Emergency Sprinkler Repair Rosebus IHS
ID: RFQ-25-RB-007Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEINDIAN HEALTH SERVICEPORTLAND, OR, 97209, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for emergency sprinkler repair services at the Rosebud Hospital in South Dakota. The procurement aims to secure a Firm-Fixed Price Purchase Order for comprehensive servicing of the hospital's sprinkler system, ensuring it meets safety regulations and is fully operational. This opportunity is particularly significant as it aligns with the Buy Indian Act, encouraging participation from Indian Economic Enterprises, and is set aside for small businesses under NAICS Code 238220. Interested vendors must submit their quotes by June 4, 2025, at 11:00 am CST, and can direct inquiries to Jarrod Cole at jarrod.cole@ihs.gov or by phone at 605-747-0402.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the contract terms and conditions mandated by various Federal Acquisition Regulation (FAR) clauses applicable to commercial products and services. It specifies that contractors must comply with multiple statutory provisions and executive orders, including prohibitions on certain hardware, protection of small businesses, and labor standards. Key areas of compliance include ethical conduct, reporting on subcontractor payment, and adherence to non-discrimination laws. The document structured the clauses into several categories: required clauses, optional clauses checked by contracting officers, and provisions for flow-down requirements to subcontractors. The goal is to ensure that the contractors uphold all legal obligations while facilitating the acquisition process. By implementing these requirements, the government aims to promote fairness, integrity, and protection of small enterprises in federal contracting. The comprehensive nature of the summary underscores the importance of compliance within government procurement processes, particularly in RFPs and grants.
    The document outlines the clauses incorporated by reference and in full text within federal solicitations, particularly highlighting regulations from the Federal Acquisition Regulations (FAR) and the Department of Health and Human Services Acquisition Regulations (HHSAR). It lists crucial FAR and HHSAR clauses related to contract terms, such as the Personal Identity Verification of Contractors, privacy protections, equal opportunity, and various provisions specifically aimed at protecting Indian employment preferences and child welfare. Key points include requirements for contractors to verify the identity of personnel, adhere to payment protocols, and represent their compliance with anti-trafficking and non-discrimination policies. Additionally, it emphasizes preferences for Indian individuals and organizations in hiring and subcontracting, alongside mandatory reporting of child abuse incidents and compliance with smoking restrictions in child service facilities. This document serves as a comprehensive guide for contractors participating in federal contracts, ensuring adherence to essential regulations and enhancing accountability and transparency in federal procurement processes. Its focus on compliance aims to strengthen the integrity of government contracts and promote federal interests in social welfare and employment equity.
    The Rosebud Indian Health Service (IHS) has issued a Request for Quote (RFQ-25-RB-007) for a Firm-Fixed Price Purchase Order to provide emergency sprinkler repair services for the Rosebud Hospital. This solicitation follows the Federal Acquisition Regulations (FAR), specifically targeting small businesses under NAICS Code 238220. Proposals must include comprehensive pricing covering all associated costs, including travel and taxes, and responses must be submitted by June 4, 2025, at 11:00 am CST. Quotes will be evaluated based on the Lowest Price, Technically Acceptable (LPTA) criteria, and vendors must demonstrate the ability to meet delivery schedules and requirements. All submitted proposals must be signed, on company letterhead, and include requisite representations and certifications. The chosen contractor must utilize the electronic Invoice Processing Platform (IPP) for billing, in line with federal guidelines for electronic invoicing. The document emphasizes the need for compliance with federal standards, including exclusions for vendors on the OIG Exclusion List, and outlines the essential qualifications and submission guidelines for potential bidders.
    The Indian Health Service's "Buy Indian Act Indian Economic Enterprise Representation Form" serves to facilitate compliance with the Buy Indian Act, ensuring that businesses responding to solicitations are classified as "Indian Economic Enterprises." Offerors must self-certify their Indian ownership status at three key stages: when submitting offers, during contract award, and throughout contract performance. Non-compliance or submission of false information carries legal repercussions under various U.S. codes. The offer form includes sections for verifying ownership and business registration, requiring the DUNS number and acknowledgement of eligibility criteria. The document outlines that only eligible enterprises will be considered for set-aside or sole source contracts and emphasizes the necessity of registration with the System of Award Management (SAM). This form is essential in maintaining the integrity of federal contracts designated for Indian entities while aligning with legal standards to prevent fraud and misrepresentation in contracting processes.
    The purpose of this contract is to provide comprehensive servicing of the sprinkler system at Rosebud Hospital, under the jurisdiction of Rosebud Indian Health Services. This all-inclusive cost contract incorporates all applicable state, local, and federal taxes. The outlined services include visiting the Rosebud, South Dakota facility to repair or replace broken sprinkler heads and lines, ensuring the system is fully operational and compliant with safety codes. The document emphasizes the necessity of restoring the sprinkler system's functionality to facilitate proper safety regulations within the hospital's infrastructure.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Toner Cartridges
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide various toner cartridges for the Rosebud IHS Hospital located in Rosebud, South Dakota. This procurement is part of a Sources Sought Notice (IHS-SS-26-1521396) aimed at gathering information to identify Indian Small Businesses Economic Enterprises (ISBEE), Indian Economic Enterprises (IEE), or other small businesses that can fulfill this requirement, with the potential for a set-aside acquisition. The anticipated NAICS code for this procurement is 325992, and the contract will be a firm fixed-price purchase order, requiring delivery within 60 days from the award date. Interested parties must submit their capability statements via email to Jarrod Cole at jarrod.cole@ihs.gov by December 09, 2025, at 11:00 a.m. Central Time, ensuring the Sources Sought Number is included in the subject line.
    Annual Fire Extinguisher Inspection and Systems Services for White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide annual fire extinguisher inspection and systems services for the White Earth Health Center and associated clinics in Minnesota. The procurement involves inspecting 116 fire extinguishers, one FM200 fire suppression system, and one CO2 fire suppression system across four health clinics located in Ogema, Mahnomen, Ponsford, and Naytahwaush. This opportunity is a 100% Small Business Set-Aside under NAICS Code 238220, with proposals due by December 10, 2025, at 2:00 PM CST, requiring detailed company information, pricing for a base year plus four option years, a technical capability statement, and past performance references. Interested parties can contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further details.
    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.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Buyer not available
    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.
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.
    Remove_Replace_Fountains_SantaFeIndianHealthCenter
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to remove and replace existing drinking fountains at the Santa Fe Indian Health Center in New Mexico. The project involves installing new Elkay ezH2O Enhanced refrigerated, filtered, stainless steel bottle-filling stations, including one bi-level ADA model and twelve single ADA models, along with providing three years' worth of OEM replacement filters for maintenance. This initiative is crucial for ensuring access to clean drinking water in a healthcare setting and aligns with the Buy Indian Act, emphasizing the procurement from eligible Small Business Indian Firms. Interested parties must respond to the sources sought notice by submitting the required documentation, including certification as a Small Business Indian Firm, by the specified deadline, with inquiries directed to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Landscape Services for IHS, Mashpee Wampanoag Health Service Unit
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting quotes for landscape services at the Mashpee Wampanoag Health Service Unit in Mashpee, Massachusetts. The procurement aims to maintain the landscaping and gutter services for three modular units, ensuring a professional appearance and preventing infestation, with services required from March 1, 2026, to October 31, 2026, and four optional one-year extensions. This opportunity is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses. Interested vendors must submit their quotes, including required documentation, to Courtney Davis at courtney.davis@ihs.gov by 3:00 p.m. Central Time on December 15, 2025, to be considered for the contract, which will be awarded based on the lowest price technically acceptable.
    RBH MSystem
    Buyer not available
    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.
    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.