This document is a combined synopsis/solicitation for commercial items, specifically a Request for Quotation (RFP) for WRSU Work Station PM, with reference number IHS1516900. It is open exclusively to Small Businesses and seeks quotes for medical and surgical equipment repair and maintenance services (NAICS Code 811210). Quotes must be submitted on an all-or-none basis via email to dale.clark@ihs.gov by September 12, 2025, at 1:00 p.m. PST. Essential submission requirements include UEI, CAGE Code, DUNS, Tax Identification Number, FOB Point, Discount Terms, and Delivery Date. Offerors must provide company information and acknowledge a 90-day acceptance period. Mandatory System for Award Management (SAM) registration is required for eligibility. Pricing schedules for base and option year work associated with the Statement of Work are included. Questions must be submitted before September 5, 2025.
The document, IHS1516900, outlines the invoicing instructions, period of performance, and various contract clauses for a federal government Request for Proposal (RFP) related to WRSU Work Station PM. Invoicing will primarily be electronic via www.ipp.gov. The contract includes a base year (September 25, 2025 – September 24, 2026) and an option year (September 25, 2026 – September 24, 2027). A comprehensive list of Department of Health and Human Services Acquisition Regulation (HHSAR) and Federal Acquisition Regulation (FAR) clauses are incorporated by reference or in full text, covering areas such as anti-lobbying, electronic submission of invoices, equal employment opportunity, privacy, whistleblower protections, small business utilization, labor standards, and combating human trafficking. The contract also includes options to extend services for up to six months and extend the contract term for a total duration not exceeding five years. The purpose is to ensure compliance and define the terms for the acquisition of commercial products and services.
The Whiteriver Service Unit (WRSU) IT department is seeking proposals for preventative maintenance on its wall-mounted computer arms and workstations on wheels. This contract will cover adjustments to factory specifications, cable management cleanup, and detailed follow-up reports for 26 Ergotron workstations, 8 Proximity wall mounts, and 21 ICW wall mounts. The service will be performed at the Whiteriver Indian Hospital in Whiteriver, AZ, and the Cibecue Health Center in Cibecue, AZ. The preventative maintenance explicitly excludes replacement parts or labor for repairs, though the contractor will provide reports and estimates for any necessary additional parts or repairs. The contract duration is a 12-month base period with one option period.
This Sources Sought Notice from the Indian Health Service (IHS) is for market research to identify businesses capable of providing preventative maintenance for Ergotron Work Station wall-mounted computer arms and workstations on wheels at 200 West Hospital Drive, Whiteriver, Arizona 85941. The primary purpose is to determine compliance with the Buy Indian Act and assess potential set-asides for Indian Small Business Economic Enterprises (ISBEEs) or Indian Economic Enterprises (IEEs). Interested firms must submit company details, point of contact, contract numbers (if applicable), DUNS/SAM UEI, Tax ID, business category (IEE/ISBEE), a capability statement, and an IHS Indian Economic Enterprise Representation form by August 13, 2025, 1300 Local Time. This is not a request for quote.
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 ensures compliance with HHSAR 326.601, requiring IEE status at the time of offer, contract award, and throughout the contract term. Contractors must notify the Contracting Officer immediately if they lose eligibility. While self-certification is primary, documentation may be required for set-aside or sole source awards, which are subject to protest if eligibility is questioned. Additionally, successful offerors must be registered with the System for Award Management (SAM). Providing false or misleading information is a violation of law, subject to penalties under 18 U.S.C. 1001 for false information and 31 U.S.C. 3729-3731 and 18 U.S.C. 287 for false claims. The form requires the offeror to confirm their IEE status, including the name of the 51% owner, certifying signature, print name, federally recognized tribal entity, business name, and DUNS Number.
RFI IHS1516900, issued on 09/03/2025, details requirements for hardware-only preventative maintenance (PM) services, excluding software. The service is an annual visit per device, with preferred scheduling at Whiteriver Indian Hospital and Cibecue Health Center during regular hours. The scope involves mechanical adjustments and cable management for devices like Ergotron WOWs, Proximity wall mounts, ICW mounts, Rubbermaid M38s, and Ergotron LX. The requesting agency requires separate time and materials estimates for parts and repairs, including full replacement costs if necessary. Reporting should be submitted to the COR, with a preference for specific formats like serial/asset tagging, photos, and pass/fail checklists. Site access will be facilitated by temporary badges. Photos are available to better describe the work.