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 Doors Preventative Maintenance (PM) and Repair Supplies for the Northern Cheyenne Service Unit in Lame Deer, Montana. This is a Firm-Fixed-Price contract issued as a Request for Quotation (RFQ) under FAR Part 12. The opportunity is a 100% Total Small Business Set-Aside. Quotes are due by March 21, 2026, 3:00 PM MST.
Scope of Work
The contractor will provide semi-annual preventative maintenance and replacement of consumable parts for automatic doors, primarily Horton brand, at the Northern Cheyenne Service Unit. This includes four (4) Horton bi-parting slide doors, one (1) Horton single slide door, two (2) Horton 7000 simultaneous pair ADA operators, and ten (10) Horton 7000 single ADA operators. Tasks involve comprehensive inspections, cleaning, lubrication, adjustments, and replacement of consumable parts to ensure optimal function, ADA compliance, and longevity. The scope also includes technical support and emergency onsite repairs. Contractors must have a minimum of five (5) years of documented experience in commercial door installation and maintenance, along with relevant expertise and certifications (e.g., AAADM) for automatic doors. Work will be performed at 420 North Cheyenne Avenue, Lame Deer, MT, with efforts to avoid interrupting patient and staff flow. A detailed service report is required after each visit.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: A base year from April 1, 2026, to March 31, 2027, with four (4) one-year option periods, extending through March 31, 2031.
- Set-Aside: 100% Total Small Business Set-Aside (NAICS 561210, $47 million size standard).
- Technical Questions Due: March 12, 2026, 2:00 PM MST.
- Quote Due Date: March 21, 2026, 3:00 PM MST.
- Published Date: March 6, 2026.
Submission & Evaluation
Offerors must submit quotes in four volumes: Technical, Past Performance, Price, and Administrative, as a compressed PDF file. The provided Price Schedule (Attachment A2) must be completed with proposed costs for all Contract Line Items (CLINs) across the base and option years. The award will be made to the responsible offeror whose quote is most advantageous to the Government, utilizing a Best Value Continuum approach. Evaluation factors include Technical Approach, Past Performance, and Price, with Technical and Past Performance combined being approximately equal to cost or price.
Points of Contact
For inquiries, contact Clarette Yellowrobe, Purchasing Agent, at Clarette.Yellowrobe@ihs.gov.