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
    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 construction tasks including flooring replacement, exterior improvements, and the installation of propane fuel tanks, with a project magnitude estimated between $250,000 and $500,000. The contract will be awarded based on a Firm Fixed Price model, with proposals evaluated using Lowest Price Technically Acceptable criteria. Interested contractors must submit their proposals electronically by April 30, 2025, and are encouraged to contact Thupten Tsering at thupten.tsering@ihs.gov for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The document addresses Amendment 3 to solicitation number 75H70125R00035, issued by the Indian Health Service - DES Seattle. The primary purpose of this amendment is to change the offer due date to 12:00 PM Pacific on April 30, 2025. It specifies the methods contractors can use to acknowledge receipt of the amendment, including returning signed forms or communicating changes electronically. The document affirms that all other terms and conditions of the original solicitation remain unchanged. Compliance with the amendment and submission deadlines is emphasized, warning that failure to acknowledge could lead to the rejection of offers. This amendment reflects standard procedures in government contracting, ensuring clarity and compliance within the bid process for federal grants and RFPs.
    This document details Amendment 4 to solicitation 75H70125R00035, issued by the Indian Health Service, aimed at incorporating responses to Requests for Information (RFIs) and confirming that the submission deadline remains unchanged at noon Pacific on April 30, 2025. Key changes include clarification that factory startup is required for switching boilers to liquefied petroleum (LP), and there is no need for the LP system to integrate with the building's automated system. Additionally, while bid bonds are not required, payment and performance bonds are necessary. The amendment ensures that all other terms and conditions of the original solicitation remain in effect, indicating a structured approach to managing government procurement by updating and communicating amendments effectively to contractors and offerors while maintaining compliance with federal guidelines. This amendment reflects the government's efforts to ensure transparency and clarity in the RFP process, facilitating effective contractor engagement.
    Lifecycle
    Title
    Type
    Wagner Misc. Projects
    Currently viewing
    Solicitation
    Presolicitation
    Sources Sought
    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.
    Rosebud Lift Station Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Rosebud Lift Station Construction project in Rosebud, South Dakota. The project entails the complete removal and replacement of the existing wastewater lift station, which services hospital quarters and tribal program buildings, with a new system designed to handle current and future sanitary loads. This construction is critical for ensuring reliable wastewater management and compliance with health standards in the area. Interested firms, particularly those qualifying as small businesses or Indian Economic Enterprises, must submit their responses by December 24, 2026, at 2:00 PM Pacific Time to Daniel Cotto at daniel.cotto@ihs.gov, with the anticipated contract value between $500,000 and $1,000,000 and a solicitation expected around February 2026.
    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.
    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.
    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.
    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.
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Health And Human Services, Department Of
    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.
    Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade – Construction (Gallup, NM)
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade project located in Gallup, New Mexico. The objective is to redesign and install a new fire alarm system that complies with NFPA codes, replacing the existing obsolete system, with a contract value estimated between $1,000,000 and $5,000,000. This project is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, emphasizing the importance of engaging small businesses in the construction sector. Proposals are due by December 29, 2025, at 2:00 PM PST, and interested parties should contact Joshua VanSkike at joshua.vanskike@ihs.gov for further information.
    Zuni Quarters Sewer Improvement Project,
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is preparing to solicit proposals for the Zuni Quarters Sewer Improvement Project located in Zuni, New Mexico. This project involves the reconstruction of sewer lines, including demolition and replacement of existing infrastructure at the Zuni Comprehensive Community Health Center, and is expected to be completed within a 90-day period following the issuance of the Notice to Proceed. The contract will be awarded as a Firm Fixed Price (FFP) and is set aside exclusively for small businesses under NAICS code 237110, with an estimated project value between $100,000 and $250,000. Interested contractors should monitor https://sam.gov for the solicitation release, anticipated around December 23, 2025, and are encouraged to contact Shaukat Syed or Jenny Scroggins for further inquiries.
    Solicitation for Firm, fixed-price, commercial item purchase order for OPTOMETRY MEDICAL EQUIPMENT for the Wagner Indian Health Service Hospital, 111 Washington Ave NW, Wagner, South Dakota 57380. BRAND NAME ONLY: CARL ZEISS MEDITEC USA, INC. HFA3 MODEL 86
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for a firm-fixed-price commercial item purchase order for optometry medical equipment, specifically the CARL ZEISS MEDITEC USA, INC. HFA3 MODEL 860, for the Wagner Indian Health Service Hospital in South Dakota. This procurement is a 100% Small Business Set-Aside, requiring new equipment and parts, and explicitly prohibiting used or counterfeit items. The selected contractor will be responsible for delivering the equipment within 90 days of award, with quotes due by December 15, 2025, and questions accepted until December 5, 2025. Interested vendors must be registered with SAM.gov and utilize the Invoice Processing Platform for payments, with the award based on the lowest price that meets technical acceptability criteria. For further inquiries, contact William Kohl at william.kohl@ihs.gov or call 605-742-3686.