Search Contract Opportunities

Load Bank Testing of Emergency Power Supply Systems and Fuel Quality Testing   2

ID: 75H70625Q00030 • Type: Solicitation

Description

100% Small Business Set-Aside

Solicitation for quote to provide load bank testing and fuel quality testing at IHS facilities in the Great Plains Area-North Dakota and South Dakota. The contractor shall provide all material, labor, equipment, and supervision required to accomplish the load bank tests, generator startup, and load transfer as outlined in the scope of work. Period of performance will be date of award with testing to be completed within 30 days of the notice to proceed and 20 days after the final site visit to submit reports to the Project Officer. Total period of performance shall not exceed 60 days.

BASIS FOR AWARD: Quoters are advised that award shall be made to the Lowest Price Technically Acceptable (LPTA) offer. Technical Evaluation will be based on the following factors:

1. Past Performance
2. Specialized Experience Submission Requirements
3. Project Management Capabilities
4. Price

Quotes will also include the following to be considered acceptable:
1. Complete and signed SF-18, Request for Quotations
2. Provide services proposal per scope of work
3. Provide proof of appropriate credentials
4. Provide past performance

Any questions regarding this solicitation shall be requested before April 25, 2025 before 4:30 pm CDT; in writing by email to the Contract Specialist at Erin.Doering@ihs.gov.

This award selection will be conducted using Lowest Price Technically Acceptable (LPTA) procedures. To be eligible for the award, a proposal must meet all technical requirements, conform to all required terms and conditions, and include all information required. All non-price evaluation factors must be rated at "ACCEPTABLE" to be eligible for award. An "UNACCEPTABLE" rating in any factor will result in the proposal being rated "UNACCEPTABLE" unless corrected through discussions. A proposal rating of "UNACCEPTABLE" makes a proposal ineligible for award. Since the LPTA methodology prohibits trade-offs, all evaluation factors and sub-factors are equally important. Proposals are evaluated for acceptability but not ranked using the non-price factors.

A price evaluation will be performed for all offerors, and proposals will be ranked from lowest to highest price based on the Total Proposed Price (TPP) provided by the offeror on the price schedule sheet. Next, an evaluation of each factor and, subsequently, the overall proposal will be performed, beginning with the lowest-priced proposal. The award will be made to the lowest evaluated priced proposal meeting the acceptability standards for the non-price factors. The Government intends to award a contract without conducting discussions; therefore, the initial proposal shall conform to the solicitation requirements and should contain the best offer from a technical and price perspective.

Invoicing under this order shall be processed through the Invoice Payment Platform (IPP), located at www.ipp.gov.
IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury's Bureau of the Fiscal Service, in partnership with the Federal Reserve Bank of St. Louis (FRSTL). The Office of Management and Budget (OMB) M-15-19 Memorandum "Improving Government Efficiency and Saving Taxpayer Dollars Through Electronic Invoicing" directs Federal agencies to adopt electronic invoicing as the primary means to disburse payment to vendors.
If your organization is not currently utilizing IPP, following award of an order, your organization will be automatically enrolled by IHS. Your company's IPP POC will be determined by the information listed in your SAM.gov account, and will receive two e-mails from the Bureau of Fiscal Service, one with a username and one with a temporary password. Please ensure your SAM.gov information is up to date.
If you are currently enrolled in IPP, either from a previous award with IHS or another Federal Agency utilizing IPP- you may use your existing IPP credentials for this order.
If you require assistance registering or IPP account access, please contact the IPP Helpdesk at (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov

The Contractor shall include the following information on each invoice in accordance with the Prompt Payment Act (5 CFR Part 1315.9(b)):
1. Contractor's name;
2. Invoice number and date;
3. Entire award number or other authorization number for delivery of goods or services;
4. Description (including dates of service), price, and quantity of goods and services rendered;
5. Shipping and payment terms;
6. SAM UEI number and Taxpayer Identifying Number (TIN); and
7. Contact name (where practicable), title and telephone number.

The Government reserves the right to accept or reject services, if the level of performance is unacceptable.

Background
The Indian Health Service (IHS) is issuing a solicitation for load bank testing and fuel quality testing at various facilities in the Great Plains Area, specifically in North Dakota and South Dakota.

The goal of this contract is to ensure compliance with essential code requirements necessary for maintaining accreditation from the Centers for Medicare and Medicaid Services and the Joint Commission, particularly concerning life safety electrical power needs.

Work Details
The contractor shall provide all material, labor, equipment, and supervision required to perform the following tasks:
1. Conduct annual load bank tests of emergency generators located at selected facilities.
- Pre-startup inspection including checking fuel tank level, coolant level, and engine oil level.
- Generator startup by simulating a normal power failure.
- Load transfer to EPS and increase load to at least 50% of maximum continuous rated load, followed by monitoring parameters such as AC voltage, frequency, amperage, oil pressure, and water temperature every 15 minutes during the test.
- Post-test procedures including gradual removal of loads and returning the generator to automatic operation.
2. Perform fuel quality tests on samples obtained from each generator fuel tank using appropriate ASTM standards.
3. Comply with facility requirements including cleanup after testing and coordination with facility managers regarding scheduling.

Period of Performance
The contract's period of performance will commence upon award, with load bank testing to be completed within 30 days of the notice to proceed. Reports must be submitted no later than 20 workdays after the final site visit, with a total performance period not exceeding 60 days.

Place of Performance
The services will be performed at multiple locations in North Dakota and South Dakota including Belcourt, Ft. Yates, Eagle Butte, Ft. Thompson, Kyle, Lower Brule, McLaughlin, Mobridge, Pine Ridge, Rapid City, Rosebud, Sisseton, Wagner & Wanblee.

Overview

Response Deadline
May 12, 2025, 6:00 p.m. EDT Due in 13 Days
Posted
April 15, 2025, 5:45 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Aberdeen, SD 57401 United States
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000 - $150,000 (AI estimate)
Signs of Shaping
83% of obligations for similar contracts within the Indian Health Service were awarded full & open.
On 4/15/25 Indian Health Service issued Solicitation 75H70625Q00030 for Load Bank Testing of Emergency Power Supply Systems and Fuel Quality Testing due 5/12/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334515 (SBA Size Standard 750 Employees) and PSC H261.
Primary Contact
Name
Erin Doering   Profile
Phone
(605) 226-7662
Fax
(605) 226-7689

Documents

Posted documents for Solicitation 75H70625Q00030

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 75H70625Q00030

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 75H70625Q00030

Similar Active Opportunities

Open contract opportunities similar to Solicitation 75H70625Q00030

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > INDIAN HEALTH SERVICE > GREAT PLAINS AREA INDIAN HEALTH SVC
FPDS Organization Code
7527-00241
Source Organization Code
100188040
Last Updated
April 15, 2025
Last Updated By
erin.doering@ihs.gov
Archive Date
May 27, 2025