Capability Search of ISBEE/IEE Construction Firms
ID: 75H701-24-RFI24Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICERockville, MD, 20852, US

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
  1. 1
    Posted Apr 19, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2024, 12:00 AM UTC
  3. 3
    Due Apr 19, 2025, 6:00 PM UTC
Description

Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF is conducting a Capability Search of ISBEE/IEE Construction Firms in Arizona, UNITED STATES. This search aims to identify Native American/Indian-Owned (Indian Small Business Economic Enterprises) Construction firms for current upcoming projects. The purpose of this procurement is to give preference to Indian Economic Enterprises (IEE) in accordance with the Buy Indian Act. Interested firms should respond to this notice promptly by following the attached form and instructions. This procurement is specific to the Commercial and Institutional Building Construction industry and falls under the CONSTRUCTION OF HOSPITALS AND INFIRMARIES category.

Point(s) of Contact
Files
Title
Posted
Apr 19, 2024, 6:02 PM UTC
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Albuquerque Area Indian Health Service Sustainable Products and Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for sustainable products and services in the Albuquerque area. This procurement aims to identify sources that can provide environmentally friendly and sustainable solutions tailored to the needs of the Indian Health Service. The goods and services procured will play a crucial role in enhancing healthcare delivery while promoting sustainability within the community. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should reach out to Eric Wright at eric.wright@ihs.gov or call 505-256-6752 for further details regarding this opportunity.
Santa Fe Indian Health Center (SFIHC) Roof Replacement and Fall Protection
Buyer not available
The Department of Health and Human Services, specifically 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. This project, designated as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, aims to enhance the facility's structural integrity and safety through comprehensive roofing and fall protection systems. The anticipated construction magnitude is between $1 million and $5 million, with a contract period of performance set for 180 calendar days from the notice to proceed. Interested contractors must submit their proposals by April 10, 2025, and are encouraged to contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further details.
NNMC - Building 3000 Deck Replacement
Buyer not available
The Indian Health Service (IHS) is seeking qualified contractors for the replacement of the back deck of Building 3000 at the Northern Navajo Medical Center in Shiprock, New Mexico. This opportunity is part of a market research effort to identify potential sources for this construction project, classified under the NAICS code 238350 for Finish Carpentry Contractors. The initiative aims to support Indian-owned economic enterprises and ensure compliance with federal procurement regulations, particularly under the Buy Indian Act. Interested parties must submit their qualifications and relevant documentation to Contract Specialist Stephen Silversmith by April 10, 2025, at stephen.silversmith@ihs.gov, with the subject line “SSN – IHS1510609.”
LEAD PAINT AND ASBESTOS ASSESSMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a comprehensive lead paint and asbestos assessment for 48 BIA-owned buildings located on the Hopi Indian Reservation in Arizona. The project aims to ensure safety and compliance with environmental regulations by conducting thorough inspections and assessments of hazardous materials, with a focus on public health and safety prior to any construction or renovation activities. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and has a performance period of 180 days from the award date. Interested parties can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566 for further details.
Sewer Service, Henryetta, OK
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide sewer service installation in Henryetta, Oklahoma, under a combined synopsis/solicitation. The project involves furnishing and installing a sewer service line from a home to the main sewage system, adhering to specific technical specifications and construction standards outlined in the statement of work. This procurement is a 100% Indian Owned set-aside under NAICS code 237110, with an estimated award amount under $25,000. Interested contractors must submit their quotes by April 10, 2025, with all required documentation, including the Indian Health Service Buy Indian Act representation form, to Jeffrey Earnest at jeffrey.earnest@ihs.gov.
Archeological Survey Services for the Indian Health Service, Nashville Area Office
Buyer not available
The Indian Health Service (IHS), Nashville Area Office, is seeking proposals for archaeological survey services on the Pamunkey Indian Reservation in King William, Virginia, as part of a project to establish a modular/mobile health clinic. The procurement, set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, requires a comprehensive archaeological survey to comply with the National Environmental Policy Act (NEPA), which will be conducted in two phases, including a field study to identify and evaluate archaeological resources. Interested vendors must submit their quotes by April 11, 2025, ensuring they are registered in the System for Award Management (SAM) and provide their Unique Entity ID (UEI), with the contract expected to be awarded based on the lowest price technically acceptable submission. For further inquiries, vendors can contact Courtney Davis at courtney.davis@ihs.gov or by phone at 629-248-4259.
Locate eligible & qualified Indian Economic Enterprises (IEE) firms able to provide Bulk Delivery of Petroleum – Diesel and Gasoline for the IHS Pine Ridge Hospital, Pine Ridge, South Dakota and two satellite clinics in Kyle and Wanblee, South Dakota.
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking eligible and qualified Indian Economic Enterprises (IEE) firms to provide bulk delivery of petroleum products, specifically diesel and gasoline, for the IHS Pine Ridge Hospital and two satellite clinics located in Kyle and Wanblee, South Dakota. The procurement aims to ensure a reliable supply of fuel necessary for the operation of healthcare facilities serving the local community. This opportunity is set aside under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses in fulfilling government contracts. Interested firms can reach out to Kim Carpio at kim.carpio@ihs.gov or by phone at 605-867-3369 for further details regarding this sources sought notice.
J--Electrical underground boring IDIQ
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified Indian small business economic enterprises (ISBEE) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on electrical underground boring work for the San Carlos Irrigation Project in southern Arizona. The contract will encompass various tasks including directional boring, utility pot-holing, trenching, conduit installation, and electrical services, with a duration of 60 months. Contractors must adhere to U.S. Department of Labor Wage Decisions, respond to emergencies within 24 hours, and manage environmental and safety considerations throughout the project. Interested ISBEE firms are encouraged to submit capability statements and records of past performance, along with Arizona contractor's licenses, to Randall Brown at Randall.Brown@bia.gov by the specified deadline.
NOTICE OF INTENT: Access Control Readers and Door Controls
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is planning to award a non-competitive contract for the installation of access control readers and door controls at the Kayenta Health Center in Arizona. The procurement involves the installation of thirty Lenel access control readers and door controls, which are critical for maintaining security and ensuring uninterrupted services that directly impact patient care. B W Electric, Inc. has been identified as the sole source contractor due to their unique qualifications for this project. Interested parties other than B W Electric, Inc. may submit a capability statement to the Contract Specialist, Flora Washington, via email by April 14, 2025, at 1:00 PM MST, although the government is not obligated to respond to submissions.
B--SCIP-IW BUILDING TRANSFER ESA/ LEAD/ASB
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals from qualified Indian Economic Enterprises for a Phase I Environmental Site Assessment (ESA) and related evaluations for the transfer of three buildings to the Gila River Indian Community in Sacaton, Arizona. The project requires comprehensive assessments, including a Phase I ESA, a Comprehensive Asbestos Survey, and a Lead-Based Paint Inspection, all adhering to established ASTM standards to ensure environmental safety and regulatory compliance. This initiative underscores the BIA's commitment to responsible property management prior to transfer, with a contract anticipated to be awarded as a Firm Fixed Price Purchase Order, and proposals due by April 8th at 1700 Pacific Daylight Time. Interested vendors can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566 for further details.