This document is a Request for Quotation (RFP) identified as IHS1520039 Ft Yuma Compressor, issued for commercial items under Simplified Acquisition Procedures. It requests quotes on an all-or-none basis from small businesses only for plumbing, heating, and air-conditioning contractor services (NAICS Code 238220). Submissions, including company information like UEI, CAGE Code, DUNS, and Tax ID, are due by December 23, 2025, at 1:00 p.m. PST via email to dale.clark@ihs.gov. All offerors must have current System for Award Management (SAM) registrations to be eligible for award. Questions must be submitted before December 19, 2025. The solicitation includes applicable FAR/HHSAR provisions and clauses, and a Statement of Work is attached for detailed goods/services.
This government file, IHS1520039, outlines the clauses and additional instructions for the Ft Yuma Compressor contract. It mandates electronic invoicing via the Department of Treasury Invoice Processing Platform (IPP) unless alternative procedures are authorized in writing. The period of performance will be determined upon award, as per the Statement of Work. 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 a wide range of topics including anti-lobbying, safety and health, equal employment opportunity, privacy, confidentiality, whistleblower rights, small business utilization, labor standards, combating trafficking in persons, and environmental considerations. Key clauses include those related to the Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities, and Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. The contract also includes options to extend services and the term of the contract, and requires a site visit for construction-related aspects. The overall duration, including options, shall not exceed 5 years.
The Indian Health Service (IHS) Facilities Department at Fort Yuma is soliciting services to replace two 10-ton R-410 scroll compressors. This Statement of Work (SOW) requires the contractor to manage all aspects of the replacement, including refrigerant recovery, compressor removal, new compressor installation, filter/drier replacement, vacuuming, R-410 charging, and operational checks. The contractor must provide all necessary supervision, labor, expertise, tools, transportation, materials, parts, licenses, permits, and equipment. Key tasks include surveying the work area with the COR/POC, obtaining approval before starting work, submitting specifications and material lists within 10 days of award, procuring approved materials, implementing environmental protection measures, securing necessary permits, and providing 1-year warranties for labor and equipment. The IHS clinic will remain operational during the 30-day performance period, and contractor employees will be subject to escort or video surveillance. The place of performance is 401 Picacho Rd, Winterhaven, CA, 92283. Pablo C. Guizar is the Maintenance Mechanic Supervisor and Point of Contact.
The Indian Health Service (IHS) has issued a Sources Sought Notice for the Ft Yuma Compressor Repair project in Winterhaven, Arizona. This notice is for market research to identify qualified Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE) for a potential set-aside, aligning with the Buy Indian Act. The project requires repair or replacement of A/C compressors. Interested firms, particularly IEEs and ISBEEs, are invited to submit their company information, including point of contact, contract numbers (if applicable), DUNS or SAM Unique Entity Identifier, Tax ID, business category, and a capability statement by November 25, 2025, 1300 Local Time. Respondents must also complete an IHS Indian Economic Enterprise Representation form and identify their Federally Recognized Indian Tribe or Alaska Native Corporation. This is not a Request for Quote, but rather an effort to determine compliance with the Buy Indian Act and the appropriate acquisition decision.