PIMC Water Treatment Services
ID: IHS1515768Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEPHOENIX AREA INDIAN HEALTH SVCPHOENIX, AZ, 85004, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

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, is seeking qualified contractors to provide industrial water treatment services at the Phoenix Indian Medical Center (PIMC). The contractor will be responsible for all labor, equipment, supplies, and permits necessary to ensure compliance with water quality standards, including testing for Legionella and other pathogens, as outlined in the attached Scope of Work. This procurement is critical for maintaining safe and compliant water systems within the medical facility, ensuring the health and safety of patients and staff. Quotes are due by September 3, 2025, at 1:00 p.m. PST, and interested parties must submit their proposals via email to Dale C. Clark at dale.clark@ihs.gov, with the contract expected to span a base year and four optional years, adhering to various federal regulations.

    Point(s) of Contact
    Dale C Clark
    dale.clark@ihs.gov
    Files
    Title
    Posted
    This document is a Request for Quotation (RFQ) issued by the Indian Health Service (IHS) for industrial water treatment services at the Phoenix Indian Medical Center (PIMC), identified by reference number IHS1515768. It is a combined synopsis/solicitation for commercial items, targeting small businesses only. Quotes are due by September 3, 2025, at 1:00 p.m. PST and must be submitted via email to dale.clark@ihs.gov. The solicitation requires quotes on an "all or none" basis, and award will be made using Simplified Acquisition Procedures. Interested offerors must be registered with the System for Award Management (SAM) and provide company information including UEI, CAGE Code, DUNS, Tax Identification Number, and acknowledgment of a 90-day acceptance period. The NAICS Code for this procurement is 221310 (Water treatment and distribution). Questions regarding the RFQ must be submitted by August 27, 2025.
    This government file, Attachment 1 IHS1515768, outlines the clauses and additional instructions for the PIMC Water Treatment contract, primarily focusing on invoicing procedures, period of performance, and a comprehensive list of applicable contract clauses. Invoicing will be done electronically via www.ipp.gov. The contract has a base year from September 2025 to September 2026, with four one-year option years extending to September 2030. The document incorporates numerous Department of Health and Human Services Acquisition Regulation (HHSAR) and Federal Acquisition Regulation (FAR) clauses by reference and in full text. These clauses cover various aspects including anti-lobbying, safety and health, equal employment opportunity, privacy, confidentiality, commercial items, gratuities, whistleblower rights, CAGE code maintenance, safeguarding information systems, privacy/security safeguards, unenforceability of unauthorized obligations, and termination for convenience. Additional full-text clauses address prohibitions on certain confidentiality agreements, contracting with specific entities like Kaspersky Lab, telecommunications and video surveillance restrictions, inverted domestic corporations, and protest procedures. The document also details clauses related to small business concerns, labor standards, combating human trafficking, employment eligibility verification, environmental considerations, and payment by electronic funds transfer. The "Option to Extend Services" and "Option to Extend the Term of the Contract" clauses are also included, specifying potential extensions for services and the overall contract term, not exceeding five years.
    The Phoenix Indian Medical Center (PIMC) seeks a contractor for water quality testing to comply with ASHRAE 188 (2018) and Joint Commission (TJC) standards for Legionella and other waterborne pathogens. The contractor will provide all necessary labor, equipment, supplies, and licenses for industrial water treatment, including monthly, quarterly, and annual testing of central plant condenser water and chilled water systems. Key responsibilities include maintaining optimal chemical feed systems, preventing chiller fouling and corrosion, training PIMC staff, and conducting third-party laboratory testing for microbiological control, including Legionella. The contract has a base year and four one-year options. The contractor must adhere to various federal, state, and local regulations, provide emergency repairs, and conduct preventive maintenance, including annual borescope inspections. Deliverables include quarterly reports documenting compliance with ASHRAE 188 and TJC standards, focusing on water management program oversight, risk management plans, monitoring protocols, and program reviews. All work must comply with HIPAA, and detailed reports are required.
    The document is an Independent Government Cost Estimate (IGCE) for an Industrial Water project, dated August 19, 2025. It outlines a detailed price summary for water treatment services and water management, broken down into a base period and two option years. The cost estimate includes line items for monthly water treatment services and quarterly water management, with quantities specified for each period. Additionally, the document accounts for installation costs, travel expenses, and shipping costs. The structure of the IGCE includes sections for unit, unit price, and total price for each item across the base and option years, culminating in a total estimated yearly value and a grand total estimated value of the contract. This document serves as a foundational component for federal government RFPs, providing a comprehensive cost projection for the procurement of industrial water services.
    The provided document is a Sources Sought Notice issued by the Indian Health Service (IHS) concerning the provision of industrial water treatment at the Phoenix Indian Medical Center in Arizona. It is not a request for quotes but a market research tool aimed at ensuring compliance with the Buy Indian Act, which prioritizes purchases from Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE). Interested firms must submit their company details, capabilities, and relevant certifications, indicating their eligibility as an IEE or ISBEE. The document outlines the necessary steps for participation and emphasizes the need for self-certification regarding IEE status. It aims to gauge market interest and ensure potential bids are representative of qualified Indian enterprises according to federal contracting policies, specifically focusing on ensuring that the contract aligns with relevant size standards and ownership criteria. The responses will inform the IHS’s acquisition strategy moving forward.
    The document is a solicitation form from the Indian Health Service under the Department of Health and Human Services, pertaining to the Buy Indian Act. It serves as a self-certification tool for Offerors to verify their status as "Indian Economic Enterprises," which is defined under federal law. Offerors must confirm their eligibility at three critical points: when submitting their offer, at contract award, and throughout the contract's duration. Should their status change during these periods, they are required to notify the Contracting Officer immediately. Additionally, Offerors need to be registered with the System of Award Management (SAM) to be eligible. The form also warns against submitting false information, highlighting the legal consequences for violations of the Buy Indian Act. It includes spaces for the name of the enterprise owner, certifying signature, and relevant business information. This document is essential for ensuring compliance with federal guidelines designed to promote economic opportunities for Indian-owned businesses in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@ihs.gov.
    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.
    KHC BIOMERIEUX SUPPLIES
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking to negotiate a non-competitive firm-fixed-price contract for supplies from Biomerieux, Inc. This procurement involves the BioFire RP2.1 Panel and Filmarray GI Panel, which are essential for the Laboratory Department at the Kayenta Health Center in Kayenta, Arizona. These diagnostic supplies play a crucial role in supporting healthcare services within the Navajo Area Indian Health Service. Interested parties other than Biomerieux, Inc. may submit a capability statement to Daisha Richards at Daisha.Richards@ihs.gov by 10:00 AM EST on December 17, 2025, although the government is not obligated to respond to submissions. The contract will span a base year plus four option years, and eligibility requirements include compliance with the Indian Economic Enterprise definition as outlined in the IHS guidelines.
    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.
    Service and maintenance of the AmeriWater Reverse Osmosis (RO) Water Treatment System and VIQUA Ultraviolet {UV) Water Disinfection System at the Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) is soliciting bids for the service and maintenance of AmeriWater Reverse Osmosis (RO) and VIQUA Ultraviolet (UV) Water Treatment Systems at the Naval Medical Center San Diego, specifically for the Ophthalmology Department. The procurement requires contractors to provide comprehensive maintenance services, including preventive and corrective maintenance, water quality testing to AAMI ST-108 standards, and adherence to various regulatory requirements. These systems are critical for ensuring safe and effective water treatment in a medical setting, underscoring the importance of reliable service and maintenance. Interested contractors must submit their quotes by October 20, 2025, at 10:00 AM Pacific, including a technical capabilities statement and past performance references, and can contact Elliott Penetrante or Isaac Don Willies for further information.
    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.
    F103--Bay Pines Water Management Plan Update
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking qualified contractors to update the Water Management Plans (WMP) for the C.W. Bill Young Veterans Medical Center in Bay Pines, FL, and the Lee County Veterans Healthcare Center in Cape Coral, FL. The project requires a comprehensive review and update of the existing WMP for Bay Pines and the creation of a new WMP for Lee County, ensuring compliance with VHA directive 1061 and ANSI/AAMI ST108 standards, while addressing water quality concerns and Legionella issues. This procurement is critical for maintaining safe water quality in healthcare settings, and the contract will span a base year with four one-year option periods, with the deadline for offers extended to December 8, 2025, at 14:00 EST. Interested contractors should direct inquiries to Contract Specialist Michael A. Shook at Michael.Shook@va.gov.
    (2) FNP/APN Nonpersonal Services at Pinon Health Service
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for two non-personal service contracts for Family Nurse Practitioners (FNP) or Advanced Practice Nurses (APN) at the Pinon Health Center in Arizona. The objective is to provide comprehensive healthcare services to American Indians and Alaska Natives, including outpatient general medicine and urgent care, as outlined in the Performance Work Statement. This contract is crucial for ensuring culturally appropriate healthcare delivery within the Navajo Area, with a performance period of 12 months or until permanent hires are made. Interested vendors must submit their quotes by August 29, 2025, at 5:00 PM MST, via email to Whitney Shorty at whitney.shorty@ihs.gov, including required documentation across four volumes: Administrative Documents, Technical Proposal, Past Performance, and Price.
    Water Quality Testing Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide water quality testing services for the VA Northern California Health Care System, specifically across locations in Mather, Martinez, Stockton, Mare Island, and Redding. The services required include Legionella testing, critical water testing, utility water testing, HPC testing for chillers and cooling towers, dialysis machine testing, and bacteria analysis, all in accordance with the established Quality Assurance Surveillance Plan (QASP). This procurement is crucial for ensuring the safety and compliance of water systems within VA facilities, with a contract period starting from January 3, 2026, and extending through January 2, 2031, including four option years. Interested parties must submit questions by December 15, 2025, and are encouraged to attend scheduled site visits in early December 2025; for inquiries, contact David J. Alvarez at david.alvarez4@va.gov.
    Colorado River Generator Rental
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals from small businesses for the rental of a 125 kVA (100 kW) emergency generator for the Colorado River Service Unit's Peach Spring Clinic in Arizona. This generator is essential for the Clinic’s Life Safety system and will be utilized exclusively during emergency situations, with a rental period of six months and an option for an additional six months. Interested contractors must ensure compliance with specific equipment specifications and provide ongoing maintenance, delivery, and setup services, while adhering to various federal regulations and clauses. Quotes are due by December 20, 2025, at 1:00 p.m. PST, and must be submitted via email to Dale C. Clark at dale.clark@ihs.gov, with all submissions requiring mandatory registration in SAM.