Systems Furniture
SOL #: IHS1524315Combined Synopsis/Solicitation
Overview
Buyer
Health And Human Services
Indian Health Service
PHOENIX AREA INDIAN HEALTH SVC
PHOENIX, AZ, 85004, United States
Place of Performance
Fort Duchesne, UT
NAICS
Institutional Furniture Manufacturing (337127)
PSC
Office Furniture (7110)
Set Aside
Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior) (ISBEE)
Original Source
Timeline
1
Posted
Mar 18, 2026
2
Last Updated
Apr 23, 2026
3
Submission Deadline
Apr 21, 2026, 9:00 PM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Indian Health Service (IHS) – Phoenix Area Office (PAO) has issued a Combined Synopsis/Solicitation (RFQ) for Systems Furniture for the Uintah and Ouray Health Clinic and JWIC building in Fort Duchesne, UT. This requirement is a 100% Indian Small Business Economic Enterprise (ISBEE)/Native American small business set-aside. Quotes are due April 21, 2026, at 5:00 PM EDT.
Scope of Work
This opportunity involves the procurement and installation of new systems furniture and related services. Key aspects include:
- Converting the fitness area within the JWIC building into an office workspace, which requires additional furniture and the installation of a new furnace.
- Providing and installing new system furniture for the Uintah and Ouray Health Clinic, reconfiguring existing space as per attached drawings.
- Ensuring all new furniture matches existing appearance and is compatible with current mechanical, electrical, phone, and data systems.
- Extending phone and data connections throughout reconfigured spaces.
- Equipping all new workstations with electrically assisted adjustable sit-to-stand work surfaces.
- Work activities, particularly construction, must be coordinated with clinic staff and occur after hours (evenings/weekends) to avoid impacting daily operations.
- The performance period is 30 days from the Notice to Proceed (NTP).
Key Requirements for Bidders
- Procurement is for NEW Equipment ONLY; no remanufactured or "gray market" items.
- Vendors must be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller.
- Quotes MUST include a copy of the authorized distributor letter from the manufacturer.
- Items are to be shipped FOB Destination, with shipping costs included in the vendor quote.
- The Government will not split this requirement; quotes must include all aspects of the RFQ.
- Bidders must provide a qualification packet including business capability, project history, licenses, and technician qualifications.
- Adherence to International Building Code, Occupational Safety and Health Act (CFR1926), and U.S. Environmental Protection Agency/Utah State Department of Health regulations is required.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Notice ID: fd71f346667e44c8bd71a95725ee95db
- NAICS Code: 337127
- PSC Code: 7110 (Office Furniture)
- Set-Aside: 100% Indian Small Business Economic Enterprise (ISBEE)/Native American small business set-aside. Offerors not meeting this criterion will not be considered.
- Place of Performance: Fort Duchesne, UT 84026 (UO Service Unit, 6822 East 1000 South; JWIC building, 6932 East 1400 South).
Submission & Evaluation
- Submit written quotes only. Oral offers will not be accepted.
- QUOTE DUE DATE: April 21, 2026, 5:00 PM EDT.
- Evaluation will select the quote representing the best benefit to the Government at a reasonable price, considering: Price, Technical Acceptance of Product, and Delivery.
- Past performance will be evaluated using PPIRS and FAPIIS data.
- Invoices must be prepared monthly and submitted electronically via the Invoice Processing Platform (IPP).
- All responding firms must be registered with the System for Award Management (SAM).
Contact Information
- Primary Contact: Phillip Wendzillo, phillip.wendzillo@ihs.gov, 602-364-5012
- Technical/Facility Contacts: James Kee, james.kee@ihs.gov, 435-725-6836; Facility Manager, 435-725-6842.
People
Points of Contact
Phillip WendzilloPRIMARY