Automatic Doors Preventative Maintenance (PM) and Repair Supplies for the Northern Cheyenne Service Unit, Lame Deer, Montana
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Indian Health Service (IHS), specifically the BILLINGS AREA INDIAN HEALTH SVC, is soliciting proposals for Automatic Door Preventative Maintenance (PM) and Repair Supplies for the Northern Cheyenne Service Unit in Lame Deer, Montana. This is a 100% Total Small Business Set-Aside opportunity. The solicitation, issued as an RFQ (75H70926Q00002), seeks a contractor to ensure the proper functioning and ADA compliance of automatic doors. Quotes are due April 14, 2026.
Scope of Work
The contractor will provide semi-annual preventative maintenance and replacement of consumable parts for various automatic doors, including Horton bi-parting, single slide, and ADA operators. Services encompass comprehensive inspections, cleaning, lubrication, adjustments, and replacement of consumable parts. The SOW also requires technical support and emergency onsite repairs. The work will be performed at 420 North Cheyenne Avenue, Lame Deer, Montana, 59043. Contractors must have a minimum of five years of documented experience in commercial door installation and maintenance. AAADM certification is recommended but not mandatory.
Contract & Timeline
- Contract Type: Request for Quotation (RFQ) for commercial items, anticipated as a single Firm-Fixed-Price contract.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561210 – Facilities Support Services, with a Small Business Size Standard of $47 million.
- Period of Performance: A Base Year from May 1, 2026, to April 30, 2027, with four (4) option years, extending the potential contract duration through April 30, 2031.
- Site Visit: Scheduled for April 7, 2026, at 10:00 a.m.
- Quote Due Date: April 14, 2026.
Submission & Evaluation
Offerors must submit a comprehensive quote consisting of four volumes: Technical (max 4 PDF pages), Past Performance, Price (using Attachment A2 - Price Schedule), and Administrative. Submissions should be in a compressed PDF file. The award will be based on a Best Value Continuum approach, considering technical approach, past performance, and price. Technical and past performance factors will be weighted equally to cost or price.
Additional Notes
This solicitation incorporates provisions and clauses from Federal Acquisition Circular 2025-06. Bidders should note that while AAADM certification is recommended, it is not a mandatory requirement. Contractors must abide by all Tribal laws and regulations and work with the Tribal TERO department regarding Native American employment. Subcontractors are not required to be registered in Montana but must pay applicable state taxes. The primary point of contact is Clarette Yellowrobe (Clarette.Yellowrobe@ihs.gov).