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.