Sources Sought: Elevator Preventative Maintenance & Repair Services for Quentin N Burdick Memorial Health Care Facility
Sources Sought Notice Number: IHS-SS-25-1514239
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service.
This notice is intended strictly for market research to determine the availability of Indian Economic Enterprises (IEE), or Other Small Businesses.
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance- other relevant NAICS codes will be considered based on responses received (such as conference centers, etc.)
- BACKGROUND
The IHS is an agency within the Department of Health & Human Services and is responsible for providing federal health services to American Indians and Alaska Natives. The Indian Health Service provides a comprehensive health service delivery system for approximately 1.9 million American Indians and Alaska Natives who belong to 567 federally recognized tribes, in 35 states. The Indian Health Service Headquarters is located in Rockville, MD and then divided into twelve (12) physical areas: Alaska, Albuquerque, Bemidji, Billings, California, Great Plains, Nashville, Navajo, Oklahoma, Phoenix, Portland, and Tucson.
The Great Plains Area Office (GPAO) works in conjunction with 19 Indian Health Service Units and Tribal Managed Service Units to provide health care to approximately 130,000 Native American located in North Dakota, South Dakota, Nebraska, and Iowa.
QNBMHCF falls under the GPAO and provides medical care to approximately 14,550 tribal members living on the Turtle Mountain Indian Reservation. The Service Unit was built in 1967 with renovation and clinic expansion completed in 1992, to provide an expanded level of outpatient health care services specifically designed to meet the needs of our population. Services include: 24 Hour Emergency Services, Laboratory, Radiology (CAT Scan & Mobile MRI) and 24-Hour Pharmacy Services, Optometry, Dental, Clinic, Emergency, Podiatry, Same Day Clinic, and Behavioral Health.
- OBJECTIVE
Maintenance and Service Contract for two Lagerquist Traction passenger elevators located at the Quentin N. Burdick Memorial Health Care Facility in Belcourt, ND.
- SCOPE
The contractor shall furnish all qualified/certified personnel, labor, materials, tools, equipment, supervision, and oversight required to perform maintenance and repair services in accordance with the scope of work. Work shall include examining, calibrating, adjusting, lubrication and replacement of worn or defective parts, and troubleshooting as necessary to ensure continual operation of elevator system. The contractor shall repair and replace all elevator parts and devices not specifically excluded in the Scope of Work. The contractor shall perform all safety tests required by Federal, State and Local authorities, laws and regulations.
- CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS
(1) Contract employees shall be factory trained and certified at installing and repairing data circuits, the CO or COR may request proof of this certification prior to authorizing contract employees to service the equipment.
(2) Contractor employees shall have safety training, either on-the-job or classroom type training, in the electrical safety outlined in the OSHA Standard 19 Code of Federal Regulations (CFR) 1910 Subpart S – Electrical and the NFPA 70E – Standard for Electrical Safety in the Workplace. The CO or COR may request training certificates to validate training completion. If no training certificates of OSHA Standard 29 CFR 1910, Subpart I, and NFPA 70E.
(3) Contractors shall be equipped with all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform the work safely, effectively and timely. Tools, equipment and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I, and NFPA 70E.
(4) Contractor must furnish maintain the most current and updated maintenance and/or repair manuals for the data circuit in question.
(5) Contract employees shall be required to provide the COR with Safety Data Sheets (SDS) prior to bringing any chemicals to the facility for use. The SDS shall be reviewed and approved by the COR prior to the chemicals being used.
- TYPE OF ORDER
This is a firm fixed price purchase order.
- ANTICIPATED PERIOD OF PERFORMANCE
The anticipated period of performance will consist of a base year of twelve (12) months, followed by four (4) twelve-month option periods, for a potential total period of performance of five (5) years, contingent upon continued need, contractor performance, and availability of funds.
- PLACE OF PERFORMANCE
Quentin N Burdick Memorial Health Care Facility
1300 Hospital Loop
Belcourt, ND 58316
- REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE
N/A
- PAYMENT
Payment will be rendered once all supplies are shipped and accounted for and invoice is uploaded into IPP to be paid.
10.0 Capability Statement/Information:
Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm’s own risk. The following information shall be included in the capability statement:
1. A general overview of the respondent’s opinions about the difficulty and/or feasibility of the potential requirement, and any information regarding innovative ideas or concepts.
2. Information in sufficient detail of the respondent’s (a) current capability and capacity to perform the work; (b) prior completed events of similar nature/size; (c) organizational experience and management capability; and (d) examples of prior completed Government contracts and other related information.
3. The respondents’ UEI number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) Pursuant to the North American Industry Classification System (NAICS) code: 561110, Office Administrative Services, or comparable NAICS
4. Any other information that may be helpful in developing or finalizing the requirements of the potential acquisition.
5. The capability statement shall not exceed 10 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, in either Microsoft Word or Adobe Portable Document Format (PDF), with 8-1/2 by 11-inch paper size, and 1 inch top, bottom, left and right margins.
6. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern’s name and address). Responses will be reviewed only by IHS personnel and will be held in a confidential manner.
11.0 Closing Statement
Point of Contact: Farrah Azure, Purchasing Agent, at Farrah.Azure@ihs.gov
Submission Instructions:
Interested parties shall submit capability via email to Farrah Azure, at Farrah.Azure@ihs.gov . Must include Sources Sought Number IHS1514239 in the Subject line. The due date for receipt of statements is August 26, 2025, 12:00 p.m. Central Time.
All responses must be received by the specified due date and time in order to be considered.
This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS.
IHS does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ).
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise as a result of a response to this notice or IHS’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.
Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response.