Upgrade Fire Panel and Devices in Pine Ridge, SD
ID: 75H70124R00032Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    Sources Sought HEALTH AND HUMAN SERVICES, DEPARTMENT OF is seeking to upgrade the fire panel and devices in Pine Ridge, SD. This project aims to install a modern addressable fire detection system with coverage zones, making all devices self-addressable and identifiable by the fire alarming system. The current fire panel is a Simplex 4100U. The anticipated project magnitude is between $250,000.00 and $500,000.00. The type of work falls under PSC code Z2DA, Repair of Hospitals and Infirmaries, and NAICS code 236220, Commercial and Institutional Building Construction. Interested firms, especially small businesses, are encouraged to provide information about their capabilities and qualifications. No proposals are being requested or accepted at this time. The deadline for responses is 2:00PM PST, 18 April, 2024. For more details, contact Taylor Kanthack at taylor.kanthack@ihs.gov.

    Point(s) of Contact
    Lifecycle
    Similar Opportunities
    Smoke and Fire Damper Inspection
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Bemidji Area Indian Health Service, is seeking qualified firms for the inspection of smoke and fire dampers at the Red Lake Hospital in Minnesota. The procurement aims to ensure the operational integrity and compliance of approximately 104 dampers, which includes verifying their functionality, replacing fusible links, and documenting the inspection results in accordance with NFPA standards and Infection Control Risk Assessment protocols. This opportunity is particularly significant as it emphasizes the Buy Indian Act, prioritizing acquisitions from Indian Economic Enterprises and Indian Small Business Economic Enterprises. Interested parties must respond to the Sources Sought Notice by providing their company details and a Statement of Capabilities to Christopher Millard at Christopher.Millard@ihs.gov, with a proposal due date of September 12, 2024.
    Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase Order to provide a repair/replacement to the Emergency Room doors at the Rosebud Service Unit (RSU), Rosebud IHS Hospital, Rosebud, South Dakota.
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting quotes for a Firm Fixed-Price contract to repair or replace the emergency room doors at the Rosebud IHS Hospital in South Dakota. The project requires the demolition and installation of two new doors and related hardware, ensuring compliance with health and safety codes, and must be completed within a performance period of 120 calendar days. This opportunity is exclusively available to Indian and small business firms, emphasizing the importance of supporting indigenous businesses while enhancing the operational standards of the health facility. Interested contractors must submit their quotes by September 17, 2024, at 12:00 PM CDT, and can direct inquiries to David Jones at david.jones@ihs.gov or by phone at 605-226-7328.
    Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the renovation of the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota, to achieve compliance with USP regulations. The project encompasses a range of construction activities, including demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, all while ensuring minimal disruption to hospital operations. This initiative is crucial for enhancing healthcare infrastructure in underserved communities, reflecting the government's commitment to improving health services. Proposals are due by September 30, 2024, at 2:00 PM CT, and interested contractors should direct inquiries to Shaukat Syed at shaukat.syed@ihs.gov or call 214-767-3934.
    The Great Plains Area Indian Health Service (IHS) intends to award a Firm-Fixed Price, Commercial Item, Purchase Order in response to Request for Quote forEnvironmental Site Assessment (ESA) & Hazard Material Asbestos Survey (HMAS) – Rosebud, SD
    Active
    Health And Human Services, Department Of
    The Great Plains Area Indian Health Service (IHS) is soliciting quotes for a Firm-Fixed Price Purchase Order for an Environmental Site Assessment (ESA) and Hazardous Materials Asbestos Survey (HMAS) in Rosebud, South Dakota. The objective of this procurement is to identify potential environmental hazards through inspections, sample collection, and laboratory testing, while ensuring compliance with federal standards. This project is particularly significant as it underscores the IHS's commitment to environmental health and safety, and it is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE). Interested contractors must submit their bids electronically by September 18, 2024, and can direct inquiries to DeAnne Dolphus at deanne.dolphus@ihs.gov or by phone at 605-225-7272.
    Firm Fixed-Price, Commercial Item Purchase Order to provide a Life Cycle Network Equipment Replacement for the Great Plains Area, Office of Information Technology at the Datacenter in Sioux Falls, SD
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting bids for a Firm Fixed-Price, Commercial Item Purchase Order to provide a Life Cycle Network Equipment Replacement at their Datacenter in Sioux Falls, South Dakota. This procurement is categorized as “100% Buy Indian / Small Business,” emphasizing the need for participation from Indian Economic Enterprises and requiring detailed product descriptions, pricing, and warranty terms in the bids. The selected contractor will be responsible for supplying new networking equipment to replace aging IT infrastructure, with a contract period of one year from the date of award. Interested vendors must submit their quotes by September 17, 2024, at 12:00 PM CDT, and can direct inquiries to David Jones at david.jones@ihs.gov or by phone at 605-226-7328.
    Firm Fixed-Price Commercial Product and Commercial Services request for quote to provide Brandwidth and Networking equipment Upgrade for the Great Plains Area OEH&E Offices.
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for a firm-fixed-price Purchase Order (RFQ 75H70624Q00081) to upgrade bandwidth and networking equipment for various OEH&E field offices in the Great Plains Area. The procurement is exclusively set aside for Indian Economic Enterprises and small businesses under NAICS Code 518210, requiring specific brand-name items or equivalent alternatives, with all-inclusive pricing covering related costs such as travel and taxes. The contract duration extends from the award date until August 31, 2025, with proposals due electronically by September 17, 2024. Interested vendors should contact DeAnne Dolphus at deanne.dolphus@ihs.gov or 605-225-7272 for further details and ensure compliance with all government specifications, including the use of the Invoice Processing Platform for payments.
    Whiteriver HVAC Upgrades & USP 797-800 Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Whiteriver HVAC Upgrades and USP 797-800 Compliance project at the Whiteriver Indian Hospital in Arizona. The project aims to renovate existing HVAC systems to meet compliance standards for operating rooms, dental clinics, and inpatient pharmacies, ensuring adherence to United States Pharmacopeia standards. This initiative is critical for enhancing healthcare facility infrastructure and ensuring patient safety in compliance with federal regulations. Proposals are due by September 16, 2024, and interested contractors should contact Kelly Britton at kelly.britton@ihs.gov for further details.
    Z--Fire Suppression System Damage Repair of HSO Annex
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the repair of the fire suppression system at the HSO Annex Building in Colton, Oregon, following damage caused by a wet chemical discharge. The project involves restoring various areas, including the kitchen, bathroom, hallway, and mechanical spaces, with specific tasks such as flooring replacement, cabinetry refinishing, and HVAC adjustments. This procurement is particularly significant as it addresses essential maintenance for federal facilities, ensuring safety and operational efficiency. Interested contractors, especially those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by September 18, 2024, with an estimated contract value between $25,000 and $100,000. For further inquiries, contact Susanne Clark at susanneclark@blm.gov or call 503-808-6494.
    Medical and Dental Coding, Auditing, and Data Entry Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a Firm Fixed-Price, Non-Personal Service Contract to provide Medical and Dental Coding, Auditing, and Data Entry Services at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with an initial performance period of one year and four optional renewal years, emphasizing the importance of accurate coding and auditing in delivering high-quality healthcare services. Interested vendors must submit comprehensive proposals that include pricing, technical specifications, and compliance with security requirements, with the selection process based on a Lowest Price Technically Acceptable (LPTA) methodology. For further inquiries, potential offerors can contact Wenda Wright at wenda.wright@ihs.gov or by phone at 605-226-7724.
    Fire, alarm, sprinkler sys insp, Mt Rainier NP
    Active
    Interior, Department Of The
    The National Park Service is seeking qualified contractors to provide inspection, testing, and maintenance services for fire alarm and sprinkler systems at Mount Rainier National Park. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) standards by identifying and reporting deficiencies in these critical safety systems. This opportunity is particularly significant for enhancing emergency preparedness within federal facilities while promoting small business participation, as it is a total small business set-aside with a size standard of $11.5 million. Interested vendors must submit their quotations by 2 p.m. Pacific Time on August 19, 2024, and direct any questions to Hal Hoversten at halhoversten@nps.gov by September 16, 2024.