FYSU Water Mgt Plan Development, Maint, Verification, and Legionella Testing Services
ID: IHS1521987Type: Solicitation
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

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

    The Indian Health Service (IHS) is soliciting quotations from qualified small business vendors for the development, maintenance, verification, and Legionella testing services of a comprehensive Water Management Plan (WMP) at the Fort Yuma Health Center (FYHC) in California. The contractor will be responsible for creating a facility-wide WMP during the base year, with ongoing maintenance and updates in subsequent option years, ensuring compliance with various health and safety standards. This procurement is critical for maintaining safe and effective water systems, which include mechanical and domestic water systems, and involves regular testing for Legionella and other contaminants. Quotes are due by January 15, 2026, at 1:00 PM EST, and must be submitted via email to Minkyu Kim at minkyu.kim@ihs.gov, with mandatory registration in SAM for eligibility.

    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.
    This document is a Request for Quotation (RFQ) issued by the Indian Health Service (IHS) for "FYSU Water Mgt Plan Development, Maint, Verification, and Legionella Testing Services." It is a combined synopsis/solicitation for commercial items, set aside for Total Small Business, with NAICS Code 541620. Quotes are due by January 15, 2026, at 1:00 PM EST and must be submitted via email to minkyu.kim@ihs.gov. Award will be made using Simplified Acquisition Procedures. Offerors must quote on an all-or-none basis and provide company information including UEI SAM#, POC, Tax ID, and acknowledge a 90-day acceptance period. Mandatory SAM registration is required for eligibility. Questions must be submitted to Contract Specialist Minkyu Kim by the same deadline.
    The Request for Quotation (RFQ) IHS1521987 outlines the terms and conditions for FYSU Water Management Plan Development, Maintenance, Verification, and Legionella Testing Services. It details invoicing instructions, mandating electronic submission via the Department of Treasury's Invoice Processing Platform (IPP) unless alternate procedures are authorized in writing. The RFQ incorporates numerous clauses by reference from both the Department of Health and Human Services Acquisition Regulation (HHSAR) and the Federal Acquisition Regulation (FAR), covering aspects such as anti-lobbying, safety and health, electronic submission of invoices, and privacy. Additionally, several FAR clauses are included in full text, addressing contract terms and conditions for commercial products and services, including provisions related to prohibiting certain internal confidentiality agreements, contracting with Kaspersky Lab, and telecommunications restrictions. The document also specifies clauses for reporting executive compensation, prohibiting ByteDance applications, and ensuring equal opportunity and labor standards. It includes an option to extend services for up to six months and provides instructions for offerors on quote preparation and evaluation, emphasizing the possibility of award without discussions. Finally, it notes the Department of Health and Human Services, Phoenix Area Indian Health Service, is tax-exempt under Arizona state law.
    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 contractor to develop and maintain a comprehensive water management plan (WMP) for its mechanical and domestic water systems. This plan, spanning a base year and four option years, includes WMP development and updates, performance verification services, and water testing for Legionella, HPC, and E. Coli. The WMP must comply with various standards, including ANSI/ASHRAE Standard 188-2021 and CMS QSO 17-30. The scope encompasses numerous equipment types, from heat pump water heaters to sinks and sterilization systems. Key WMP components include a hazard analysis, management team details, SOPs, task scheduling, and action plans for Legionella presence, water disruptions, and temperature control issues. All on-site work must occur during normal business hours, with visits scheduled a month in advance and adherence to FYHC's visitation policies.
    This government file outlines a cost estimate for services related to initial plan development, Legionella testing, E.coli testing, and HPC testing, spanning a base period and four option years. The document details quantities and units for each service, indicating that unit prices and total prices are yet to be determined. It also mentions site visits, with a frequency of quarterly in the first year and semi-annually thereafter. A key assumption is a 0.00% inflation rate per year, and the estimate is based on a market analysis by a Facilities Engineer Supervisor. The overall structure suggests a proposal or contract pricing schedule, with a placeholder for the total estimated value of the contract.
    This government file, Wage Determination No. 2015-5607, outlines the required wage rates and fringe benefits for service contract employees in Imperial County, California, as determined by the U.S. Department of Labor. It details hourly rates for numerous occupations across various sectors, including administrative, automotive, healthcare, and technical roles. The document also specifies fringe benefits, such as health and welfare contributions, vacation accrual based on years of service, and eleven paid holidays annually. Special provisions are included for computer employees and air traffic controllers regarding exempt status and night/Sunday pay differentials. Additionally, it addresses hazardous pay differentials for work with ordnance and uniform allowance requirements. The file concludes with a comprehensive conformance process using Standard Form 1444 for classifying unlisted occupations to ensure fair compensation in line with the Service Contract Act.
    The Arizona Department of Revenue has issued an Exemption Letter to the Department of Health & Human Services, Phoenix Area Indian Health Service, designating it as a Qualifying Hospital. Effective January 1, 2025, this exempts the organization from Arizona Transaction Privilege Tax and Use Tax for specific business classifications, including Utilities, Pipeline, Publication, Job Printing, Restaurant, Personal Property Rental, Retail, and Use Tax. Additionally, it grants exemption from Cities Privilege Tax and Use Tax for similar classifications, along with Jet Fuel Tax, Jet Fuel Use Tax, Utility Services, Restaurants & Bars, Short Term Motor Vehicle Rental, Commercial Lease, Rental/Lease/License of TPP, Commercial Lease (add tax), and Wastewater Utility Service. The exemption applies to transactions where the organization is the customer, with limitations on deductions for transient lodging/hotel and other statutory exemptions. The letter lists various locations in Arizona and California covered by this exemption. To claim the exemption, the organization must provide vendors with a copy of this letter and a properly completed Arizona Form 5000HC. The Department may rescind the letter if information is inaccurate or the organization ceases to qualify.
    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 Notice, Copan Wasp Basic System, Accessories, Service Agreement and Supplies or Similar, IHS, Phoenix Indian Medical Center
    Health And Human Services, Department Of
    The Indian Health Service (IHS), specifically the Phoenix Area Office, is conducting a Sources Sought Notice to identify potential vendors capable of providing the Copan Wasp Basic System, along with necessary accessories, service agreements, and supplies for the Phoenix Indian Medical Center. The procurement includes a range of specific components and services, such as installation, configuration, and a five-year service warranty, with a focus on supporting Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act. This opportunity is crucial for enhancing laboratory capabilities at the medical center, ensuring timely delivery of high-quality supplies and ongoing technical support. Interested parties must submit their letters of interest, including a capability statement and relevant documentation, by January 16, 2026, to Donovan Conley at Donovan.Conley@ihs.gov.
    Name Brand: Remove & Install Water Fountains - Santa Fe Indian Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for the removal and installation of new Elkay ezH2O enhanced refrigerated, filtered, stainless steel bottle-filling stations at the Santa Fe Indian Health Center in New Mexico. The project involves replacing existing drinking fountains with one bi-level ADA model and twelve single ADA models, along with providing three years' worth of OEM replacement filters for maintenance. This procurement is significant as it aims to enhance the accessibility and quality of drinking water facilities within the health center, promoting better health outcomes for the community served. Interested Indian Small Business Economic Enterprises (ISBEEs) must submit their quotes by January 16, 2026, at 12:30 PM MST, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Source Sought Seeking ISBEE and/or IEE contractors to purchase Brand Name Only Abbott Piccolo Xpress Chemistry Analyzer System, associated accessories & supplies for the Wagner IHS Health Center, Wagner SD 57380
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEE) and Indian Economic Enterprises (IEE) to provide a brand name Abbott Piccolo Xpress Chemistry Analyzer System along with associated accessories and supplies for the Wagner Indian Health Center in South Dakota. The procurement aims to identify vendors capable of delivering a clinical chemistry analyzer that meets specific performance criteria, including on-site multi-chemistry testing, minimal sample volume requirements, and automated operation with built-in quality control features. This equipment is crucial for enhancing laboratory capabilities at the health center, ensuring efficient and accurate testing in clinical settings. Interested parties must submit their capability statements by January 20, 2026, to Ursula Maslonka at ursula.maslonka@ihs.gov, as this notice is for market research purposes only and does not constitute a solicitation.
    Zuni Quarters Sewer Improvement Project
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Zuni Quarters Sewer Improvement Project located at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. This project, which is a total small business set-aside, aims to replace aging sewer lines and improve the overall sewer infrastructure, with an estimated contract value between $100,000 and $250,000. The scope includes constructing new sanitary sewer lines, reconnecting service laterals, and adhering to strict safety and environmental regulations throughout the 90-calendar-day performance period. Interested contractors must attend a site visit on January 7, 2026, and submit their proposals by January 26, 2026; for further inquiries, they can contact Shaukat Syed at shaukat.syed@ihs.gov or Jenny Scroggins at Jenny.Scroggins@ihs.gov.
    Gallup Indian Medical Center - Pest Management Services
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified vendors to provide pest management services for the Gallup Indian Medical Center located in Gallup, New Mexico. This sources sought notice aims to conduct market research to identify potential sources for these services, which fall under the NAICS code 561710 – Exterminating and Pest Control Services, with a small business size standard of $17.5 million. The selected contractor will play a crucial role in maintaining a safe and healthy environment for the facility, ensuring effective pest control measures are in place. Interested parties are invited to submit their qualifications and capabilities by January 12, 2026, to Stephen Silversmith, Contract Specialist, at stephen.silversmith@ihs.gov, including necessary documentation such as the Indian Economic Enterprise Representation Form if applicable.
    Janitorial and Cleaning Supplies - Santa Fe Indian Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking quotes for janitorial and cleaning supplies for the Santa Fe Indian Health Center in New Mexico. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, with the aim of providing essential cleaning products to support the health center's operations. The selected contractor will be responsible for delivering a comprehensive range of janitorial supplies, adhering to specific technical requirements, and ensuring timely deliveries. Interested offerors must submit their quotes by January 9, 2026, at 12:30 PM MST, and are required to register with the System for Award Management (SAM) prior to award. For further inquiries, potential bidders can contact Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    KHC Old Housing Renovations
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified contractors for the KHC Old Housing Renovations project in Kayenta, Arizona, aimed at conducting comprehensive renovations of residential facilities. The project encompasses various tasks, including the replacement of doors, flooring, kitchen and restroom cabinets, plumbing, HVAC systems, and more, to enhance living conditions for residents. This initiative is part of the IHS's commitment to improving housing for Native American communities, and interested contractors must submit their qualifications by January 15, 2025, at 12:00 PM MST to Daisha Richards at Daisha.Richards@ihs.gov. Potential bidders are reminded that this is a market research notice, not a solicitation, and must be registered in the System for Award Management (SAM) to participate.
    Hospital Leadership and Management Support (HLMS) for Readiness Agency wide IDIQ (Single or MultiAward)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for Hospital Leadership and Management Support (HLMS) through a single or multiple-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The primary objective is to provide consultation and professional support services to federal IHS healthcare facilities, focusing on enhancing healthcare leadership, accreditation, and operational and financial management. This contract, valued between $50 million and $55 million, will utilize a two-phase advisory multi-step process for evaluation, with key deadlines including Phase I submissions due by January 2, 2026, and Phase II oral presentations scheduled for January 15-16, 2026. Interested parties can direct inquiries to Darryl Smith at darryl.smith@ihs.gov or Hillary Marshall at Hillary.Marshall@ihs.gov for further information.
    KHC Pest and Rodent Control Services
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking qualified sources for Pest and Rodent Control Services at the Kayenta Service Unit in Arizona. This sources-sought notice aims to conduct market research to identify potential contractors capable of fulfilling this requirement, which falls under the NAICS code 561710 for Exterminating and Pest Control Services. The selected contractor will play a crucial role in maintaining a safe and healthy environment for the community served by the Indian Health Service. Interested parties are invited to submit their qualifications and capability statements by January 22, 2026, at 12:00 PM (MST) to Daisha Richards at Daisha.Richards@ihs.gov, ensuring they are registered in the System for Award Management (SAM) and include necessary documentation, including the IHS IEE Representation Form if applicable.
    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.