Elevator Preventative Maintenance Service Agreement on Two (2) Elevators located at Quentin N Burdick Memorial Health Care Facility in Belcourt, ND
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 Quentin N Burdick Memorial Health Care Facility (QNBMHCF) in Belcourt, ND, is soliciting proposals for a Firm-Fixed Price, Commercial Service, Purchase Order for Elevator Preventative Maintenance Services. This opportunity covers two (2) elevators at the facility. The solicitation is unrestricted, and proposals are due by March 6, 2026, at 12:00 pm CST.
Scope of Work
The contractor will provide comprehensive elevator preventative maintenance and repair services for two Lagerquist Traction passenger elevators. Key requirements include:
- Preventive Maintenance Inspection and Service (PMIS): Monthly inspections, adjustments, lubrication, and replacement of worn parts to ensure continuous operation and safety, including cleaning of equipment spaces.
- Repair Services: Responding to service calls to diagnose and resolve malfunctions, restoring systems to satisfactory working condition, with defined response times for emergency and routine calls.
- Inspection, Testing, and Certification: Performing tests in accordance with ANSI A17.1 and ANSI A17.2 standards, with the contractor responsible for correcting any identified deficiencies.
- Record Keeping & Reporting: Maintaining cumulative service records for each elevator system and submitting work completion reports to the Contracting Officer's Representative (COR) within specified timelines.
- Staffing & Parts: Maintaining adequate, qualified staff and furnishing new or factory-reconditioned, OEM-authorized parts compatible with existing equipment. Gray market items are not acceptable.
Contract & Timeline
- Contract Type: Firm Fixed-Price, Commercial Service, Purchase Order (Nonpersonal Service)
- Duration: A base year (March 20, 2026, to March 19, 2027) plus four (4) one-year option periods.
- Set-Aside: Unrestricted
- NAICS Code: 238290 (Size Standard: $22 Million)
- Response Due: March 6, 2026, at 12:00 pm CST
- Questions Due: February 26, 2026, at 12:00 pm CST
- Published Date: February 10, 2026
Evaluation
Award will be made to the responsible offeror whose proposal is most advantageous to the Government, based on a Lowest Price, Technically Acceptable (LPTA) approach. Evaluation factors include:
- Technical Capability
- Past Performance
- Price Technical and past performance, when combined, are considered less important than price. The Government will evaluate offers by adding the total price for all options to the total price for the basic requirement.
Additional Notes
Quotes must be submitted on company letterhead, signed, dated, and include the solicitation number, company details, technical description, price (all-inclusive of travel, lodging, per diem, taxes), "Remit to" address, acknowledgment of amendments, past performance information, and a statement of agreement with all terms. Offerors must be registered in SAM.gov with a Unique Entity ID and TIN. Invoicing will be processed through the Invoice Processing Platform (IPP).