Wagner Misc. Projects
ID: 75H70125R00035Type: 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 Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services) (IEE)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 9:00 PM UTC
Description

The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Wagner Miscellaneous Projects at the Wagner Indian Health Service Clinic in South Dakota. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and involves various construction tasks, including flooring replacement, exterior improvements, and the installation of propane fuel tanks, with an estimated project magnitude between $250,000 and $500,000. The contract will be awarded based on a Firm Fixed Price (FFP) model, with proposals evaluated using Lowest Price Technically Acceptable (LPTA) criteria, and the period of performance is set for 365 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by April 23, 2025, and are encouraged to contact Thupten Tsering at thupten.tsering@ihs.gov for further inquiries.

Point(s) of Contact
Files
Title
Posted
Jan 31, 2025, 5:04 PM UTC
The document outlines the Indian Health Service's Buy Indian Act representation form, which requires self-certification by Offerors claiming to be “Indian Economic Enterprises.” This form is pivotal for responding to solicitations and requests for information (RFIs) under this act. Offerors must affirm their eligibility at three critical points: when submitting an offer, at contract award, and throughout the contract performance period. Any changes in eligibility must be promptly communicated to the Contracting Officer. Additionally, successful Offerors must be registered with the System of Award Management (SAM) and are warned against providing false information, which could lead to legal consequences under applicable U.S. law. The form includes sections for the name of the enterprise owner, signature, tribal entity affiliation, business name, and DUNS number. This certification process underscores the federal commitment to empowering Indian economic enterprises through specific procurement practices.
Apr 15, 2025, 8:05 PM UTC
The document addresses the solicitation of proposals through federal and state RFPs (Requests for Proposals) and grants, geared toward various governmental projects. Specifically, it highlights the necessity for compliance with established regulations and emphasizes the importance of providing detailed project proposals that align with government requirements and objectives. Major topics include project scope, funding provisions, selection criteria for proposals, and timelines for submissions. It underscores the need for potential contractors to demonstrate their qualifications and past experiences relative to the projects they wish to bid on. Furthermore, the document outlines expectations for communication and collaboration between applicants and governmental bodies to ensure project success. This structured approach aims to streamline the proposal process while ensuring adherence to regulatory standards, ultimately guiding investments in community and infrastructure development through meticulous planning and execution.
Apr 15, 2025, 8:05 PM UTC
The Statement of Work (SOW) outlines the Miscellaneous Wagner Projects for the Indian Health Service (IHS) in Wagner, South Dakota, scheduled for execution over a 365-day period. The project encompasses three primary tasks: flooring replacement, exterior improvements, and propane fuel tank installation. Each task will be considered an option based on pricing from the Request for Quotation (RFQ). The flooring work involves the demolition and installation of new flooring suitable for healthcare environments, while the exterior enhancements include exterior painting, tuckpointing, and window replacements with energy-efficient models. Additionally, a new propane system will be installed, along with repairs to solder leaks in the water manifold. The SOW also specifies that all work must comply with local regulations and require licensed professionals for electrical and plumbing tasks. Contractors are responsible for site cleanliness, adherence to schedules, and protection of government property. The document emphasizes communication with the Contracting Officer’s Representative (COR), project timelines, and the necessity of electronic invoicing through the Invoice Processing Platform (IPP) for payment. This project exemplifies the IHS's commitment to upgrading health facilities while adhering to federal guidelines and promoting compliance with tribal requirements.
Apr 15, 2025, 8:05 PM UTC
The document outlines the procedures for calculating self-performed work under federal contracting regulations, specifically regarding the "Limitations on Subcontracting" as per FAR 52.219-14 and FAR 52.219-17. It requires contractors to perform a self-assessment of their proposed contract price to determine the percentage of work executed by "similarly situated" entities, defined as subcontractors with the same small business status as the prime contractor. For construction contracts, no more than 85% can be paid to firms that are not similarly situated, while for special trade contracts, this limit is 75%. The form includes sections for calculating total proposed contract prices, subtracting costs associated with profit, fees, materials, and non-similarly situated entities. Additionally, the document provides definitions, examples, and guidance on maintaining compliance with subcontracting limitations to ensure fairness in government contracting. Overall, it serves as a tool for contractors to formulate their bids accurately while adhering to federal guidelines regarding subcontracting.
Apr 15, 2025, 8:05 PM UTC
The document outlines a worksheet designed for offerors submitting proposals in response to government RFPs (Requests for Proposals) or grants, focusing on technical experience. It requires details such as the contract number, project title, award value, duration, and designation as either a prime contractor or subcontractor, along with the relevant agency’s contact information. Offerors must provide a thorough description of their project roles and responsibilities, specifically pertaining to construction projects, such as work involving hospitals or the repair of Emergency Power Supply Systems (EPSS). If the proposal is a joint venture, the document emphasizes the requirement for disclosure of prior collaborative experience and the submission of a joint venture agreement. This worksheet aims to systematically collect relevant technical experience data from contractors to assess their qualifications and suitability for upcoming government projects.
Apr 15, 2025, 8:05 PM UTC
The Past Performance Questionnaire (PPQ-0) is a critical component of the federal solicitation process, specifically for the response to Solicitation 75H70125R00008. This form is designed for contractors to provide relevant contract information, including company details, project descriptions, and client information. Contractors must indicate their role (prime, subcontractor, joint venture, etc.) and detail the performance of their projects in terms of complexity, completion dates, and relevance to the current proposal. Clients complete sections evaluating the contractor's performance across various categories, including quality, timeliness, customer satisfaction, management, cost management, safety, and overall satisfaction. Each category includes standardized adjective ratings (Exceptional, Very Good, Satisfactory, etc.) to assess performance accurately. The questionnaire also allows for detailed remarks and evaluations of contractors' strengths and weaknesses, assisting the government in assessing potential performance risk. Ultimately, the PPQ-0 serves as a comprehensive tool to measure a contractor's past performance, directly impacting future award decisions in government contracts, grants, and RFPs.
Apr 15, 2025, 8:05 PM UTC
The document focuses on the "Buy Indian Act" related to the solicitation, sources sought, or RFI process within the Department of Health and Human Services' Indian Health Service. It outlines the requirements for an "Indian Economic Enterprise" to self-certify its eligibility, which must be maintained at various stages: during the offer, at contract award, and throughout the contract performance. Offerors must disclose their eligibility and inform the Contracting Officer if they no longer qualify. Additionally, successful bidders need to be registered with the System of Award Management (SAM). Any provision of false information is legally punishable. The document requires a representation form to be completed, confirming the enterprise's status, along with essential information like the owner's name and business details. This framework supports federal initiatives aimed at promoting economic opportunities for Indian-owned businesses, ensuring compliance and transparency in the contracting process.
Apr 15, 2025, 8:05 PM UTC
The Indian Health Service is soliciting bids for the Wagner Misc. Projects located at the Wagner Indian Health Service Clinic in South Dakota. This project is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under the Commercial and Institutional Building Construction sector with a construction magnitude estimated between $250,000 and $500,000. Key components include flooring, exterior improvements, installation of propane fuel tanks, and addressing manifold leaks. Contractors must provide labor, materials, and services in compliance with the project's scope of work while ensuring adherence to safety and contract regulations. The proposal guidelines emphasize submitting complete and accurate documentation, adherence to timely performance, and compliance with wage determinations. The document outlines responsibilities, inspection protocols, payment processes, and the necessity for contractor training to manage safety and project logistics effectively. With an emphasis on competitive bidding, this solicitation reflects the commitment of the Indian Health Service to engage qualified contractors while ensuring regulatory compliance and quality assurance throughout the project lifecycle.
Apr 15, 2025, 8:05 PM UTC
This document is an amendment to solicitation number 75H70125R00035, issued by the Indian Health Service for the remediation of water damage at the Wagner Indian Health Service Clinic in Wagner, SD. The amendment allows for the incorporation of the scope of work, updates the price schedule, and maintains the original submission deadline of April 23, 2025, at 2:00 PM Pacific. The project aims to address damage incurred during a heavy rain in June 2024, addressing critical issues such as mold prevention, structural integrity, health hazards, and potential electrical dangers. Contractors are expected to adhere to industry standards and conduct work without disrupting facility operations during business hours. The project duration is set for 90 days, and all labor, equipment, and materials required for remediation must be specified in the firm fixed-price schedule. The document emphasizes the importance of timely action to prevent further damage and ensure the clinic's safety and functionality.
Apr 15, 2025, 8:05 PM UTC
Amendment 2 to solicitation 75H70125R00035 from the Indian Health Service outlines critical updates and clarifications for contractors bidding on a project at the Wagner IHS Clinic. The amendment specifies that offers must acknowledge receipt of this amendment prior to the submission deadline of 2:00 PM Pacific on April 23, 2025. Key updates include the incorporation of site visit rosters and responses to 28 Requests for Information (RFIs), which clarify aspects such as project scope, cost breakdown requirements, and responsibilities related to furniture relocation. Contractors are instructed to provide lump-sum quotes that include general requirements, TERO fees, and other applicable costs for their proposals. Notably, the amendment confirms that existing flooring types will be replaced, and certain technical specifications such as dimensions and materials needed for flooring and window replacements are addressed. Additionally, contractors seeking to fulfill their bids must be prepared for potential change orders related to mold remediation uncovered during the project. All other terms and conditions of the solicitation remain unchanged, maintaining the project's original framework and expectations.
Lifecycle
Title
Type
Wagner Misc. Projects
Currently viewing
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
100% ISBEE Set-Aside Demolition and removal of old dental clinic mobile home in Manderson, SD for Great Plains Area Indian Health Service OEHE
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for the demolition and removal of an old dental clinic mobile home located in Manderson, South Dakota. The project involves the demolition of a 15x60 manufactured trailer, including utility disconnections, debris disposal, earthwork, and site cleanup, all to be completed within 180 days from the notice to proceed. This initiative is part of a broader effort to enhance local health infrastructure and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to supporting Indian businesses in federal contracting. Interested contractors must submit their proposals by April 30, 2025, with project execution anticipated from June 1 to December 1, 2025. For further inquiries, potential bidders can contact Erin Doering at Erin.Doering@ihs.gov or by phone at 605-226-7662.
100% ISBEE Set-Aside Install artificial turf and retaining wall at IHS Health Center in Wanblee, South Dakota
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the installation of artificial turf and a retaining wall at the IHS Health Center in Wanblee, South Dakota. This project involves the installation of approximately 700 square feet of Synlawn Synfescue 343 artificial turf and the construction of a block retaining wall, aimed at enhancing the facility's landscaping for improved aesthetics and functionality. The initiative is part of a broader effort to invest in infrastructure that benefits community recreational facilities and public landscapes, with a focus on sustainability and compliance with federal guidelines. Proposals are due by May 2, 2025, and interested contractors should contact Erin Doering at Erin.Doering@ihs.gov or call 605-226-7662 for further information.
McLaughlin Health Center Improvements Design Build
Buyer not available
The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking information from qualified firms for the design-build project aimed at improving the McLaughlin Health Center in McLaughlin, South Dakota. The project involves replacing deteriorating exterior signage with a modern digital sign and upgrading outdated HVAC equipment to ensure compliance with current standards. This initiative is crucial for enhancing the facility's operational efficiency and public health messaging capabilities. Interested parties, particularly small businesses including Native American-owned enterprises, must submit their responses by 12:00 PM Pacific Time on May 1, 2025, to the Contract Specialist, Jong Kim, at jong.kim@ihs.gov, with an anticipated project magnitude between $100,000 and $250,000.
Billings Area (Poplar, MT / Pryor, MT / Arapahoe, WY) Generator Project
Buyer not available
The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting proposals for the Billings Area Generator Project, which involves the installation of emergency power supply systems at three healthcare facilities located in Poplar, MT; Pryor, MT; and Arapahoe, WY. The primary objective of this procurement is to provide a reliable backup emergency power source capable of supporting essential medical equipment for up to 96 hours during outages, thereby ensuring continuity of care for American Indian and Alaskan Native communities. This project is classified as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and proposals are due by May 23, 2025. Interested contractors should direct inquiries to Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
Santa Fe Indian Health Center (SFIHC) Roof Replacement and Fall Protection
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the roof replacement and fall protection project at the Santa Fe Indian Health Center (SFIHC) in Santa Fe, New Mexico. The project aims to replace the existing roof and install fall protection systems, with an estimated construction magnitude between $1 million and $5 million, and is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220. This initiative is crucial for maintaining the structural integrity and safety of healthcare facilities serving the Indian community. Interested contractors must submit their proposals by April 22, 2025, and are encouraged to contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 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 located in Browning, Montana. The project aims to upgrade the existing CT scan room and family room to accommodate a new 128-slice CT scan unit, ensuring compliance with the 2018 FGI Guidelines and enhancing patient care standards. This construction initiative is critical for improving healthcare infrastructure in underserved regions and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), with an estimated contract value between $500,000 and $1,000,000. Interested contractors must submit their proposals by May 30, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
Fort Thompson Health Center X-Ray Replacement
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Fort Thompson Health Center X-Ray Replacement project in South Dakota. This procurement involves the installation of supporting utilities and infrastructure necessary for a new Philips X-Ray unit, which will replace an outdated GE X-Ray machine, requiring modifications to electrical systems and flooring layouts. The project is a 100% Indian Small Business Economic Enterprise set-aside, with an estimated construction magnitude between $100,000 and $250,000, and a completion timeline of 180 days following the issuance of a Notice to Proceed. Interested contractors should submit proposals electronically by the specified deadline and may direct inquiries to the primary contact, Jong Kim, at jong.kim@ihs.gov or 206-619-0638.
Sources Sought to provide Dentist, Dental Hygienist, and Dental Assistant Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide Dentist, Dental Hygienist, and Dental Assistant services at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. The procurement aims to enhance dental care access for approximately 7,000 tribal members on the Lake Traverse Reservation, addressing significant barriers to healthcare in this rural area. Interested businesses, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), are encouraged to submit detailed capability statements that demonstrate their qualifications and experience in delivering these essential healthcare services. Responses must be sent to Andrea Whipple at andrea.whipple@ihs.gov by 1:00 PM CST on April 30, 2025, and should include relevant company information as outlined in the notice.
Claremore Indian Hospital AHU 3 and 4 Replacements
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the replacement of air handling units (AHUs) 3 and 4 at the Claremore Indian Hospital in Oklahoma. The project involves comprehensive construction services, including the removal and replacement of outdated equipment, installation of modern systems, and compliance with safety and environmental regulations, particularly concerning asbestos abatement. This procurement is significant for enhancing healthcare infrastructure and ensuring compliance with current standards, with a contract value estimated between $1 million and $5 million. Interested contractors must submit their proposals by May 1, 2025, following a mandatory site visit on March 26, 2025, and can direct inquiries to Taylor Kanthack at taylor.kanthack@ihs.gov or by phone at 240-478-1501.
Carpet Installation for OIS at MIB
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for carpet installation services at the Office of Indian Services located in the Stewart Lee Udall Building, Washington, DC. The project involves replacing flooring across approximately 12,631.93 square feet, requiring contractors to provide all necessary labor, materials, and supervision, with completion expected by May 15, 2025. This opportunity is fully set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 238330, emphasizing the government's commitment to supporting small businesses owned by economically disadvantaged groups. Interested contractors must submit proposals by the specified deadline and can contact Adam Lowery at Adam.Lowery@bia.gov or 571-560-0622 for further information. A site visit is scheduled for April 17, 2025, and adherence to federal labor standards, including wage determinations, is mandatory throughout the contract duration.