Well Water System Service Agreement for IHS, Mid-Atlantic Tribal Health Center
ID: 75H71526Q00006Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENASHVILLE AREA INDIAN HEALTH SVCNASHVILLE, TN, 37214, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

MAINTENANCE OF WATER SUPPLY FACILITIES (Z1NE)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified small businesses to provide a Well Water System Service Agreement for the Mid-Atlantic Tribal Health Center located in Charles City, Virginia. The contract requires comprehensive services including water sampling, well operation, maintenance, and compliance documentation, ensuring the reliable operation of the clinic's well water system in accordance with Virginia Department of Health and EPA standards. This procurement is critical for maintaining safe drinking water for the facility, which serves a newly completed outpatient clinic. Interested vendors must submit their quotes by 4:00 PM Central Time on November 24, 2025, via email to Courtney Davis at courtney.davis@ihs.gov, with the contract period set from December 15, 2025, to December 14, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file details various financial transactions and budget allocations across different categories, likely related to federal grants, RFPs, or state/local RFPs. The document outlines specific monetary amounts for line items such as "Budget Allocation for Project A," "Expenditure for Program B," and "Funding for Initiative C," with corresponding project codes and dates. It appears to track both planned and actual financial activities, including details on specific grants, funding streams, and departmental expenditures. The structure suggests a comprehensive overview of financial management, emphasizing accountability and transparent allocation of resources within a government framework. The document also includes information on payment structures, procurement, and budget adjustments, critical for monitoring and ensuring compliance in public spending.
    The document outlines a detailed layout or inventory of various offices, specialized rooms, and common areas within a facility. It itemizes specific offices such as the Service Unit Director, OEHE/SFC Engineer, OEHE/SFC Tech, Business Manager, Clinic Admin, Administrative Officer, Computer Programmer, and IT Supervisor. Functional areas include a Mail Room/Unit Supply & Filing/Duplicating Equip & Supply, IT Closet, Storage IT Equipment, and a PC Configuration Area. Common spaces like Corridors, Entry Waiting areas, a Conference Room, and a Reception office are also listed. This inventory likely serves as a foundational document for facility management, space planning, or resource allocation within a government context, possibly for an RFP related to facility services, renovations, or IT infrastructure projects.
    The document provides a detailed inventory of rooms and areas within a government facility, categorized by their function. It lists various types of offices, including those for dietitians, pharmacists, nurses, and medical records administration, alongside specialized areas like exam rooms (e.g., behavioral health, EKG, isolation), procedure rooms (dental), and imaging. Support services are also extensively detailed, featuring housekeeping, IT closets, unit supply, equipment storage, mail rooms, and receiving areas. Public and staff amenities are included, such as public and staff toilets, employee lounges, and a mothers room. The facility also incorporates educational and communal spaces like conference rooms, classrooms, and a demonstration kitchen. Operational and maintenance areas like warehouses, mechanical rooms, and shop-FM/CE are also noted, indicating a comprehensive and multi-functional government facility, likely a healthcare or community service center, requiring detailed architectural and operational planning.
    The Indian Health Service (IHS) Nashville is seeking a contractor for water sampling, well operation, and maintenance services at the Mid-Atlantic Tribal Health Center. This contract aims to ensure reliable, compliant operation of the clinic's well water system, reducing administrative burden on clinical staff. The contractor must provide a Virginia State Department of Health (VDH) Class 6 (or higher) licensed operator for monthly operations, routine sampling, water testing, technical consultation, maintenance, treatment, and compliance documentation. All work must adhere to VDH and EPA Safe Drinking Water Act standards. The contract covers a newly completed 25,000 sq ft outpatient clinic with a single drilled well and includes specific deliverables such as a Preventative Maintenance and Water Testing Plan, monthly operations reports, and adherence to strict safety and security requirements. The period of performance is from December 15, 2025, through December 14, 2026.
    This government file outlines key provisions and clauses for federal contracts, emphasizing compliance and risk management. It incorporates regulations from the Federal Acquisition Regulation (FAR) and the Health and Human Services Acquisition Regulation (HHSAR), including those with authorized deviations. Key provisions cover solicitation and contract clauses incorporated by reference, electronic submission of payment requests via the Invoice Processing Platform (IPP), and detailed requirements for supply chain risk assessment (SRA) both during the proposal phase and contract performance. The SRA mandates offerors to provide comprehensive information on foreign ownership, business affiliations, leadership ties to foreign countries, and past violations, ensuring transparency and mitigating potential risks associated with mission-critical acquisitions.
    The Indian Health Service (IHS), Nashville Area Office, has issued Solicitation No. 75H71526Q00006, a 100% set-aside for small businesses, seeking a firm-fixed price commercial product/service purchase order for a Well Water System Service Agreement. This agreement is for the Mid-Atlantic Tribal Health Center (MATHC) in Charles City, VA. The scope includes all-inclusive pricing for labor, materials, equipment, and travel, covering the period from December 15, 2025, to December 14, 2026. Quoters must be registered and active in the System for Award Management (SAM) with a Unique Entity ID (UEI) number. Submissions require a completed SF 1449, a detailed price schedule, past performance information (minimum of two relevant contracts), and evidence of licenses and personnel qualifications. Award will be based on the lowest price technically acceptable (LPTA) quote. Quotes are due by 4:00 PM Central Time on November 24, 2025, and must be emailed to Courtney Davis at courtney.davis@ihs.gov. All communications regarding the solicitation should also be directed to this email address.
    This document is a Request for Proposal (RFP) for a Well Water System Service Agreement for the Indian Health Service, Mid-Atlantic Tribal Health Center in Charles City, VA. The solicitation number is 75H71526Q00006, issued by the Nashville Area Office, IHSMIDATLANTIC-THC. This is a 100% set-aside for Small Businesses with a NAICS code of 221310 and a 100% size standard. Offers are due by 1600 CT on November 24, 2025. The period of performance for the service agreement is from December 15, 2025, to December 14, 2026. The contract will be administered by the Nashville Area Office and payment will be made by the same facility. The document outlines the general terms and conditions for federal acquisitions, referencing FAR 52.212-1, 52.212-3, 52.212-4, and 52.212-5.
    Lifecycle
    Title
    Type
    Similar Opportunities
    BFSU Utility - Water and Sewer Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for water and sewer services to Two Medicine Water for the Blackfeet Service Unit in Browning, Montana. The contract, valued at $49,980.00, will cover essential utility services at the Heart Butte Clinic and Government Quarters, ensuring operational functionality in these tribal regions. This procurement reflects the federal government's commitment to maintaining infrastructure support in underserved areas, with the performance period set from January 1, 2025, to December 31, 2025. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within seven days of this notice.
    Lab Water Purification
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.
    Landscape Services for IHS, Mashpee Wampanoag Health Service Unit
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting quotes for landscape services at the Mashpee Wampanoag Health Service Unit in Mashpee, Massachusetts. The procurement aims to maintain the landscaping and gutter services for three modular units, ensuring a professional appearance and preventing infestation, with services required from March 1, 2026, to October 31, 2026, and four optional one-year extensions. This opportunity is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses. Interested vendors must submit their quotes, including required documentation, to Courtney Davis at courtney.davis@ihs.gov by 3:00 p.m. Central Time on December 15, 2025, to be considered for the contract, which will be awarded based on the lowest price technically acceptable.
    Remove_Replace_Fountains_SantaFeIndianHealthCenter
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to remove and replace existing drinking fountains at the Santa Fe Indian Health Center in New Mexico. The project involves installing new Elkay ezH2O Enhanced refrigerated, filtered, stainless steel bottle-filling stations, including one bi-level ADA model and twelve single ADA models, along with providing three years' worth of OEM replacement filters for maintenance. This initiative is crucial for ensuring access to clean drinking water in a healthcare setting and aligns with the Buy Indian Act, emphasizing the procurement from eligible Small Business Indian Firms. Interested parties must respond to the sources sought notice by submitting the required documentation, including certification as a Small Business Indian Firm, by the specified deadline, with inquiries directed to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.
    Contractor shall furnish and install a water line extension for SR#6139 and SR#6734 in Bixby, OK (Tulsa Co.) in accordance with the attached Statement of Work and drawings.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water line extension for State Routes 6139 and 6734 in Bixby, Oklahoma. The project involves the installation of approximately 200 linear feet of 8-inch C900 DR14 PVC water main line and associated appurtenances, with a completion timeline of 90 calendar days from the Notice to Proceed. This procurement is a 100% Indian-owned set-aside under NAICS code 237110, with an estimated contract value between $25,000 and $100,000, emphasizing the importance of compliance with local and federal standards for water supply facilities. Interested contractors must submit their quotes by January 5, 2026, and are encouraged to contact Noleen Powell at noleen.powell@ihs.gov for further details and clarification.
    Firm Fixed-Price, Non-Personal Service Type, Commercial Item to provide Licensing, Maintenance, and Support for IHS Great Plains Areawide Laboratory Information Systems. Period of Performance: 01/01/2025 - 12/31/2025.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to provide licensing, maintenance, and support for the Great Plains Areawide Laboratory Information Systems, with a contract period from January 1, 2025, to December 31, 2025. The procurement aims to establish a comprehensive solution that includes middleware support, compatibility with existing HL7 interfaces, and ongoing training and maintenance services to enhance clinical operations across IHS service units. This initiative is crucial for ensuring effective data exchange and standardization in healthcare technology within the Great Plains Area. Interested parties should respond to the Sources Sought notice by submitting their company information to David Jones at david.jones@ihs.gov, and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
    Albuquerque Area Indian Health Service Sustainable Products and Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for sustainable products and services in the Albuquerque area. This procurement aims to identify sources that can provide environmentally friendly and sustainable solutions tailored to the needs of the Indian Health Service. The goods and services procured will play a crucial role in enhancing healthcare delivery while promoting sustainability within the community. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should reach out to Eric Wright at eric.wright@ihs.gov or call 505-256-6752 for further details regarding this opportunity.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    PT PHARMACIST - CLINTON IHS
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide part-time pharmacist services for the Clinton Service Unit in Oklahoma, specifically for the Clinton, El Reno, and Watonga Indian Health Centers. The contract requires the provision of uninterrupted pharmacist services to eligible Native American patients, including processing prescriptions, patient counseling, and inventory management, with a performance period from January 1, 2026, to December 31, 2026. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, promoting economic development within Native communities. Interested vendors must submit their written quotes by December 9, 2025, to Ronay Burns at ronay.burns@ihs.gov, and must meet specific qualifications, including a valid Oklahoma Pharmacist license and relevant experience.