SOLICITATION NOTICE
R -- Request for Quotes � RF Site Survey & Technical Assessment Services
- Notice Date
- 1/22/2026 1:57:24 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- PHOENIX AREA INDIAN HEALTH SVC PHOENIX AZ 85004 USA
- ZIP Code
- 85004
- Solicitation Number
- RFQ-26-PHX-012
- Response Due
- 1/26/2026 9:00:00 AM
- Archive Date
- 02/10/2026
- Point of Contact
- Ashley B. Velasquez, Phone: 4802177292, Jeremy Steel, Phone: 6023645264, Fax: 6023645030
- E-Mail Address
-
ashley.velasquez@ihs.gov, jeremy.steel@ihs.gov
(ashley.velasquez@ihs.gov, jeremy.steel@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- TO RECEIVE UP TO DATE INFORMATION ON THIS REQUIREMENT, INCLUDING ANSWERS TO VENDOR QUESTIONS, MODIFICATIONS TO THE REQUIREMENT OR EXTENSIONS TO THE OFFER DUE DATE, USE THE FOLLOW THIS REQUIREMENT FEATURE TO ENSURE SYSTEM NOTIFICATIONS. The Indian Health Service (IHS) is requesting quotes and technical capability information for Radio Frequency (RF) Site Survey and Technical Assessment Services in support of two IHS-operated facilities. This requirement is limited to planning and data collection to inform a future land mobile radio (LMR) acquisition. No radio procurement, installation, or system implementation is included under this request. This request for quotes is being conducted using FAR Part 13 simplified acquisition procedures. Places of Performance Services are required at the following locations: Nevada Skies Youth Wellness Center 1090 Highway 95 Bullhead City, AZ 86429 Desert Visions Youth Wellness Center 3601 West Chemehuevi Road Sacaton, AZ 85147 Each location shall be treated as a separate RF site survey, though vendors shall submit a single consolidated quote covering both locations. Scope of Work (Embedded) The contractor shall provide all labor, travel, equipment, tools, and expertise necessary to perform on-site RF site surveys and technical assessments at each location. Services include, but are not limited to: On-site audit of existing RF and radio communications infrastructure (if present) RF spectrum analysis to identify existing frequency use and interference Identification and documentation of existing radio equipment, antennas, cabling, grounding, and power availability Evaluation of physical and electrical infrastructure necessary to support future LMR systems Assessment of rooftop, tower, or mounting locations and associated access considerations Use of industry-standard RF test equipment (e.g., spectrum analyzers, cable/antenna analyzers, or equivalent) Preparation of a written technical report for each site summarizing findings, constraints, and recommendations All deliverables shall be provided in an electronic format acceptable to the Government, and all reports shall become Government property upon delivery. Reports shall be sufficiently detailed to support engineering planning, acquisition strategy development, and future system design decisions. Regulatory and Technical Considerations All work shall be performed in accordance with applicable FCC regulations, industry standards for RF engineering and LMR planning, and facility safety requirements. Vendors must demonstrate experience performing RF surveys in occupied institutional or healthcare environments, where coordination with facility staff and adherence to safety protocols is required. Buy Indian Act � Tiered Evaluation Approach In accordance with the Buy Indian Act (25 U.S.C. � 5323), HHSAR Part 326, and Indian Health Service policy, IHS will apply a tiered (cascading) evaluation approach as follows: Indian Small Business Economic Enterprises (ISBEEs) will be evaluated first. If one or more technically acceptable offers are received from ISBEE vendors and a fair and reasonable price determination can be made, the Government intends to make award at this tier. If no technically acceptable, fair and reasonable award can be made to an ISBEE vendor, evaluation will proceed to other small business concerns. If no award can be made at the small business tier, evaluation will proceed to large business vendors. Vendors shall self-identify their business status in their submission. Submission Requirements Interested vendors shall submit the following: Technical capability statement describing experience with RF/LMR site surveys and similar assessments Proposed technical approach to completing the scope of work at both locations Proposed timeline, expressed in calendar days from award, identifying: Time to mobilize and conduct on-site physical surveys, and Time to deliver draft and final technical reports Firm-fixed-price quote covering all services for both locations (inclusive of travel and expenses) Business status and SAM registration confirmation, certifying that the vendor is actively registered in SAM.gov at the time of quote submission, in accordance with FAR 52.204-7 This notice does not obligate the Government to award a contract, nor does it constitute a request for proposals. Evaluation Criteria Quotes will be evaluated on a best-value basis considering the following factors: Technical capability and experience Proposed timeline for delivery of site survey results and technical reports (speed of deliverable is a high priority) Price reasonableness Award will be made to the offeror whose submission represents the best value to the Government, consistent with the tiered Buy Indian Act evaluation approach described above. Submission Deadline Responses must be received in email box no later than 10 AM MST on 01/26/2026. Email responses must be submitted to Ashley.Velasquez@ihs.gov. Questions shall be submitted in writing no later than 1 PM MST on 1/23/26. Questions received after this date may not be answered. Thank you for your interest in supporting Indian Health Service mission requirements. We appreciate your participation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/afc1a555fe324abcabc9c02fae78ab81/view)
- Place of Performance
- Address: AZ, USA
- Country: USA
- Country: USA
- Record
- SN07693588-F 20260124/260122230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |