Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
ID: 75H70126R00004Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

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, through the Indian Health Service, is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive renovations, including the replacement of the membrane roof system and various HVAC components to ensure compliance with ASHRAE 170 standards, addressing deficiencies identified during facility assessments. The project is critical for modernizing the health center's infrastructure, with an estimated construction magnitude between $1,000,000 and $5,000,000, and is set aside for Indian Small Business Economic Enterprises (ISBEE). Interested contractors must submit proposals by December 16, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Request for Proposal (RFP) from the Indian Health Service for ASHRAE 170 Upgrades and Roof Replacement at the Kyle Health Center in Kyle, South Dakota. The project, designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, has an estimated construction magnitude between $1,000,000 and $5,000,000. Key project details include a site visit on November 18, 2025, and a proposal due date of December 16, 2025. The scope of work involves replacing the membrane roof system and various HVAC components, including air handling units, boilers, chillers, and circulating pumps, to comply with ASHRAE 170 standards. The contractor is responsible for design, demolition, installation, and providing a one-year warranty. The performance period is 365 calendar days from the Notice to Proceed. The RFP also details payment processes, invoicing requirements, and special contract requirements such as work hours, subcontracting, insurance, and key personnel.
    This government file details the life safety and construction types for the Kyle Clinic Health Center Addition in Kyle, SD, developed by TSP, Inc. The project involves an outpatient clinic with a total occupancy of 190. Key aspects include adherence to various governing codes such as the 2015 International Building Code, 2014 FGI Guidelines, 2010 ADA Standards, 2012 NFPA 101 Life Safety Code, 2015 International Mechanical Code, 2015 Uniform Plumbing Code, and 2014 National Electrical Code. The existing facility is non-sprinklered, and the renovation will include adding an automatic sprinkler system throughout. The file outlines specific requirements for plumbing fixtures, egress width, common path of travel, and fire-resistive ratings. It also provides detailed wall assembly types with sound insulation specifications and construction details for floor and roof assemblies. The roof framing plan includes structural elements and notes on coordinating with mechanical units and bracing light fixtures, emphasizing contractor verification of existing conditions and adherence to specified adhesive systems and lateral support requirements.
    The Kyle Clinic Health Center Addition project by TSP, Inc. outlines detailed structural, mechanical, and plumbing specifications for an expansion in Kyle, South Dakota. The document includes masonry lintel schedules, beam connection details, and special joist loading information. General notes emphasize coordination among trades, adherence to federal, state, and local codes, and proper installation and repair procedures for existing and new systems. Key aspects cover fire suppression, HVAC, and plumbing, with detailed requirements for pipe sizing, equipment placement, and demolition. The project prioritizes safety, code compliance, and efficient system integration within the new addition and existing building.
    The document outlines a series of mechanical and HVAC-related tasks, likely part of a renovation or upgrade project. Key actions include the removal, capping, and roofing over of VAV (Variable Air Volume) locations, referencing drawing M-12. Additionally, the document specifies the locations for thermostats, unit heaters, cabinet unit heaters, and radiant heaters. It also addresses supply and return ductwork. This information is crucial for contractors bidding on federal, state, or local RFPs that involve facility upgrades, requiring precise execution of HVAC and heating system modifications to meet project specifications and ensure proper climate control and air distribution.
    The document, titled "PLAN NORTH LIFE SAFETY KYLE HEALTH CENTER KYLE, SD," is a floor plan for the Kyle Health Center. It features a drawing designated as LS.01, with a scale of 1/16"=1'-0" and a date of 5/20/2022. Additionally, there is a penthouse plan, LS.00, at the same scale. The document includes a legend for an ICRA Map, indicating Class II and Class III areas, suggesting an Infection Control Risk Assessment. This plan likely outlines life safety features and infection control measures within the Kyle Health Center, crucial for federal grants or state/local RFPs related to healthcare facility construction, renovation, or safety upgrades.
    Attachment J03 outlines the self-performed work calculations required for federal government contracts, ensuring compliance with FAR 52.219-14 and 13 CFR 125.6, which limit subcontracting to non-similarly situated entities. For general construction, prime contractors cannot pay more than 85% of the government-paid amount to non-similarly situated firms (75% for special trade contractors), excluding material costs. The document provides a worksheet for offerors to calculate their self-performance percentage based on total proposed price, deducting profit, material costs, and expenses for non-similarly situated entities. It defines
    Attachment J05 is a Past Performance Questionnaire (PPQ) Form PPQ-0, designed for federal government solicitations, specifically Solicitation 75H701-26-R-00004. This five-page document serves as a critical tool for evaluating a contractor's past performance in federal, state, and local RFP contexts. It is divided into sections for both the contractor and the client to complete, covering comprehensive details about contract information, project descriptions, and performance evaluations. The form includes adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with clear definitions and justifications for assessing various aspects of performance. These aspects include quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, and safety/security. The document emphasizes the importance of client feedback, encouraging direct submission of the questionnaire to the offeror or IHS. It also reserves the government's right to verify all information provided, ensuring accuracy and integrity in the evaluation process. The PPQ aims to provide a structured framework for assessing performance risk and informing future contracting decisions.
    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, RFIs, and resultant contracts. This form, 75H70125R00064, for Duplex Construction at Pine Ridge, Kyle, Wanblee, outlines the representation requirements. An enterprise must meet the IEE definition at the time of offer, contract award, and throughout the contract performance period. Immediate written notification to the Contracting Officer is required if eligibility changes. Contracting Officers may request documentation of eligibility, and awards are subject to protest if eligibility is questioned. Successful offerors must also register with the System for Award Management (SAM). False or misleading information can lead to penalties under 18 U.S.C. 1001 for false statements and 31 U.S.C. 3729-3731 and 18 U.S.C. 287 for false claims.
    The Kyle Health Center is undergoing comprehensive ASHRAE 170 upgrades and a roof replacement, as detailed in the bid schedule. The project includes the design and demolition of existing roofing systems and the installation of a new roof with a vapor barrier, insulation, impact board, and PVC membrane. HVAC upgrades encompass the design, demolition, and installation of VAV boxes, AHUs, controls, and associated components, along with duct cleaning and sealing. Additional improvements include a lightning protection system, humidification, UV-C, and bipolar ionization systems for AHUs, LED lighting upgrades, and epoxy concrete flooring in the penthouse. The project also covers painting, Metasys integration, and replacements of suspended and cabinet unit heaters, radiant floor heaters, boilers, circulating pumps, and chillers, with mechanical room pipe insulation. This extensive renovation aims to modernize the facility's infrastructure and environmental controls.
    This document, Amendment A00001 to Solicitation Number 75H70126R00004, outlines a project for ASHRAE 170 Upgrades and Roof Replacement at the Kyle Health Center in Kyle, South Dakota. The Indian Health Service is seeking contractors for a comprehensive renovation that includes replacing the membrane roof system and upgrading various HVAC components to comply with ASHRAE 170 standards. The project involves demolition of existing systems, detailed design work for new roofing and HVAC units, and installation of new equipment such as air handling units, boilers, chillers, and minisplit systems. Key requirements include a one-year warranty, adherence to specific design standards for roofing and AHUs, and compatibility with the existing Building Automation System. The contractor is responsible for site security, protection of government property, and providing temporary utilities. The project also includes penthouse renovations and strict adherence to a detailed schedule with various review meetings. Submittals for all materials and designs are required for approval before ordering. This amendment ensures all bidders are aware of the changes and requirements for this critical infrastructure upgrade.
    The bid schedule for the ASHRAE 170 Upgrades and Roof Replacement at Kyle Health Center outlines a comprehensive project encompassing various improvements to the facility's HVAC, roofing, and electrical systems. Key components include the design and demolition of existing roofing systems, followed by the installation of a new roof with vapor barrier, insulation, impact board, and PVC membrane. HVAC upgrades involve the demolition and installation of VAV boxes, AHUs, and associated controls, piping, and DDC integration. The project also specifies the implementation of humidification, UV-C, and bipolar ionization systems for AHUs, along with duct cleaning and sealing. Further enhancements include LED lighting upgrades, epoxy concrete flooring, and painting in the penthouse. Mechanical room improvements include the replacement of suspended and cabinet unit heaters, radiant floor heaters, boilers, circulating pumps, and chillers, alongside new pipe insulation, minisplit units, a high plume exhaust fan, a lightning protection system, and a vaporizer system. All new equipment will be integrated with Metasys. The project aims to modernize the health center's infrastructure to meet current standards and improve overall facility performance.
    Similar Opportunities
    IHS Nationwide Multiple Award Task Order Contract
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the IHS Nationwide Multiple Award Task Order Contract (MATOC) aimed at providing design-build and design-bid-build services for the construction, renovation, alteration, and repair of medical facilities across various IHS geographic regions. This Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract will primarily focus on facilities in areas such as Albuquerque, Billings, California, Great Plains, Nashville, Navajo, Oklahoma City, Phoenix, and Portland, with a maximum contract capacity of $10 million per awardee and a guaranteed minimum order of $1,000. The selected contractors will be responsible for a range of services, including the modernization of the Kyle Health Center in South Dakota, which has a seed project budget between $1 million and $5 million, and must comply with various federal regulations, including the Buy Indian Act. Interested parties must submit their proposals by December 5, 2025, and can direct inquiries to Matt D Sanders at matt.sanders@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Pine Ridge Multi Phase Door Replacement
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi-Phase Door Replacement project located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) and requires adherence to specific construction standards and regulations, with a performance period of 270 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by December 17, 2025, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or by phone at 206-615-2452.
    Belcourt RTU & Cabinet Replacement
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project entails replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new Rooftop Unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, with a performance period of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, at 2:00 PM PST, and should direct any inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Zuni Roof Replacement and Fall Protection Construction
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. This project aims to replace the existing roofing systems and install a fall protection system, with a construction magnitude estimated between $1,000,000 and $5,000,000, and a performance period of 180 calendar days. The procurement is a total small business set-aside, emphasizing the importance of adhering to safety protocols and minimizing disruption to facility operations during construction. Interested contractors must submit their proposals by December 16, 2025, and can reach out to primary contact Daniel Cotto at daniel.cotto@ihs.gov or 240-461-7841 for further information.
    HVAC Preventive Maintenance and Repair Services - Ute Mountain Ute Health Center - Towaoc, CO
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) preventive maintenance and repair services for the Ute Mountain Ute Health Center located in Towaoc, Colorado. The procurement involves a firm-fixed-price contract for a base year starting January 1, 2026, with four optional one-year extensions, focusing on bi-annual maintenance and as-needed repairs for six HVAC units. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEEs) and other small businesses, with evaluation criteria emphasizing technical capability, past performance, and pricing. Interested vendors must submit their quotes via email by 5:30 PM MST on December 5, 2025, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or (505) 256-6755.
    Urgent Maintenance Repair of cooling units, Rosebud, SD
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the urgent maintenance and repair of cooling units at the Rosebud Indian Health Service Hospital in South Dakota. The primary objective is to address the immediate need for repairs on the air conditioning unit located above the Radiology CT unit, which is critical for maintaining operational efficiency and patient comfort. This procurement falls under the category of maintenance and repair of refrigeration and air conditioning equipment, highlighting the importance of reliable climate control in healthcare settings. Interested contractors can reach out to Andrea Whipple at andrea.whipple@ihs.gov or call 605-747-0402 for further details regarding the opportunity.
    Fort Thompson Duplex Construction
    Buyer not available
    The Department of Health and Human Services, Indian Health Service (IHS), is soliciting proposals for the construction of duplex buildings to serve as staff quarters at the Fort Thompson Service Unit in South Dakota. The project entails constructing one duplex with an option for an additional duplex, adhering to specific design and construction standards outlined in the solicitation documents. This initiative is crucial for providing adequate housing for staff within the Crow Creek Sioux Reservation, emphasizing compliance with federal regulations and tribal requirements. Proposals are due electronically by 2 PM Pacific on December 12, 2025, and interested contractors should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    FY26 GSU THC CEILING TILE SUPPLIES
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, is soliciting offers for ceiling tile supplies for the Tohatchi Health Center in New Mexico. This procurement is set aside for Indian-owned Small Business Economic Enterprises (ISBEE) and requires offerors to demonstrate technical capability, delivery timelines, and pricing in their proposals. The contract performance period is from January 1, 2026, to January 31, 2026, with proposals due by December 5, 2025, at 11:00 AM MS. Interested parties should contact Ken Parrish at Ken.Parrish@ihs.gov or call 928-871-1342 for further information.
    Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade – Construction (Gallup, NM)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade project located in Gallup, New Mexico. This construction project aims to redesign and install a new fire alarm system across multiple buildings within the medical center, ensuring compliance with NFPA codes and replacing an outdated system. The contract, valued between $1,000,000 and $5,000,000, is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) and has a performance period of 180 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Joshua VanSkike at joshua.vanskike@ihs.gov or by phone at 240-485-7526. Proposals must adhere to the guidelines outlined in the solicitation documents, with all relevant information available for download at the SAM website.
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@ihs.gov.