Sources Sought - FYSU Water Management Plan Development, Maintenance, Verification, and Legionella Testing Services
ID: IHS1521987Type: Sources Sought
Overview

Buyer

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

NAICS

Environmental Consulting Services (541620)

PSC

SPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTS (B510)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide comprehensive Water Management Plan (WMP) development, maintenance, verification, and Legionella testing services for the Fort Yuma Health Center (FYHC) in California. The contractor will be responsible for creating a facility-wide WMP that adheres to ANSI/ASHRAE Standard 188, CMS QSO 17-30, and CDC guidance, which includes ongoing maintenance, quarterly and semi-annual verification visits, and routine water sampling for Legionella, heterotrophic plate count (HPC), and E. coli. This initiative is crucial for ensuring the safety and compliance of the health center's water systems, thereby protecting public health. Interested vendors must respond with their qualifications, including company details and IEE status, to Minkyu Kim at minkyu.kim@ihs.gov, as this is a sources sought notice aimed at market research and compliance with the Buy Indian Act.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service (IHS) requires offerors to self-certify as an “Indian Economic Enterprise” (IEE) under the Buy Indian Act (25 U.S.C. 47) for solicitations, sources sought, and RFIs. This form, from the Department of Health & Human Services, outlines the representation requirements, emphasizing that IEE status must be maintained at the time of offer, contract award, and throughout performance. Contractors losing eligibility must notify the Contracting Officer immediately. The document also states that Contracting Officers may request eligibility documentation, and awards are subject to protest. Successful offerors must also be registered with the System of Award Management (SAM). False or misleading information can lead to penalties under 18 U.S.C. 1001, and false claims during performance are subject to 31 U.S.C. 3729 to 3731 and 18 U.S.C. 287. The form includes a representation section for the offeror to confirm their IEE status with “Indian Ownership,” requiring signatures from the 51% owner, the certifying individual, and details such as the tribal entity, business name, and DUNS number.
    The Fort Yuma Health Center (FYHC) requires a contractor to develop, maintain, and update a comprehensive Water Management Plan (WMP) for its mechanical and domestic water systems. This plan, spanning a base year and four option years, will include performance verification and water testing services for Legionella, HPC, and E. Coli. The WMP must comply with various standards, including ANSI/ASHRAE Standard 188-2021 and CMS QSO 17-30. Key components of the WMP include system identification, hazard analysis, management team protocols, SOPs, task scheduling, program monitoring with action plans for issues like Legionella presence and water disruptions, and relevant supplemental information. On-site work will occur during business hours, with visits requiring advance approval from the Government Point of Contact.
    The Fort Yuma Health Center (FYHC) requires a qualified contractor to develop and maintain a comprehensive Water Management Plan (WMP) in accordance with ANSI/ASHRAE Standard 188, CMS QSO 17-30, CDC guidance, and other applicable regulations. The contractor shall provide initial plan development, ongoing updates, quarterly and semi-annual verification services, and routine water sampling for Legionella, HPC, and E. coli across domestic and mechanical water systems. The IHS Contracting Officer will give priority for all purchases, regardless of dollar value, by utilizing ISBEE set-aside to the maximum extent possible. All interested firms who can meet the requirements stated above should respond, in writing, INCLUDING ALL THE FOLLOWING: Company name, Point of contact, FSS / SEWP Contract number, DUNS number OR SAM Unique Entity Identifier Number, Tax ID number, Indication of which business category (IEE or ISBEE) for which the organization qualifies, A capability statement that addresses the organizations qualifications and ability to provide the requirement depicted above, Documentation from manufacturer (i.e., correspondence from manufacturer) of your firm being an authorized distributor for the manufacturer. This is a sources sought notice only; it is not a request for quote, rather market research to determine compliance with the Buy Indian Act and determination of set-aside.
    Similar Opportunities
    Sources Sought - FYSU Building Automation System (BAS) Corrective and Preventive Maintenance Services – Automated Logic WebCTRL
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS) at the Fort Yuma Health Center (FYHC), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide corrective and preventive maintenance services for its building automation system (BAS) utilizing the Automated Logic WebCTRL® platform. The procurement aims to ensure the reliable operation of critical facility systems, including HVAC, cooling towers, and emergency generators, through comprehensive maintenance services that encompass troubleshooting, repairs, and adjustments. This initiative is part of IHS's commitment to the Buy Indian Act, emphasizing the importance of supporting Indian Economic Enterprises while maintaining essential services for the health center. Interested vendors must submit their capability statements and proof of eligibility by December 24, 2025, and can contact Minkyu Kim at minkyu.kim@ihs.gov for further information.
    Sources Sought - FYSU Cloud Web-Based Inventory Management System Service
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide a cloud-based inventory management system for the Fort Yuma Health Care Center (FYHCC) in Winterhaven, California. The required system must include features such as real-time inventory tracking, automated purchasing workflows, electronic requisitioning, barcode and mobile scanning capabilities, and customizable reporting and analytics, along with comprehensive implementation services, training, and ongoing technical support. This procurement is crucial for modernizing inventory management operations within the healthcare facility, ensuring efficient and effective service delivery. Interested vendors must submit their qualifications, including a completed Indian Economic Enterprise Representation form, by December 24, 2025, at 1 PM EST, and can contact Minkyu Kim at minkyu.kim@ihs.gov for further information.
    SOURCES SOUGHT NOTICE: Infectious Waste Collection and Disposal Services
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting a sources sought notice to identify potential sources for infectious waste collection and disposal services for the Kayenta Health Center in Kayenta, Arizona, and the Inscription House Health Center in Tonalea, Arizona. The procurement aims to secure services related to the provision of infectious waste storage containers, collection, and disposal, which are critical for maintaining health and safety standards in healthcare facilities. Interested parties are invited to submit their qualifications and capabilities by November 17, 2025, at 12:00 PM, to Flora Washington via email at flora.washington@ihs.gov. Respondents must include a company profile, capability statement, and, if applicable, the completed IHS IEE Representation Form to demonstrate eligibility as an Indian Economic Enterprise.
    Water Quality Testing Service
    Veterans Affairs, Department Of
    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.
    Legionella Water Testing (Boise VAMC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Legionella water testing services at the Boise VA Medical Center (BVAMC). This procurement involves a Firm-Fixed-Price contract with a five-year ordering period, which includes a base period and four option periods, requiring the contractor to collect and analyze water samples for Legionella and other contaminants, adhering to specific sampling frequencies and reporting timelines. The importance of these services lies in ensuring the safety and quality of water for veterans, with testing requirements that include accreditation by recognized bodies and proficiency in Legionella testing through the CDC ELITE program. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Craig L. Brown at Craig.Brown7@va.gov for further details, with proposals due as specified in the solicitation documents.
    KHC BIOMERIEUX SUPPLIES
    Health And Human Services, Department Of
    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.
    BFSU Utility - Water and Sewer Services
    Health And Human Services, Department Of
    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.
    DRAFT PERFORMANCE WORK STATEMENT (PWS) Hospital Accreditation Compliance Assessments and Leadership Support
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking industry feedback on the Draft Performance Work Statement (PWS) for Hospital Accreditation Compliance Assessments and Leadership Support. The primary objective of this initiative is to enhance healthcare leadership and ensure compliance with accreditation standards across IHS healthcare facilities, focusing on areas such as operational management, patient safety, and quality improvement. Interested parties are invited to review the draft PWS and submit their comments, recommendations, and feedback to the designated contacts, Hillary Marshall and Darryl Smith, via email. This is a request for comments only, with no guarantee that suggested changes will be incorporated, and responses are due by the specified deadline.
    Albuquerque Area Indian Health Service Sustainable Products and Services
    Health And Human Services, Department Of
    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.
    Healthcare Facility Planning, Evaluation, Research
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking sources for Healthcare Facility Planning, Evaluation, Research, and Advisory Services to support the Department of Health and Human Services (HHS), specifically the Indian Health Service (IHS) Office of Environmental Health and Engineering (OEHE). The procurement aims to enhance healthcare delivery for American Indians and Alaskan Natives by modernizing IHS facilities and planning processes, which includes developing planning documents, updating Health Services and Facility Master Plans, and providing advisory reviews. This opportunity is anticipated to result in a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract valued at approximately $30 million, with a five-year ordering period starting in Fiscal Year 2026. Interested firms must complete the attached Excel document and submit it to Robert Brewer at robertbrewer@ibc.doi.gov by the specified deadline.