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 Service, is soliciting quotations 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 has been amended multiple times, with the latest amendment extending the response deadline to April 28, 2026.
Scope of Work
The contractor will provide semi-annual preventative maintenance and replacement of consumable parts for various automatic doors at the Northern Cheyenne Service Unit. This includes four Horton bi-parting automatic slide doors, one Horton single automatic slide door, two Horton 7000 simultaneous pair of ADA operators, and ten Horton 7000 single ADA operators. Tasks involve comprehensive inspections, cleaning, lubrication, adjustments, and replacement of consumable parts to ensure proper functioning, ADA compliance, and longevity. The contractor must also provide technical support and emergency onsite repairs. Offerors must have a minimum of five years of experience in commercial door installation/maintenance. AAADM certification is recommended but not mandatory per the Statement of Work.
Contract Details
- Contract Type: Request for Quotation (RFQ), anticipated Firm-Fixed-Price.
- Period of Performance: A base year from May 1, 2026, to April 30, 2027, with four additional option years, extending the potential contract through April 30, 2031.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 561210 – Facilities Support Services.
- Small Business Size Standard: $47 million.
- Place of Performance: 420 North Cheyenne Avenue, Lame Deer, Montana 59043.
Submission & Evaluation
Offerors must submit a technical quote (maximum 4 PDF pages), past performance, price volume, and administrative volume. The award will be based on a Best Value Continuum approach, considering technical approach, past performance, and price. Technical and past performance factors are weighted equally to cost or price. All amendments must be acknowledged.
Key Amendments & Clarifications
The solicitation has undergone two amendments. Amendment 0002, the latest, extended the solicitation period and adjusted the Period of Performance. Amendment 0001 previously extended the deadline, added provisions, and addressed a questions period. Key clarifications from the Q&A include: a site visit was scheduled for April 7, 2026 (now passed); AAADM certification is recommended but not required; subcontractors are not required to be registered in Montana but must pay state taxes; and contractors must abide by Tribal laws and regulations regarding Native American employment.
Point of Contact
For inquiries, contact Clarette Yellowrobe at Clarette.Yellowrobe@ihs.gov.