Building Automation System Maintenance/Service Cheyenne River Health Center
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.
The Great Plains Area Indian Health Service (GPAIHS), Eagle Butte, SD, hereby submits a notice of intent to award a sole source, firm fixed price, for Building Automation. The sole source contract will be awarded to Harris St Paul, Inc; SAM UEI: M195PTF387G3.
This requirement is to acquire service contract to provide technical support service, on-site operation training, programming, software updates, modifications, and repairs to the Cheyenne River Health Center (CRHC) building automation system.
Harris St Paul, Inc is currently the sole manufacturer of our building automation system.
Period of performance is for a base year, plus four option years. Anticipated award date 01/26/2026.
The estimated total value of this contract is above the simplified acquisition threshold.
The sole source contracting action is pursuing a waiver from placing an order on a competitive basis pursuant to FAR 6.302-1, only one responsible source and no other supply or service will satisfy agency requirements and is based on market research. The sources sought notice posted did not receive any responsible responses.
Responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government, would not be cost or time prohibitive, and would not hinder the mission objective of the agency.
The determination not to compete the proposed action is solely within the discretion of the Government. Information received normally will be considered for the purpose of determining whether to conduct a competitive procurement. The Government will not be responsible for any costs incurred for responding to this notice.
This is not a request for quotes or proposals.
Questions or comments to this Notice of Intent to award Sole Source needs to be directed to Velvett Cummins, Contract Specialist via velvett.cummins@ihs.gov. No telephone responses will be honored.