Maintenance Shop at Rosebud, SD
ID: 75H70125R00031Type: 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

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

    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the construction of a maintenance shop at the Rosebud Hospital in South Dakota. The project aims to provide a secure and conditioned space for storing, repairing, and preparing maintenance equipment, with a focus on compliance with applicable building codes and standards. This construction initiative is critical for enhancing the operational capabilities of the hospital, ensuring that maintenance activities can be conducted efficiently and safely. The contract, set aside for small businesses with a magnitude between $250,000 and $500,000, requires proposals to be submitted by April 8, 2025, with a site visit scheduled for March 18, 2025. Interested contractors can reach out to Erik Lundstrom at erik.lundstrom@ihs.gov or by phone at 206-615-2782 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service (IHS) has released Amendment A00001 for Solicitation 75H70125R00031 regarding the construction of a Maintenance Shop in Rosebud, SD. This document includes responses to pre-proposal inquiries essential for prospective contractors. Key details include specifications for lighting (1 watt/SF), the electric HVAC system, and concrete requirements capable of supporting specific heavy equipment. Notably, the project will not include solar panel installation nor require windows in doors. The contractor is responsible for providing engineered stamped plans and ensuring a 60°F temperature for in-floor heating. Clarifications on insurance limits and NEPA compliance indicate rigorous standards. Through this amendment, IHS emphasizes precision in equipment storage, foundation design, and adherence to local regulations, crucial for the project's successful execution while maintaining transparency in contractor responsibilities.
    The document presents a Site Exploration and Geotechnical Engineering Report for the proposed Tracker Mounted Array at the Rosebud IHS Hospital in South Dakota. Twin Rivers Testing & Environmental, LLC conducted subsurface explorations to inform the design of a helical pile foundation for twelve solar units. The report details subsurface conditions, identifying Sandy Lean Clay, Clayey Sand, and Poorly Graded Sand with Clay. It outlines construction considerations, including lateral bearing pressures, site preparation, excavation safety per OSHA standards, and strategies to manage groundwater and drainage. Recommendations emphasize the removal of unsuitable soils and the appropriate use of on-site materials for fill. It advises on compaction techniques and testing protocols to secure structural integrity. The report aims to provide essential geotechnical data necessary for project implementation, emphasizing adherence to engineering standards and proper site management to ensure successful construction outcomes while minimizing risks associated with subsurface conditions. Overall, it serves as a critical resource for stakeholders involved in the development of solar infrastructure at the hospital, underpinning governmental and regulatory compliance in civil engineering projects.
    FMG Engineering conducted a geotechnical evaluation for the proposed addition to the Rosebud Hospital, located in Rosebud, South Dakota. The evaluation aimed to assess subsurface characteristics, recommend suitable foundation systems, and provide geotechnical design parameters for the project. Findings indicated the presence of expansive clay fill and loose alluvial soils, necessitating a shallow foundation system to mitigate potential settlement. Recommendations included complete removal of existing fill to a minimum depth of three feet, replacement with engineered fill, and specific design criteria for both foundation and slab systems. The report also addressed site seismicity, fill material specifications, utility installation guidelines, and construction procedures to manage soil moisture changes. Essential quality assurance measures during the construction phase are highlighted to ensure structural integrity and mitigate risks associated with subsurface conditions. This report serves as a critical resource for the successful execution of the project and compliance with engineering best practices.
    The document details electrical requirements and notes for the installation of a photovoltaic system at Rosebud IHS Hospital, emphasizing the need for compliance with applicable codes and utilities verification by the contractor. It includes specific installation instructions for conductors, grounding systems, and utility rerouting while highlighting the responsibility to ensure accurate utility location. The drawing is proprietary to West Plains Engineering, underscoring its restrictions on use and distribution.
    The Indian Health Service (IHS) has issued Amendment A00001 for Solicitation 75H70125R00031 concerning the Rosebud Maintenance Shop project in Rosebud, SD. This document addresses pre-proposal inquiries regarding the project's specifications and requirements. Key points include the specification for electric heating, concrete thickness for durability under heavy equipment, and that no windows are to be included in doors. Inquiries about lighting, parking lot specifications, and the use of solar panels have also been clarified, indicating that there is no requirement for parking lot installation as part of the scope of work. The contractor will be responsible for foundation plans and ensuring that electrical requirements, such as transformer installation, are met. Critical personnel roles require separate individuals for project management and safety oversight. Additionally, the document confirms that maintenance work on vehicles will be limited to routine tasks to avoid hazardous conditions. Overall, the document outlines specifications essential for contractors bidding on the project, aligning with regulatory requirements and ensuring clarity in project expectations.
    The document is a solicitation for bids related to a construction project by the Indian Health Service, specifically for the construction of a maintenance shop adjacent to the Rosebud Hospital in South Dakota. It stipulates that the project is set aside for small businesses and falls under the North American Industry Classification System (NAICS) code 236220, which deals with Commercial and Institutional Building Construction, with a size standard of $45 million. The anticipated construction cost is between $250,000 and $500,000. Key requirements include the submission of sealed offers by a specified date, the potential need for performance and payment bonds, and a performance timeline of 180 calendar days. The document outlines the proposal submission instructions, contact details for inquiries, and necessary acknowledgments such as receipt of proposal amendments. This solicitation serves to enhance the infrastructure for health services in the region while promoting small business participation in federal contracting opportunities.
    The Indian Health Service's solicitation (75H701-25-R-00031) calls for proposals to construct a Maintenance Shop at Rosebud, SD, near the Rosebud Hospital. The project, set as a 100% Small Business set-aside, has a construction magnitude between $250,000 and $500,000. A site visit is scheduled for March 18, 2025, with proposals due by April 3, 2025. Contractors must include full and accurate information in their bids, adhering to rules under 18 U.S.C. 1001 regarding false statements. Key sections of the solicitation outline pricing, specifications, inspection policies, contract administration, and safety requirements. Proposals should cover all labor, materials, equipment, and necessary permits, while the contractor must ensure compliance with construction wage requirements. The contract emphasizes the importance of maintaining safety and minimal disruption to hospital operations during construction. A detailed schedule of construction activities and various submittals, including safety plans and project management documentation, is required. The contractor is obligated to manage subcontractors, maintain proper insurance, and follow all health and safety regulations throughout the project’s duration. This solicitation reflects the government’s approach to ensuring effective procurement practices while prioritizing safety and community health in construction projects.
    The Statement of Work (SOW) for the RB Maintenance Shop at Rosebud Hospital outlines the project’s objective to design and construct a maintenance facility in Rosebud, SD. The project aims to provide secure, conditioned space for storing, repairing, and preparing maintenance equipment, currently stored outdoors. The facility will be a 66’ x 100’ metal post frame building, complete with electrical service, plumbing, and a heating system, ensuring compliance with applicable building codes and standards. The project scope includes comprehensive site work, electrical, plumbing, mechanical, and construction tasks, requiring a licensed electrician for electrical installations. Emphasis is placed on proper insulation, metal framing, and site restoration post-construction. The contractor is responsible for adhering to the Indian preference program and liaising with the Rosebud Sioux Tribe. Project completion is expected within 180 days of the Notice to Proceed, with structured timelines for design approvals, construction phases, and compliance with safety regulations. Compliance with health and safety standards during construction, as well as formal inspections and documentation for closeout, are mandated to ensure successful project delivery and minimal disruption to hospital operations. Overall, the SOW emphasizes improving facility operations while prioritizing safety and regulatory adherence throughout the construction phase.
    The document outlines a scope of work for a project at the Rosebud Hospital in Rosebud, SD, specifically targeting maintenance for a new shop. It details various sections of construction tasks, including sitework, electrical work, HVAC (heating, ventilation, and air conditioning), concrete, plumbing, and thermal protection. Each section is categorized as either 'base' work or 'option' items, which allows for flexibility in project execution based on budget and requirements. The proposed building size is specified at 66’ x 100’. This RFP aims to solicit bids from contractors aligned with federal and local guidelines for hospital infrastructure projects, emphasizing the necessity for compliance with construction regulations and quality standards. The structured scope indicates the government’s approach to efficiently managing public funds while improving healthcare facilities in the community.
    The document outlines a floor plan for a new maintenance shop at Rosebud Hospital, prepared by the Indian Health Service's Office of Environmental Health & Engineering. It provides detailed specifications including the layout of various rooms such as a utility room, restroom, maintenance shop/storage, and drainage systems. Additionally, important notes are included, stressing the need to verify all site conditions and materials prior to construction. The document serves as a reference for bidding purposes, ensuring that contractors prepare with accurate site details and requirements. This plan is part of a broader effort to enhance healthcare facilities within federal governance frameworks, particularly under the auspices of maintaining public health infrastructure. Overall, the document facilitates the planning and execution of construction projects aimed at improving hospital services in compliance with regulatory standards.
    The document is an existing utility site plan for the proposed maintenance shop location within the Rosebud Comprehensive Health Care Facility area. It outlines approximate locations of various utility infrastructures, including sanitary sewer lines, water mains, underground communications cables, and electrical conduits. The utility information is essential for contractors, as it stipulates that they are responsible for field verification of all utilities prior to any work. Notably, the plan identifies existing structures such as a solar farm and a tribal dialysis center, and highlights specific connections that may require further investigation, such as an unknown connection point between the hospital and the dialysis building. This site plan serves as a vital component within the context of federal and local government RFPs as it aids in compliance and coordination of construction efforts by ensuring that essential utility contexts are clearly laid out for potential contractors.
    The document, labeled APPENDIX D, outlines the design reference for a maintenance shop measuring 66' x 100'. It is specifically designated as "NOT FOR CONSTRUCTION," indicating that the provided information is intended solely for reference purposes and not for actual building plans. The document emphasizes the preliminary nature of this design, suggesting it may serve as a guideline for future construction efforts related to the Rosebud Maintenance Shop. This reference material is part of a broader context involving federal and state/local government Requests for Proposals (RFPs) and grants aimed at infrastructure development. The overall intent appears to support informed decision-making during the planning phases of construction without implying any immediate action or implementation. Thus, the document serves as a foundational outline for potential stakeholders using it in conjunction with more detailed designs and regulatory compliance requirements.
    The document outlines the location and boundaries of the maintenance shop associated with the Indiana Health Service Project. Specifically, it identifies the approximate coordinates and spatial delineation for the maintenance facility relevant to the project undertaken in 1955. The context suggests this information is part of a broader initiative likely detailed in federal RFPs or grants targeting health services infrastructure development. While specific details on project operations or requirements are not included, the document serves to provide foundational knowledge regarding the physical layout necessary for maintenance activities within the Indiana Health Service's operational framework, ensuring regulatory compliance and effective facility management. The simplicity of the document suggests its primary function as a reference for future planning and coordination efforts within the government's infrastructure projects.
    The document outlines the General Decision Number SD20250018 effective January 3, 2025, for wage determinations related to building construction projects in Todd County, South Dakota, under the Davis-Bacon Act. It specifies minimum wage rates based on two Executive Orders—14026, applicable to contracts initiated or renewed on or after January 30, 2022, setting a baseline wage of $17.75 per hour, and 13658 for contracts awarded between January 1, 2015, and January 29, 2022, setting a minimum of $13.30 per hour. The determination includes wage rates for various classifications of workers such as electricians, bricklayers, and carpenters, providing specific hourly rates and fringe benefits. It emphasizes the contractor’s obligations under these regulations, including the submission of conformance requests for unlisted job classifications. The document also details the appeals process for wage determinations. Overall, it serves to ensure compliance with federal wage regulations for contractors involved in public construction projects, highlighting their responsibilities to pay workers fairly according to established standards. This aligns with broader government efforts to enforce labor protections in federally funded projects.
    The document outlines instructions for calculating self-performed work in compliance with the federal regulations regarding subcontracting limitations. The solicitation number is 75H701-25-R-00031, which requires offerors to identify self-performance details as dictated by FAR regulations. Construction firms must adhere to limits where no more than 85% of contract funds can go to non-similarly situated entities, with stricter limits of 75% for special trade contractors. Offerors must complete a worksheet detailing their proposed prices while subtracting profits, costs of materials, and performance costs incurred for non-similar entities to derive their performance cost for similar situated entities. A signed declaration is required upon proposal submission and contract completion, ensuring accountability in adhering to subcontracting regulations. Definitions clarify the status of firms involved, including various small business designations, and provide examples illustrating compliance requirements. This document serves as critical guidance in ensuring adherence to federal contracting principles, particularly concerning the use of small businesses in government contracts.
    The document outlines the requirements for a Company Specialized Experience – Construction Form, associated with Solicitation Number 75H701-25-R-00031. Its primary goal is to collect detailed information from bidders about their previous construction projects conducted over the last seven years, specifically those of similar type and scope. The form requests data such as project type, company name, project name and location, owner details, general scope, facility type, building size, and the role of the constructing firm. It also inquires about the contract's dollar value, subcontracted work, project completion dates, and any performance evaluations from project owners. Additionally, it asks for references and any issues such as termination or liquidated damages related to the projects. This structured information is necessary for evaluating bidders' specialized experiences, which is critical in the selection process for government contracts, thereby ensuring that qualified firms are chosen for the roles they will fulfill within the construction projects covered by the solicitation.
    The Past Performance Questionnaire (PPQ) for Solicitation 75H701-25-R-00031 serves as a tool for contractors to document their past performance on federal contracts. It requires contractors to provide detailed information about their company, the nature of the work performed (as prime contractor, subcontractor, etc.), and specifics of the contract, including contract type, award dates, and project descriptions. Additionally, the form mandates completion by clients, who evaluate contractor performance on various metrics, such as the quality of work, timeliness, customer satisfaction, and management effectiveness. The evaluation employs a rating scale from Exceptional to Unsatisfactory, which assesses the contractor's ability to adhere to contract stipulations, resolve problems, and maintain safety and financial management. The PPQ aims to collect credible performance data that enables the government to make informed decisions regarding future solicitations. Clients are advised to submit the completed questionnaire directly to the offeror or the government, ensuring accuracy and facilitating verification of the information provided. This comprehensive assessment is pivotal for gauging contractor reliability and performance in the context of government procurement processes.
    The document concerns Amendment A00001 to solicitation number 75H70125R00031 for the construction of a maintenance shop at Rosebud, South Dakota. It outlines the requirements for acknowledging receipt of the amendment, procedures for modifying submitted offers, and a detailed list of changes including the incorporation of pre-proposal inquiries, geotechnical reports, and updated clauses related to recent executive orders and labor standards. The proposal submission date remains unchanged—April 3, 2025, at 2:00 PM CT—and a site visit is scheduled for March 18, 2025. The document emphasizes the project's aim to develop a facility for secure equipment storage and repair. Additionally, it specifies that the solicitation is set aside for small businesses with a size standard of $45 million, requiring compliance with Davis-Bacon wage determinations and performance bonds. The purpose of this amendment and solicitation is to procure construction services while ensuring adherence to relevant labor laws and government policies, which aim to uphold fair employment practices and promote small businesses in federal contracting.
    This document outlines Amendment A00002 related to the solicitation for the Maintenance Shop project at Rosebud, SD, issued by the Indian Health Service. It details requirements for acknowledging the receipt of amendments, indicating that offers must confirm receipt before the specified deadline to avoid rejection. The amendment incorporates Pre-Proposal Inquiries and maintains the proposal submission deadline of April 3, 2025, at 2:00 PM CT. Notably, the amendment clarifies that all other terms and conditions remain unchanged. Contractors are informed that they do not need to sign and return the amendment but must acknowledge receipt in their submissions. The amendment is crucial for ensuring clarity and compliance among potential offerors in the government procurement process.
    The document is an amendment (A00003) to a solicitation for a maintenance shop project at Rosebud, SD, issued by the Indian Health Service. The primary purpose of this amendment is to update the proposal due date to April 8, 2025, at 2:00 PM CT. Offerors are required to acknowledge receipt of this amendment either through their offer submission or by a separate letter or electronic communication referencing the solicitation and amendment numbers. The amendment also clarifies that the original terms of the solicitation remain unchanged, except for the updated due date. Offerors must ensure that their acknowledgments are received by the designated location before the specified deadline, as late acknowledgments may lead to offer rejection. The amendment is structured to outline the project's details, administrative changes, and procedural requirements for potential contractors, emphasizing adherence to the updated timelines and guidelines for responses.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    Pine Ridge Multi Phase Door Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi-Phase Door Replacement project in South Dakota. This project aims to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed Price contract, with a performance period of 270 calendar days following the 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.
    Urgent Maintenance Repair of cooling units, Rosebud, SD
    Health And Human Services, Department Of
    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.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    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. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    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 involves 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 designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Fort Thompson Duplex Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, 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 unit, adhering to specifications and requirements outlined in the solicitation documents. This initiative is crucial for providing adequate housing for healthcare staff in the area, emphasizing compliance with federal regulations and tribal requirements. Proposals are due electronically by December 18, 2025, at 2 PM Pacific, and interested contractors should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    MCG Health Evidence Based Guidelines
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a Sole Source Non-Personal Service Purchase Order to MCG Health, LLC for the provision of evidence-based clinical guidelines to support patient care management at the Rosebud Indian Health Service Hospital in South Dakota. This procurement aims to enhance the quality of care through the implementation of clinical guidelines, which are crucial for effective patient management and treatment outcomes. The contract will cover a period of one base year with four additional option years, and interested parties can reach out to Andrea Whipple at andrea.whipple@ihs.gov or by phone at 605-747-0402 for further details.
    RBH MSystem
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Great Plains Area, has awarded a contract for the RBH MSystem, which involves licensing fees for software related to the Property & Supply Departments Inventory system at the Rosebud Indian Health Service in South Dakota. This procurement aims to enhance inventory management capabilities, ensuring efficient tracking and management of supplies critical to healthcare delivery in the region. The software is essential for maintaining operational efficiency within the health service, directly impacting the quality of care provided to the community. For further inquiries, interested parties can contact Andrea Whipple at andrea.whipple@ihs.gov or by phone at 605-747-0402.
    MATHC Elevator Maintenance
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for elevator maintenance and repair services for the newly constructed Mid-Atlantic Tribal Health Center (MATHC) in Charles City, Virginia. The contract will cover preventive maintenance and repairs for a Schindler 3100 MRL traction elevator, ensuring safe operation and compliance with ADA standards, with a base year from March 2026 to February 2027 and four optional one-year extensions. This procurement is crucial for maintaining the operational integrity of the health center, which aims to enhance the health of the Native American population in the area. Proposals are due by December 15, 2025, and interested contractors should contact Andrew Rhoades at Andrew.Rhoades@ihs.gov for further details.
    Sources Sought: Storeroom Supplies for the Woodrow Wilson Keeble Memorial Health Care Center, Sisseton SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking responses from qualified Indian Small Businesses Economic Enterprises (ISBEE) for the procurement of storeroom supplies for the Woodrow Wilson Keeble Memorial Health Care Center located in Sisseton, South Dakota. The primary objective is to secure essential supplies for direct patient care, including a variety of office and maintenance items such as facial tissues, paper towels, hand sanitizer, and cleaning supplies, as detailed in the attached specification list. This procurement is crucial for maintaining the operational efficiency of the health care center, which serves approximately 7,000 tribal members and provides a range of medical services. Interested parties must submit their capability statements via email to Jeremiah Tsoodle by December 24, 2025, at 1:00 p.m. Central Time, referencing Sources Sought Number IHS-SS-26-1521179 in the subject line.