Pine Ridge Multi Phase Door Replacement
ID: 75H70126R00003Type: 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 Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    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 will be awarded as a Firm Fixed Price contract, with a performance period of 270 calendar days following the issuance of a Notice to Proceed. Proposals are due electronically by 2 PM Pacific Time on January 6, 2026, and interested parties should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or call 206-615-2452.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines detailed technical specifications and requirements for various systems, likely within a Request for Proposal (RFP) or grant application context. It covers infrastructure components such as mechanical, electrical, and plumbing systems, emphasizing compliance with specific standards and guidelines. The document details different categories of materials and their associated requirements, including environmental considerations and safety protocols. It also includes sections on system performance, installation procedures, and maintenance, indicating a comprehensive approach to project execution and quality control. The file appears to be a foundational technical document guiding the implementation of government projects, ensuring adherence to regulatory frameworks and operational efficiency.
    The provided file is a minimal PDF portfolio instruction, stating, "For the best experience, open this PDF portfolio in Acrobat X or Adobe Reader X, or later. Get Adobe Reader Now!" This document is not a government RFP, federal grant, or state/local RFP. Instead, it is a technical note indicating software requirements for viewing a PDF portfolio, suggesting an upgrade to Acrobat X or Adobe Reader X, or later versions. The file's purpose is to guide users on optimal viewing software, not to solicit proposals or offer funding.
    The provided government file, likely an attachment or cover page for a larger document related to federal RFPs, federal grants, or state/local RFPs, indicates that the full content requires specific software for optimal viewing. The document states, "For the best experience, open this PDF portfolio in Acrobat X or Adobe Reader X, or later. Get Adobe Reader Now!" This suggests that the primary purpose of this file is to serve as an instructional note for accessing the main body of a PDF portfolio, which presumably contains the detailed information pertaining to a government solicitation or grant opportunity. The file itself does not contain substantive content related to the RFP or grant, but rather acts as a technical prerequisite for viewing the complete document.
    The Fort Thompson Duplex Construction document outlines self-performance calculation requirements for government contractors, specifically focusing on limitations on subcontracting as per FAR 52.219-14 and 13 CFR 125.6. The core purpose is to ensure that prime contractors, particularly small businesses, perform a certain percentage of the work themselves rather than excessively subcontracting to non-similarly situated entities. For general construction, prime contractors cannot pay more than 85% of the government-paid amount to non-similarly situated firms (75% for special trade contractors). Costs of materials are excluded from this calculation. The document provides a worksheet for offerors to calculate their self-performance at both proposal submission and contract completion, detailing how to subtract profit, fees, material costs, and costs incurred by non-similar entities to determine the work performed by similar entities. It also defines "Concern Status" and "Similarly situated entity," emphasizing that subcontracts to similarly situated entities performing work with their own employees do not count towards subcontracting limitations. Examples illustrate how these limitations apply in different contracting scenarios.
    The Specialized Experience Form (Attachment 6) is a critical component for government contractors bidding on federal, state, and local RFPs. This form requires detailed information about a contractor's relevant project experience, including the contract/task order number, project title, award value, and period of performance. Contractors must specify whether they acted as a prime or subcontractor, and if the latter, the percentage of work completed. The form also requests agency/entity names, addresses, and points of contact. A detailed description of project responsibilities and relevance, such as experience in constructing duplexes or structures of similar size and complexity, is mandatory. For joint ventures, the form mandates disclosure of prior collaboration and submission of the joint venture agreement. This document is essential for evaluating a bidder's qualifications and ensuring they possess the necessary experience for the proposed government project.
    The Past Performance Questionnaire (PPQ) Form is a critical component for evaluating contractor performance in federal, state, and local government solicitations, such as Solicitation 75H70125R00076. This form, designated for official use and source selection information, requires contractors to provide detailed information about their company and past contracts. Clients then complete sections evaluating the contractor across key areas: quality, schedule, customer satisfaction, management/personnel, cost/financial management, and safety/security. The evaluation uses adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with specific definitions and justification requirements. The form emphasizes direct submission of completed questionnaires to the offeror, who then submits them with their proposal to the IHS, although direct submission to IHS is also permitted. The government retains the right to verify all submitted information, ensuring a comprehensive assessment of performance risk for future projects.
    The Indian Health Service (IHS) requires offerors to self-certify their status as an "Indian Economic Enterprise" (IEE) in accordance with the Buy Indian Act (25 U.S.C. 47) and HHSAR 326.601. This certification is mandatory at the time of offer, contract award, and throughout the contract performance period. Offerors must immediately notify the Contracting Officer if they no longer meet eligibility requirements. While self-certification is the primary method, Contracting Officers may request additional documentation, and awards are subject to protest if eligibility is questioned. Successful offerors must also be registered with the System for Award Management (SAM). Providing false information is a violation of law, punishable under 18 U.S.C. 1001, with false claims during performance subject to penalties under 31 U.S.C. 3729-3731 and 18 U.S.C. 287. The form includes spaces for the solicitation details, project title, date, and a representation section where the offeror indicates whether they meet the IEE definition, along with signature lines for the 51% owner, certifying individual, tribal entity name, business name, and DUNS Number.
    The U.S. Department of Labor's Form WH-347, though optional for use, is a mandatory information collection for contractors and subcontractors on federally financed or assisted construction contracts, as stipulated by the Copeland Act and DOL regulations (29 C.F.R. §§ 3.3, 5.5(a)). This payroll form requires weekly submission of wage statements to the federal contracting agency, accompanied by a
    The Indian Health Service (IHS) Division of Engineering Services uses a Release of Claims form for federal contracts, specifically for projects under the Department of Health & Human Services. This document releases the U.S. Government, its officers, agents, and employees from all liabilities, demands, obligations, and claims arising under a specified contract, identified by contract and task order numbers. Contractors must list any excepted claims, providing the dollar amount, nature, and description in accordance with FAR Clause 52.233-1, Disputes, or explicitly state "NONE." The form requires the contractor's signature, title, and date. This form is essential for closing out federal contracts, ensuring clarity on remaining financial obligations or disputes.
    The Indian Health Service (IHS) has issued Solicitation Number 75H70126R00003 for the Pine Ridge Multi-Phase Door Replacement project. This Request for Proposal (RFP) is a negotiated, Indian Small Business Economic Enterprise (ISBEE) Set-Aside for commercial and institutional building construction, with proposals due by December 2, 2025. The project involves providing all labor, materials, supplies, and services for the door replacement at the Pine Ridge Service Unit in South Dakota, with a performance period of 270 calendar days after receiving the Notice to Proceed. Key requirements include adherence to a detailed construction schedule, submission of a Schedule of Values, use of FedRAMP authorized construction management software for document control, and compliance with various federal acquisition regulations concerning inspections, payments, labor standards, insurance, and safety. The contractor must also manage subcontractors, ensure key personnel availability, and coordinate closely with the Contracting Officer and Contracting Officer's Representative.
    Amendment 1 to solicitation 75H70126R00003, issued on November 21, 2025, by the Indian Health Service - DES Seattle, modifies the original solicitation. The primary purpose of this amendment is to change the due date for offers to 2:00 PM Pacific Time on December 17, 2025. All other terms and conditions outlined in the initial solicitation remain unchanged and in full force and effect. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or submitting a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified deadline may result in the rejection of an offer. If an offeror wishes to change a previously submitted offer due to this amendment, such changes must be made via letter or electronic communication, referencing the solicitation and amendment, and must be received before the new opening hour and date.
    Amendment 2 to solicitation 75H70126R00003, effective December 1, 2025, provides crucial updates for contractors. The primary purposes are to issue responses to questions received as of December 1, 2025, and to provide a revised Attachment 2 Statement of Work (SOW). The revised SOW includes an updated Appendix A Quote Schedule and Appendix B Construction Drawings, both revised by Amendment A0002. This amendment clarifies specific details regarding door specifications, such as the removal of vision panels from restroom doors (571 and 572), the removal of doors 612 and 240 from the project scope, and modifications to existing doors including hardware replacement, armor plating, and the installation of automatic operators and self-latching mechanisms where required. It also addresses questions about material reuse and security features for certain openings. All other terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge receipt of this amendment to ensure their offers are considered valid.
    Amendment 3 to solicitation 75H70126R00003 provides critical Q&As as of December 10, 2025, clarifying various technical aspects related to door specifications and modifications within a construction project. Key clarifications include the removal of vision panels for restroom doors (571, 572), the complete removal of doors 612 and 240 from the scope, and specific instructions for door 606 (reuse leaf, replace hardware, add armor plating). For doors 138, 148, 631, 632, 633, 640, and 641, reusing door leafs with armor plating is acceptable. Door 226 requires an automatic operator and self-latching hardware tied to a wall button. Door 750 will be an egress door with a panic bar, punch pad access, and an electric strike, maintaining corridor security. Door 647 requires a new leaf with armor plating, reusing existing hardware, while door 670 only needs general maintenance. Finally, the amendment confirms no specific door manufacturer or hardware schedule was provided, requiring the contractor to verify hardware based on specified functionalities. All other terms and conditions of the solicitation remain unchanged.
    Amendment 4 to solicitation 75H70126R00003, issued by the Indian Health Service - DES Seattle, changes the offer due date to 2 PM Pacific Time on January 6, 2026. This amendment, dated December 15, 2025, requires offerors to acknowledge its receipt by completing items 8 and 15, acknowledging it on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date and time may lead to the rejection of the offer. All other terms and conditions of the solicitation remain unchanged. The document also outlines procedures for modifying existing offers based on this amendment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Pine Ridge Multiplex Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is preparing to solicit proposals for the construction of a multiplex at the Pine Ridge Hospital in South Dakota. This project aims to address the critical shortage of staff housing by constructing a pre-designed multiplex, which has been thoroughly planned to include civil, electrical, mechanical, plumbing, architectural, and fire protection elements. The anticipated contract, valued between $5 million and $10 million, will be awarded as a Firm Fixed Price contract, with a performance period of 730 calendar days from the notice to proceed. Interested contractors, particularly those qualifying under the Indian Small Business Economic Enterprise (ISBEE) set-aside, should prepare for the solicitation release expected in late December 2025 or early January 2026 and can contact Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
    Firm-Fixed-Price, Non-Personal Services – Two (2) Hospitalist/Nocturnist Services-Pine Ridge, SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Businesses Economic Enterprises (ISBEE) to provide two Hospitalist/Nocturnist services at the Pine Ridge Comprehensive Health Care Facility in South Dakota. The objective is to secure non-personal services through a firm-fixed-price contract, which includes a three-month base period and nineteen additional three-month options, to enhance healthcare delivery for the Oglala Lakota Nation. This procurement is critical for addressing high patient demand and ensuring continuity of care in a facility that serves a significant population of American Indians and Alaska Natives. Interested parties must submit their capability statements by January 15, 2026, to Mona Weinman at mona.weinman@ihs.gov, including relevant company information and experience in similar services.
    DIETARY FOOD DELIVERY SERVICES FOR PINE RIDGE IHS HOSPITAL
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide Dietary Food Delivery Services for the Pine Ridge IHS Hospital in South Dakota. The procurement involves a Firm-Fixed Price contract with a base year and one optional year, focusing on delivering a variety of food items that meet nutritional, budgetary, and medical dietary restrictions for patients and staff. This service is critical for maintaining the health and well-being of the community served by the hospital, particularly given the rural location and the need for compliance with stringent food safety regulations. Interested vendors must submit their proposals by January 23, 2026, with all submissions sent electronically to the designated contact, Mary Baird, at mary.baird@ihs.gov.
    SOLE SOURCE-Respiratory Home Health Services for Pine Ridge IHS, KHC & WHC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is planning to award a sole source contract for Respiratory Home Health Services to Missouri Breaks Industries Research Inc. This procurement aims to ensure uninterrupted respiratory health services for the Pine Ridge Indian Health Services Hospital, Kyle Health Center, and Wanblee Health Center during Fiscal Year 2026, from January 15, 2025, to July 15, 2026. The selected contractor is uniquely qualified to meet the agency's requirements, which are critical for maintaining direct patient care. Interested parties must submit any responses by January 12, 2026, at 10:00 AM MST, to be considered, although the government is under no obligation to respond or provide feedback on submissions.
    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, is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement aims to replace the existing membrane roof system and upgrade various HVAC components to comply with ASHRAE 170 standards, addressing deficiencies identified during facility assessments. The project is significant for enhancing the operational efficiency and safety of healthcare services provided at the center, with a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors, particularly those qualifying as Indian Small Business Economic Enterprises (ISBEE), must submit their proposals by January 8, 2026, and can direct inquiries to Taylor Kanthack at taylor.kanthack@ihs.gov or by phone at 240-478-1501.
    SOLE SOURCE-VersaJet II System for the Pine Ridge IHS Hospital
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for the VersaJet II System to Smith + Nephew for the Pine Ridge Indian Health Services Hospital in South Dakota. This procurement is critical as the VersaJet II system is uniquely required to ensure uninterrupted services that directly impact patient care, with the contract covering one base year and four option years. The Government has determined that only one responsible source can fulfill this requirement, and any responses to this notice must be submitted by January 12, 2026, at 10:00 AM MST to be considered. For further inquiries, interested parties can contact Mary Baird at mary.baird@ihs.gov or by phone at 605-867-3379.
    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.
    Firm-Fixed-Price Hillrom Centrella Beds for CRHC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a firm-fixed-price contract to purchase two Centrella Hillrom beds for the Cheyenne River Health Center located in Eagle Butte, South Dakota. This procurement is a 100% Small Business Set-Aside under NAICS Code 339112, focusing on the acquisition of new medical equipment to enhance patient care and operational efficiency at the health center. Proposals must be submitted by January 14, 2025, at 2:00 PM CT, and should include comprehensive details such as technical descriptions, pricing, and past performance information. Interested vendors should direct inquiries to Mona Weinman at mona.weinman@ihs.gov, and ensure compliance with registration requirements at SAM.gov and the use of the Invoice Processing Platform for invoicing.
    Intent Notice: Bulk Delivery of Medical Gases for Indian Health Service (IHS) Pine Ridge Service Unit.
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS) Great Plains Area, is seeking a contractor for the bulk delivery of medical gases to the Pine Ridge Hospital in South Dakota. This procurement involves a six-month contract for the supply of bulk medical gases, including liquid oxygen and various gas cylinders, along with the maintenance and inspection of a 1,500-gallon bulk oxygen tank and a 24-hour emergency backup system. The selected contractor will ensure compliance with NFPA standards and provide telemetry for monitoring, with bi-weekly deliveries of gas cylinders and refills of the bulk tank as needed. Interested parties may submit capability statements to Kim Carpio at kim.carpio@ihs.gov by the specified deadline, with the total contract value estimated at $30,000. The period of performance is set from January 1, 2026, to June 30, 2026.
    Medical Storage Cabinets Upgrade
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the upgrade of medical storage cabinets at the Inscription House Health Center located in Tonalea, Arizona. The project entails the provision and installation of new, durable, and easy-to-clean medical cabinetry systems, including countertops and plumbing fixtures, while also requiring the removal of old cabinetry and related site preparation work. This procurement is designated as an Indian-Owned, Small Business Economic Enterprise (ISBEE) Set-Aside, emphasizing the importance of supporting Indian Economic Enterprises in federal contracting. Interested vendors must submit their proposals by January 6, 2025, and can direct inquiries to Flora Washington at flora.washington@ihs.gov or by phone at 928-380-8345.