day acceptance period along with compliance with various federal regulations.
    75H70626Q00009-Total Small Business Set-Aside, Non-Personal Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS certified) Services for the Quentin N. Burdick Memorial HealthCare Facility in Belcourt North Dakota.
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Firm-Fixed Price contract for Non-Personal Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS certified) services at the Quentin N. Burdick Memorial Healthcare Facility in Belcourt, North Dakota. The procurement is a Total Small Business Set-Aside under NAICS Code 561320, requiring all-inclusive pricing that covers travel, lodging, per diem, and taxes, with a contract term consisting of a Base Period and four Option Years. This service is critical for providing essential diagnostic imaging support to the healthcare facility, ensuring compliance with security clearances, including FBI background checks and screenings against the OIG Exclusion List. Interested vendors must submit their quotes by December 16, 2025, at 12:00 pm CST, with quotes remaining valid until March 31, 2026. For further inquiries, contact Jody Keplin at jody.keplin@ihs.gov or by phone at 701-477-8416.
    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.
    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.
    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.
    Rosebud Lift Station Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Rosebud Lift Station Construction project in Rosebud, South Dakota. The project entails the complete removal and replacement of the existing wastewater lift station, which services hospital quarters and tribal program buildings, with a new system designed to handle current and future sanitary loads. This construction is critical for ensuring reliable wastewater management and compliance with health standards in the area. Interested firms, particularly those qualifying as small businesses or Indian Economic Enterprises, must submit their responses by December 24, 2026, at 2:00 PM Pacific Time to Daniel Cotto at daniel.cotto@ihs.gov, with the anticipated contract value between $500,000 and $1,000,000 and a solicitation expected around February 2026.
    Generator Services for White Earth Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), intends to award a sole source contract to Kodiak Power Solutions for generator services at the White Earth Health Center in Ogema, Minnesota. The procurement aims to secure specialized maintenance and repair services for generators and transfer switches, leveraging Kodiak's proprietary Com-App WebSupervisor technology for remote monitoring and compliance reporting. This contract, valued at approximately $108,500, is justified under FAR 6.302-1 due to Kodiak's unique capabilities that ensure safety and efficiency in managing high-voltage components. Interested parties may contact Purchasing Agent Winona Kitto at winona.kitto@ihs.gov for further information, although this notice does not constitute a request for competitive quotes.
    Emergency Department Medical Equipment and Supplies
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting market research to identify potential sources for medical equipment and supplies needed for the Emergency Department at Gallup Indian Medical Center in New Mexico. The procurement focuses on a variety of essential items, including general procedure carts, adjustable-height instrument tables, isolation carts, and various scales, all adhering to specific infection control standards and operational efficiency requirements. This opportunity is crucial for ensuring the availability of high-quality medical supplies that support healthcare delivery in the region. Interested vendors must submit their qualifications and capability statements by December 19, 2025, at 10:00 AM (MST) to Rodney Brown at Rodney.Brown@ihs.gov, and must be registered in the System for Award Management (SAM) to participate.
    Medical Gas Services (Oxygen and Air Filters) for the Cheyenne River Health Center (CRHC), Eagle Butte, South Dakota.
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified contractors to provide medical gas services, specifically oxygen and air filters, for the Cheyenne River Health Center (CRHC) located in Eagle Butte, South Dakota. The procurement involves monthly deliveries of various medical and non-medical bottled gases, including oxygen, nitrogen, acetylene, and argon CO2 mix, along with specific MERV 10 and MERV 15 pleated air filters, all in compliance with NFPA healthcare standards. This initiative is crucial for ensuring a continuous supply of essential medical gases and maintaining clean air in patient care areas for approximately 9,000 tribal members served by the CRHC. Interested parties must submit their capability statements by December 26, 2025, to Wenda Wright at wenda.wright@ihs.gov, referencing Sources Sought Notice SS-26-IHS-1519228, as the anticipated award will be a Firm Fixed-Price Purchase Order for a one-year period with four option years.
    M System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Great Plains Area, is seeking a firm to provide inventory tracking services for the Property and Supply Department at the Quentin N Burdick Memorial Healthcare Facility in Belcourt, North Dakota. This procurement involves a Firm Fixed Price Purchase Order and is justified for other than full and open competition, indicating a sole source requirement for software services. The selected contractor will play a crucial role in enhancing inventory management, which is vital for the efficient operation of healthcare services in the region. Interested parties can contact Phyllis Gourneau at Phyllis.gourneau@ihs.gov or by phone at 701-477-8434 for further details regarding this opportunity.