Pine Ridge Multi Phase Door Replacement
ID: 75H70126R00003Type: Presolicitation
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 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.

    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    IHS Nationwide Multiple Award Task Order Contract
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the IHS Nationwide Multiple Award Task Order Contract (MATOC) aimed at providing design-build and design-bid-build services for the construction, renovation, alteration, and repair of medical facilities across various IHS geographic regions. This Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract will primarily focus on facilities in areas such as Albuquerque, Billings, California, Great Plains, Nashville, Navajo, Oklahoma City, Phoenix, and Portland, with a maximum contract capacity of $10 million per awardee and a guaranteed minimum order of $1,000. The selected contractors will be responsible for a range of services, including the modernization of the Kyle Health Center in South Dakota, which has a seed project budget between $1 million and $5 million, and must comply with various federal regulations, including the Buy Indian Act. Interested parties must submit their proposals by December 5, 2025, and can direct inquiries to Matt D Sanders at matt.sanders@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    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.
    Fort Thompson Duplex Construction
    Buyer not available
    The Department of Health and Human Services, Indian Health Service (IHS), 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 duplex, adhering to specific design and construction standards outlined in the solicitation documents. This initiative is crucial for providing adequate housing for staff within the Crow Creek Sioux Reservation, emphasizing compliance with federal regulations and tribal requirements. Proposals are due electronically by 2 PM Pacific on December 12, 2025, and interested contractors should 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
    Buyer not available
    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. This project aims to replace the existing roofing systems and install a fall protection system, with a construction magnitude estimated between $1,000,000 and $5,000,000, and a performance period of 180 calendar days. The procurement is a total small business set-aside, emphasizing the importance of adhering to safety protocols and minimizing disruption to facility operations during construction. Interested contractors must submit their proposals by December 16, 2025, and can reach out to primary contact Daniel Cotto at daniel.cotto@ihs.gov or 240-461-7841 for further information.
    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.
    FY26 GSU THC CEILING TILE SUPPLIES
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, is soliciting offers for ceiling tile supplies for the Tohatchi Health Center in New Mexico. This procurement is set aside for Indian-owned Small Business Economic Enterprises (ISBEE) and requires offerors to demonstrate technical capability, delivery timelines, and pricing in their proposals. The contract performance period is from January 1, 2026, to January 31, 2026, with proposals due by December 5, 2025, at 11:00 AM MS. Interested parties should contact Ken Parrish at Ken.Parrish@ihs.gov or call 928-871-1342 for further information.
    FY26 GSU THC FLOORING SUPPLY & SERVICE
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is seeking qualified small businesses to provide flooring supplies and installation services at the Tohatchi Health Center in New Mexico. The project involves the removal of existing floor tiles and cove base, application of filler and self-leveling products, and installation of new vinyl flooring and cove base over approximately 1,434 square feet in designated rooms of Building 2004. This procurement is critical for maintaining a safe and functional healthcare environment, with a performance period set from January 1, 2026, to January 31, 2026. Interested offerors must submit their proposals by December 10, 2025, at 10:00 AM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.
    Sources Sought: IEE SMAART Medical Systems Inc PACS service and support
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Economic Enterprises (IEE) to provide service and support for the SMAART© Medical Systems Inc Picture Archiving and Communications System (PACS) across multiple healthcare facilities in the Great Plains Area. The primary objective is to ensure connectivity to the PACS data center, including software updates and the provision of cloud-based image sharing capabilities, while maintaining compatibility with existing SMAART© systems. This procurement is critical for enhancing the efficiency and functionality of healthcare services provided to Indian Health Service facilities, with a firm fixed price purchase order anticipated for a base period starting January 1, 2026, and extending through multiple option years. Interested parties must submit their capability statements by December 5, 2025, to Erin Doering at Erin.Doering@ihs.gov, and must self-certify their status as an Indian Firm under the Buy Indian Act.
    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.