WRSU Work Station PM Service
ID: IHS1516900Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

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 proposals from qualified small businesses for preventative maintenance services on wall-mounted computer arms and workstations on wheels at the Whiteriver Service Unit (WRSU) in Arizona. The contract involves mechanical adjustments, cable management, and detailed reporting for 26 Ergotron workstations, 8 Proximity wall mounts, and 21 ICW wall mounts, with services to be performed at the Whiteriver Indian Hospital and Cibecue Health Center. This maintenance is crucial for ensuring the operational efficiency of medical equipment, and the contract includes a base year with an option for an additional year. Interested parties must submit their quotes by September 12, 2025, to Dale C. Clark at dale.clark@ihs.gov, and are required to be registered in the System for Award Management (SAM).

    Point(s) of Contact
    Dale C Clark
    dale.clark@ihs.gov
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Notice of Intent to Award
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with Hill-Rom for annual preventative maintenance and repair services for existing patient beds at the Shiprock Service Unit in Shiprock, New Mexico. This procurement is limited to Hill-Rom due to their status as the manufacturer of the equipment, and the contract will cover a base period from January 1, 2026, to December 31, 2026, with four optional consecutive 12-month periods, potentially extending the total contract duration to five years. The services are critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Interested vendors who believe they can provide the required services may submit a capability statement by 10:00 AM (MST) on December 16, 2025, via email to Dallas.Begay@ihs.gov, as this notice is not a request for quotations and no solicitation will be issued.
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.
    PM Service Agreement for GE AMX 240 Mobile X-Ray System & GE FlashPad HD Detector-SS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide service and maintenance for the GE AMX 240 Mobile X-Ray System and GE FlashPad HD Detector at the Zuni Comprehensive Community Health Center in New Mexico. The procurement aims to establish a service agreement that includes preventative maintenance, unscheduled repairs, software updates, and compliance with industry standards, ensuring the equipment operates effectively and safely. This opportunity is particularly significant as it supports healthcare delivery in Indian communities, emphasizing the importance of reliable medical equipment. Interested parties must submit their responses, including a capability statement and the Indian Small Business Economic Enterprise (ISBEE) representation form, to Shannon Eldridge-Shorty by December 15, 2025, at 03:00 PM (MT).
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Installation and Logistical Software as a Service (SaaS)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for a Software as a Service (SaaS) solution to manage the procurement, installation, and tracking of medical equipment and furnishings, fixtures, and equipment (FF&E) for new healthcare facilities. The objective is to replace current spreadsheet-based tracking methods that have resulted in project delays and cost overruns, with a system capable of accurate tracking, reporting, and management from planning to commissioning. This software solution is crucial for supporting the logistics of healthcare facility construction and renovations, aiming to facilitate the tracking of hundreds to thousands of items and to support over 500 tribes and IHS employees in the future. Proposals are due by December 22, 2025, at 3:00 pm EST, and interested vendors can contact Colleen Henry at colleen.henry@ihs.gov or Andrew Hart at andrew.hart@ihs.gov for further information.
    BPA for Stainless Steel Surgical Equipment Repairs
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide stainless steel surgical equipment repair services through a Blanket Purchase Agreement (BPA) for the Oklahoma City Area Indian Health Service. The procurement aims to ensure the timely repair and maintenance of surgical instruments used at the Pawnee, Lawton, and Clinton Indian Health Centers, with services including sharpening, refurbishing, and onsite repairs. This opportunity is particularly significant as it supports the healthcare needs of Native American communities, emphasizing compliance with the Buy Indian Act. Interested vendors must submit their quotes by December 18, 2025, at 10:00 AM CST, to Misti Bussell via email at misti.bussell@ihs.gov, with the contract period running from March 1, 2026, to February 28, 2031, and a maximum funding limit of $1,250,000.
    Emergency Department Medical Equipment and Supplies
    Buyer not available
    The Indian Health Service (IHS) is conducting market research to identify potential sources for medical equipment and supplies needed for the Emergency Department at Gallup Indian Medical Center in New Mexico. The procurement focuses on a variety of essential items, including general procedure carts, adjustable-height instrument tables, isolation carts, and various scales, all adhering to specific infection control standards and operational efficiency requirements. This opportunity is crucial for ensuring the availability of high-quality medical supplies that support healthcare delivery in the region. Interested vendors must submit their qualifications and capability statements by December 19, 2025, at 10:00 AM (MST) to Rodney Brown at Rodney.Brown@ihs.gov, and must be registered in the System for Award Management (SAM) to participate.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.
    Pharmaceutical Dispensing Machine Implementation to Interface with ScriptPro
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking written quotes for the implementation of pharmaceutical dispensing machines that will interface with ScriptPro systems across three locations in Oklahoma: Clinton, El Reno, and Watonga. The procurement aims to enhance the efficiency of the Pharmacy Prepaid Postage Mail System by automating package tracking and reducing errors, thereby improving service delivery at the Indian Health Centers. This opportunity is a 100% Small Business Set-Aside, with a performance period of 12 months from the date of award, and quotes are due by December 11, 2025, at 12:00 PM CDT. Interested vendors must submit their proposals to Misti Bussell via email at misti.bussell@ihs.gov and ensure they are registered in the System for Award Management (SAM) prior to contract award.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for two Information Technology Specialists to provide essential IT services at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, structured as a Firm-Fixed-Price agreement, includes a base year and four option periods, focusing on responsibilities such as managing Windows and VM Cloud systems, IT Helpdesk support, network administration, and data management. This opportunity is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal businesses in delivering healthcare services. Interested offerors must submit their quotes by December 29, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Urgent IT Maintenance, CRHC, Eagle Butte, SD
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to extend an existing contract for urgent IT maintenance and repair services at the Cheyenne River Health Service in Eagle Butte, South Dakota. This procurement aims to address an immediate need for continued IT support to ensure the functionality of office machines and processing systems critical to health services operations. The urgency of this requirement underscores the importance of reliable IT infrastructure in delivering healthcare services effectively. Interested vendors can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or call 605-964-0605 for further details regarding this opportunity.