Claremore Site Prep for New Clinical Modular Building
ID: 75H70125R00023Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEDIV OF ENGINEERING SVCS - SEATTLESEATTLE, WA, 98121, USA

NAICS

Site Preparation Contractors (238910)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the site preparation of a new clinical modular building at the Claremore Indian Hospital in Oklahoma. The project entails extensive site work, including demolition, utility connections, and the construction of a foundation for a five-section modular facility, with a focus on compliance with local and federal regulations, including ADA standards. This initiative aims to enhance healthcare services in response to increased demand, particularly following the COVID-19 pandemic. Interested contractors should note that the project is set aside for Indian Small Business Economic Enterprises, with a contract value estimated between $1 million and $5 million. Proposals are due by February 25, 2025, and potential bidders are encouraged to contact Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.

    Files
    Title
    Posted
    The document details a Request for Proposal (RFP) for site preparation and installation of a new clinical modular building at the Claremore Indian Hospital. The project involves preparing a site for a five-section modular building, which includes responsibilities for demolition, utility connections, construction of foundations, roofing, and installation of exterior and interior systems. Key components include removing existing sidewalks and trees, providing necessary utility connections for water and electricity, and ensuring compliance with various local and federal codes (e.g., building, electrical, fire safety). The document outlines the contractor's requirements for design, materials, and construction practices, which must be completed by a Professional Engineer licensed in Oklahoma. Additional focus is placed on ensuring ADA compliance for entrances and pathways, managing workspace safety, and coordinating with other contractors on site. The project is intended to bolster the hospital’s facilities in response to increasing service demands, particularly relevant due to historical COVID-19 considerations. Adherence to timeline and functionality is imperative to minimize disruption to hospital operations. Overall, the document emphasizes a comprehensive scope of work aimed at ensuring the successful construction and integration of the new clinical facility into the existing hospital infrastructure while meeting safety and regulatory standards.
    The document appears to range over a variety of topics likely related to government contracts, proposals, or grants, although it is heavily encoded and contains unreadable segments. Despite these obstacles, the primary purpose focuses on the administration of federal and state/local Requests for Proposals (RFPs) and grants, providing insight into the processes and requirements for applicants. The key ideas likely include guidelines for applicants, criteria for evaluation, and strategic goals aligning with governmental objectives. While specific details are obscured, it is clear the document seeks to communicate how entities can engage with government funding through various projects, possibly addressing the necessity for compliance with regulations, performance standards, and other critical responsibilities. These aspects illustrate the importance of effective communication and transparency in managing public resources. Overall, the document contributes to understanding the framework within which governments operate concerning funding opportunities and organizational partnerships.
    The government document outlines specifications for a construction project involving a building with multiple floors and various beam types. It details critical parameters such as building dimensions, support heights, and roof load considerations, including live, dead, and snow loads. The analysis performed on the structural components indicates several checks, specifically the Section Modulus, Deflection, and Shear Checks for different beam heights. The results show a mix of pass and fail outcomes, highlighting that the beam height at mid and tall supports must meet all three checks, while the short support must pass only the shear check. The information serves as a structural safety assessment necessary for compliance with building codes in relation to federal, state, and local regulations. This documentation is likely essential for contractors participating in Requests for Proposals (RFPs) or applying for federal grants, ensuring that proposed structures adhere to safety and engineering standards.
    The document outlines the existing site conditions for the Claremore Indian Hospital, detailing the preparations for a new building and associated features. Key components include the removal of designated sidewalks and four trees, the incorporation of new building features such as roof extensions, entry areas, and sidewalks, and the installation of new electrical panels. Specific areas are designated for new services, including water and sewer utilities at the northern end of the project. The summary also includes visual representations of the planned building from various perspectives, including front and side views. Landscaping plans for both the north and south sides are noted, along with details on typical construction elements utilized in previous projects, such as External Insulation and Finish Systems (EIFS). This document serves as a foundational reference for contractors responding to federal or local RFPs, emphasizing the upcoming construction improvements at the hospital site while detailing existing conditions and requirements for site preparation.
    The Geotechnical Engineering Report by AIMRIGHT outlines site preparations for the Modular North II construction project at Claremore Indian Hospital. It includes descriptions of the subsurface conditions from field explorations, stating that the site primarily consists of organic soils, existing fill, and native clay soils, with no groundwater encountered during drilling. Key recommendations highlight the importance of site preparation, emphasizing the removal of unsuitable materials and the need for proper fill compaction and moisture conditioning. The report details suggested practices for construction monitoring to ensure adherence to geotechnical standards, including density testing and observing foundation bearing conditions. It outlines parameters for a shallow foundation system, including allowable bearing pressure and expected settlement. Specific recommendations for drainage management are also included to prevent moisture infiltration and minimize structural risks. Hence, the report is essential for guiding the construction process, ensuring structural safety and compliance with geotechnical engineering standards.
    AIMRIGHT Testing & Engineering, LLC submitted a Geotechnical Engineering Report for sitework related to the construction of a modular structure at the Claremore Indian Hospital in Claremore, Oklahoma. The report outlines findings from soil borings conducted to assess subsurface conditions, encompassing recommendations for site preparation, foundation design, and drainage management. The proposed project involves constructing a one-story modular building supported by a shallow foundation system. Soil analysis indicates existing fill materials and native soils consist of stiff clay with various sediment types, assessed for their load-bearing capacity, which is estimated to support a net allowable bearing pressure of 2,000 psf. The report emphasizes the necessity for thorough site preparation, including removal of unsuitable materials, moisture conditioning, and compaction of the subgrade. Recommendations also highlight the importance of maintaining surface water drainage and controlling potential groundwater fluctuations during construction. Monitoring of the construction process by experienced engineers is advised to ensure compliance with the prescribed geotechnical recommendations. Overall, the report concludes that the site is suitable for the intended development, provided that the outlined measures are thoroughly implemented during construction.
    The government file contains a comprehensive list detailing various proposals, projects, and administrative entries across federal, state, and local levels. The purpose of this document appears to be summarizing a range of Requests for Proposals (RFPs), federal grants, and project-related notes, associated page numbers, and references for infrastructure enhancements, administrative functions, and facility upgrades. Notable inclusions are references to construction methodologies, electrical setups, engineering specifications, and project management details, which indicate substantial renovations or developments across multiple sites. The file also emphasizes compliance with established design standards, indicating a serious commitment to excellence in executing government contracts. The structured elements, including alphabetical and numerical listings, suggest systematic organization for ease of access and reference within the documents. This comprehensive overview underscores a methodical approach to project management in public sector operations.
    The Self-Performed Calculation Sheet, associated with Solicitation Number 75H70125R00023, outlines requirements for prime contractors regarding self-performance and subcontracting limits per federal regulations (FAR 52.219-14 and FAR 52.219-17). It specifies that general construction contractors cannot subcontract more than 85% of the contract value to firms not classified as "similarly situated," while special trade contractors are restricted to 75%. The sheet includes a structured worksheet for contractors to calculate their proposed prices and subcontracting figures, thereby ensuring compliance with government contracting rules. Contractors must account for profit, materials costs, and the costs of non-similarly situated subcontractors when determining the value of work performed by similarly situated entities. The document emphasizes the importance of accurate reporting and completion to gauge compliance with subcontracting limits. Definitions of "Concern Status" and examples clarify what constitutes a "similarly situated entity," highlighting the significance of socioeconomic classifications in government contracts. This comprehensive approach aims to promote fair competition and support small businesses within federal contracting frameworks.
    The document outlines the requirements for submitting specialized experience forms as part of the federal RFP process, specifically for the solicitation number 75H70125R00023. Companies are asked to provide detailed information about relevant construction projects completed in the past six years, emphasizing scope and complexity similarities to the current project. Required details include project type, company name, project name, location, owner information, general construction scope, facility type, size, role in the project, contract value, subcontracted work extent, construction dates, performance evaluations, and any termination or damages incurred. Additionally, the document necessitates the provision of a reference contact from the project owner. This information is critical for evaluating the proposer’s specialized experience, ensuring they meet federal standards for similar construction endeavors.
    The Past Performance Questionnaire (PPQ) Form serves as part of the solicitation process for government contracts, specifically under Solicitation 75H70125R00023. It is designed to evaluate a contractor's previous work performance in order to assist in determining their suitability for future projects. The document outlines essential contractor and project information, including the firm's name, contract details, client contact, and project descriptions. Additionally, clients must assess contractor performance based on various criteria, such as quality, timeliness, customer satisfaction, management effectiveness, financial management, safety compliance, and general performance. The evaluation is rated on a scale from Exceptional to Unsatisfactory. Clients are encouraged to provide direct feedback, which is vital for contractors’ proposals to the government. This process is critical for maintaining standards and ensuring that only qualified contractors are considered for federal grants and RFPs, reflecting the government’s commitment to accountability and performance assessment.
    The Indian Health Service's document outlines requirements for Offerors to self-certify as an "Indian Economic Enterprise" under the Buy Indian Act. It emphasizes that entities must meet eligibility criteria at the time of the offer, during contract award, and throughout contract performance. If circumstances change affecting eligibility, the contractor is required to notify the Contracting Officer immediately. Documentation may be needed for verification, and any false information submitted is subject to legal penalties. The form requires the Offeror to acknowledge their status regarding Indian ownership and provide identification details such as names, DUNS number, and the name of the federally recognized tribal entity. This document ensures compliance with federal regulations and supports economic opportunities for Indian-owned businesses in federal contracting.
    The Indian Health Service (IHS) released RFP 75H70125R0023 for the site preparation of a new clinical modular building at the Claremore Indian Hospital in Oklahoma. This project, valued between $1 million and $5 million, is set aside for Indian Small Business Economic Enterprises and aims to install a modular building for clinical use. The scope of work includes site preparation, utility installation (water, sewer, and electrical), concrete foundation work, landscaping, and installing ramps and accessibility features in compliance with ADA standards. Proposals are due by February 25, 2025, following a site visit on January 28, 2025. The contract will require adherence to various safety and construction regulations, ensuring minimal disruption to hospital operations. Contractors must submit a complete proposal including pricing and are advised to account for taxes and levies in their bids. The project’s specifications reflect a comprehensive approach to construction within a healthcare facility, emphasizing safety, quality control, and regulatory compliance.
    This document is an amendment related to solicitation and contract modification procedures for federal government offers. It emphasizes the necessity for contractors to acknowledge receipt of the amendment before a specified deadline, detailing acceptable methods of acknowledgment. The amendment alters the site visit date for contractors from January 28, 2025, to January 30, 2025, at 10:00 AM CST, while maintaining all other terms and conditions unchanged. Key procedural elements include providing acknowledgment via specified forms or communications, the implications of missing deadlines, and directions for modifying offers already submitted. The document is related to the Indian Health Service in Seattle and sets out standard government contracting procedures to ensure compliance and clarity in the solicitation and amendment process.
    This document outlines the solicitation amendment for the construction of a modular clinical building at the Claremore Indian Hospital in Oklahoma. The primary objective is to prepare a site to install a 64’8” x 72’ modular structure designed for outpatient services. The project includes extensive site preparations, utility connections, and compliance with health facility codes. Key components involve coordination with various contractors for services like electrical and plumbing installations, following Oklahoma regulations, and ensuring work minimizes disruption to hospital operations. The contractor must provide all labor, materials, and resources necessary for site preparation and adhere to safety guidelines, including COVID-19 measures. Detailed specifications outline the construction scope, including utility connections, installation of ADA-compliant access features, and provisions for environmental controls. The contractor is also responsible for securing permits, coordinating project activities, and ensuring quality workmanship throughout the project duration. Deliverables must be achieved within 120 days of receiving the notice to proceed, with an expected completion date by September 2025. This amendment highlights the government's commitment to enhance healthcare facilities while adhering to regulatory requirements and safety protocols.
    The government document outlines the amendments to a solicitation for site preparation for a new clinical modular building installation at the Claremore Indian Hospital, specifically detailing the scope of work and requirements for contractors. The project involves preparing the site for a five-section modular facility to enhance clinical services, particularly in response to COVID-19. Key tasks include site leveling, utility connections (water, sewer, electric), and constructing necessary infrastructure such as concrete footings, ADA-compliant ramps, and roofing. The contractor is responsible for ensuring compliance with various building codes and regulations, coordinating with other contractors on site, and maintaining a clean and safe work environment. The document emphasizes the need for appropriate safety measures, including infection control, and requires contractors to submit detailed plans and provide warranties upon completion. Work hours are specified to minimize disruption to hospital services, highlighting the importance of communication with the Indian Health Service (IHS) Contracting Officer. Overall, this document reflects the commitment to enhancing healthcare facilities through a structured and regulated construction process.
    AIMRIGHT TESTING ENGINEERING LLC commissioned a project to prepare three soil boring locations at a specified site in Claremore, Oklahoma. The project utilized Ground Penetrating Radar (GPR) and other equipment to identify any underground utilities prior to drilling. A 250-450 MHz GPR antenna, an electromagnetic pipe locator, and a GPS unit were employed to facilitate this work. The GPR revealed one unknown utility line in proximity to the boring locations, marked by a white box to indicate a safe drilling area. The client provided no drawings for the location, but they completed the required 811 locate request. This job underscores the importance of ensuring safety and compliance with underground utility regulations, which is a critical component in federal and local RFPs concerning construction and engineering projects.
    The document addresses the absence of a floor penetration for a 2-inch-L pipe, which is connected to a 2-inch-S pipe located within the wall to the west. This points to a potential issue in infrastructure design or construction that may affect the functionality of existing plumbing or HVAC systems. The mention of specific connections suggests a need for further assessment to ensure compliance with building codes and operational efficiency. Proper coordination is likely necessary to remedy this oversight, which may have implications for ongoing or future projects. Understanding the connections and structural parameters is crucial for adherence to safety and engineering standards, highlighting the importance of thorough planning in government RFPs related to construction and facility management.
    The 2022 Architect/Engineer (A/E) Design Guide issued by the Indian Health Service outlines updated design requirements for health care facility projects, highlighting changes in codes, sustainability, and construction management. Key updates include user guidance for Tribal and small-scale projects, a focus on biophilic design principles, alignment with the Council on Environmental Quality’s sustainable building guidelines, and improved clarity regarding National Environmental Policy Act (NEPA) responsibilities. The guide emphasizes the architect/engineer's accountability for quality, coordinating building information modeling (BIM), and adherence to defined standards. It mandates comprehensive documentation throughout various design phases while ensuring compliance with federal, state, and local codes. The document signifies a commitment to enhancing healthcare services through improved design practices and efficient use of resources. It serves as a crucial reference for professionals involved in federal construction, streamlining processes for new health care facilities. By establishing minimum requirements and consolidating regulations, the guide aims to facilitate effective project management and oversight, ensuring that all designs are functional, sustainable, and compliant with applicable laws. The A/E Design Guide is pivotal in fostering best practices and facilitating collaboration among project stakeholders within the federal health sector.
    The document outlines the specific details regarding the location of a 4-inch sewer line entering the crawlspace beneath the east Peds hallway (HW 27). It includes photographic evidence illustrating where the sewer line penetrates the crawlspace's concrete wall and additional images depicting its position further south, highlighting potential connection points. This information is crucial for understanding the plumbing infrastructure in the area, essential for maintenance or renovation projects. The context suggests this document may be part of a larger federal or local request for proposals (RFPs) or grants, underscoring the importance of accurate utility mapping for compliance and safety in construction or renovation efforts.
    Similar Opportunities
    Cheyenne River CT Renovation
    Buyer not available
    The Indian Health Service, under the Department of Health and Human Services, is soliciting proposals for the renovation of the Cheyenne River Health Center located in Eagle Butte, South Dakota. This project, designated under Solicitation Number 75H70125Q00006, is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to renovate the radiology department to accommodate new CT equipment, with an estimated construction cost between $25,000 and $100,000 and a performance duration of 120 days post-notice to proceed. The renovation includes demolition, installation of new medical equipment, and compliance with health and safety regulations, including the Davis-Bacon wage determinations. Interested contractors should contact Thupten Tsering at Thupten.Tsering@ihs.gov or 206-615-2452 for further details.
    Pueblo Pintado Health Center Construction
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the construction of the Pueblo Pintado Health Center in Crownpoint, New Mexico. This project entails the construction of a 125,884 square foot facility aimed at enhancing healthcare services for approximately 6,000 American Indian and Alaskan Native residents, with a construction timeline of 730 calendar days from the start date. The procurement emphasizes compliance with local regulations, safety measures, and environmental considerations, reflecting the project's significance in improving healthcare access within the Navajo Nation. Proposals are due by March 7, 2025, and interested contractors can contact Matt D Sanders at matt.sanders@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
    Yakama Emergency Egress Improvements
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors for the Yakama Emergency Egress Improvements project located at the Yakama Health Clinic in Toppenish, Washington. The objective of this federal contract is to construct compliant walkways that enhance emergency exit pathways, addressing safety risks associated with unclear egress routes in the clinic's Dental, Medical waiting, and Laboratory areas. This project is critical for ensuring compliance with life safety regulations and improving the overall safety infrastructure for health services provided to the Yakama Nation. The contract is set aside for small businesses, with an estimated value between $25,000 and $100,000, and proposals are due by February 27, 2025. Interested contractors can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
    BLACKFEET HOSPITAL CT ROOM RENOVATION
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the renovation of the CT Room at the Blackfeet Hospital in Browning, Montana. The project aims to upgrade the existing computerized tomography (CT) scan room and family room, including the installation of a new 128-slice CT scan unit, while ensuring compliance with the 2018 FGI Guidelines and relevant safety standards. This renovation is critical for enhancing healthcare infrastructure in underserved regions, with an estimated construction magnitude between $500,000 and $1,000,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit on February 11, 2025, and should contact Taylor Kanthack at taylor.kanthack@ihs.gov for further information.
    Contractor shall furnish and install a water service line for L. Rovang #6804 in Sapulpa, OK (Creek Co.) in accordance with the Statement of Work and drawing provided.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water service line for L. Rovang 6804 in Sapulpa, Oklahoma. The project involves the installation of approximately 1,700 linear feet of polyethylene water service line, fittings, and an isolation valve, with a total budget estimated at less than $25,000. This procurement is part of a Buy Indian Set-Aside initiative, promoting economic opportunities for Indian-owned businesses, and requires compliance with federal regulations, including the Davis-Bacon General Wage Decision. Interested vendors must submit their quotations by February 21, 2025, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.
    Crow/Northern Cheyenne Hospital Sewer Rehabilitation
    Buyer not available
    The Indian Health Service, under the Department of Health and Human Services, is soliciting bids for the sewer rehabilitation project at the Crow/Northern Cheyenne Hospital located in Crow Agency, Montana. The project aims to utilize Cured in Place Pipe (CIPP) technology to rehabilitate approximately 5,100 linear feet of sewer piping that has suffered from corrosion and damage since its installation in 1995. This initiative is critical for maintaining the hospital's operational efficiency and compliance with health and safety standards, ensuring continued patient care and infection control. Interested small businesses in the water and sewer line construction sector are encouraged to submit proposals by March 5, 2025, with an estimated project cost between $1,000,000 and $5,000,000. For further inquiries, potential bidders can contact Taylor Kanthack at taylor.kanthack@ihs.gov or by phone at 240-478-1501.
    Contractor shall furnish and install a water service line for J. Selsor #6796 in Sapulpa, OK (Creek Co.) in accordance with the Statement of Work and drawing provided.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water service line for J. Selsor 6796 in Sapulpa, Oklahoma. The project involves the installation of a 2-inch DR 9 polyethylene water service line, an isolation valve, and rock excavation, with a total estimated quantity of 1,725 linear feet of water line and 20 cubic yards of rock excavation. This procurement is part of the government's efforts to enhance community water services and infrastructure, adhering to competitive bidding practices and compliance with federal regulations. Interested contractors must submit their quotes by February 21, 2025, with a budget cap of $25,000, and are encouraged to contact Noleen Powell at noleen.powell@ihs.gov for further details.
    Furnish and install a septic tank and lagoon Mayette, KS
    Buyer not available
    The Indian Health Service (IHS) under the Department of Health and Human Services is soliciting quotes for the furnishing and installation of a septic tank and lagoon system in Mayetta, Kansas. The project requires the contractor to construct a wastewater lagoon and install a 1,000-gallon septic tank, adhering to specific materials and installation guidelines as outlined in the Statement of Work and accompanying drawings. This procurement is significant for enhancing local health infrastructure, particularly for Indian populations, and is set aside exclusively for Indian-owned businesses under the Indian Small Business Economic Enterprise (ISBEE) program. Interested contractors must submit their quotes by February 28, 2025, with an estimated award amount between $25,000 and $100,000. For further inquiries, potential bidders can contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
    Capability Search of ISBEE/IEE Construction Firms
    Buyer not available
    Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF is conducting a Capability Search of ISBEE/IEE Construction Firms in Arizona, UNITED STATES. This search aims to identify Native American/Indian-Owned (Indian Small Business Economic Enterprises) Construction firms for current upcoming projects. The purpose of this procurement is to give preference to Indian Economic Enterprises (IEE) in accordance with the Buy Indian Act. Interested firms should respond to this notice promptly by following the attached form and instructions. This procurement is specific to the Commercial and Institutional Building Construction industry and falls under the CONSTRUCTION OF HOSPITALS AND INFIRMARIES category.
    J Davis Septic and Water Line
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified small businesses to undertake the construction of the J Davis Septic and Water Line project in Warm Springs, Oregon. This procurement involves the installation of a septic system and water service line for a newly built home, requiring compliance with local regulations and the Davis-Bacon Act for prevailing wages. The project is critical for enhancing community infrastructure and ensuring reliable water service, with an estimated budget between $25,000 and $100,000 and a performance timeline of 45 days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and are encouraged to contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further details, with quotes due 30 days after the solicitation release expected around February 6, 2025.