PIMC Mechanical Projects: HVAC and Central Plant & Isolation Rooms in Phoenix, AZ, Maricopa, County
ID: 75H701-25-R-00001Type: Solicitation
AwardedMar 27, 2025
$4M$4,019,209
AwardeeDOYON MANAGEMENT SERVICES, LLC Federal Way WA 98001 USA
Award #:75H70125C00013
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 mechanical projects at the Phoenix Indian Medical Center (PIMC) in Phoenix, Arizona. The procurement involves significant alterations to the HVAC systems in the Pediatric and Dental Clinics, as well as upgrades to the Central Plant and Isolation Rooms, with a focus on maintaining operational continuity and adhering to infection control measures during construction. This project is crucial for enhancing healthcare infrastructure and is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, with an estimated contract value between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by February 7, 2025, at 2:00 PM MST, and can direct inquiries to Kelly Britton at kelly.britton@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service (IHS) is soliciting bids for mechanical projects at the Phoenix Indian Medical Center (PIMC), focused on HVAC systems and Central Plant & Isolation Room upgrades. This Request for Proposal (RFP) is designated for 100% Indian Small Business Economic Enterprises (ISBEEs) under the NAICS code 236220. The total estimated cost for the project is between $1,000,000 to $5,000,000, with proposals due by February 3, 2025. Key project requirements include the alteration of HVAC systems in two clinic buildings and substantial work on central mechanical systems, emphasizing infection control measures during construction. Offerors must adhere to strict safety, insurance, and labor standards, including submitting detailed construction schedules and documentation for payments. Additionally, the contractor is responsible for all permits and regulatory compliance, and must maintain operation of existing facilities during the renovation work. Overall, this solicitation aims to enhance healthcare infrastructure while fostering opportunities for Indian small businesses within the federal contracting framework, emphasizing thorough planning and compliance with health and safety regulations.
    This document serves as Amendment A00001 to Solicitation 75H701-25-R-00001, pertaining to the PIMC Mechanical Projects: HVAC, Central Plant, and Isolation Rooms. The amendment outlines necessary protocol for acknowledging receipt, emphasizing that failure to acknowledge prior to the specified deadline may lead to offer rejection. Furthermore, it addresses responses to pre-proposal inquiries relevant to factors affecting Indian Economic Enterprises, specifically for Alaskan Native Corporations. The amendment clarifies that documentation demonstrating ownership suffices for tribal firms, and that details regarding management structures of subsidiaries also meet specified requirements. The primary aim is to facilitate clarity and compliance for contractors engaged in government contracting related to Indian Health Services, specifically for construction projects in Phoenix, AZ.
    This document outlines Amendment A00002 for solicitation number 75H701-25-R-00001 associated with mechanical projects, specifically HVAC, central plant, and isolation rooms for the Indian Health Service. The amendment updates the wage determination from General Decision AZ20240039 Mod 6 dated September 6, 2024, to the revised General Decision AZ20250039 dated January 3, 2025, while maintaining the proposal due date of February 3, 2025, at 2:00 PM MST. It specifies the requirement for contractors to acknowledge receipt of the amendment through various methods, emphasizing the importance of timely communication to avoid rejection of offers. The document includes detailed wage rates and classifications in compliance with the Davis-Bacon Act, underlining prevailing wage requirements for construction workers based on location and type of contract. This update serves to ensure fair labor standards and contractor compliance with federal wage regulations, essential in the context of federal grants and state/local RFPs, ultimately contributing to equitable compensation in governmental construction projects.
    Amendment A00003 pertains to Solicitation 75H701-25-R-00001 for the PIMC Mechanical Projects focused on HVAC, Central Plant, and Isolation Rooms at the Phoenix Indian Medical Center. This amendment provides critical updates including a Site Visit Agenda, responses to inquiries, and updates to key documents and clauses. The proposal due date of February 3, 2025, remains unchanged. The project includes significant alterations to HVAC systems in the Pediatric Clinic and Dental departments, alongside updates to the Central Plant and isolation rooms, necessitating careful infection control measures. Key topics include project timelines, responsibilities for the contractor regarding site work, insurance requirements, and adherence to Davis-Bacon Wage Determinations. This project is exclusively set aside for Indian Small Business Economic Enterprises under NAICS code 236220, with a size standard of $45 million. The amendment also addresses submission requirements and clarifications on the proposal’s formatting, including exclusions for certain documents from page limits. Overall, this document outlines essential information for prospective bidders, ensuring compliance with federal procurement policies while emphasizing local business participation.
    The document outlines Amendment A00004 related to Solicitation Number 75H701-25-R-00001, concerning the PIMC Mechanical Projects focused on HVAC, Central Plant, and Isolation Rooms. The amendment includes essential instructions for contractors regarding the acknowledgment of the amendment and submission changes, specifying that acknowledgments must be received by the official deadline to avoid rejection. The primary purpose of this amendment is to update specific clauses, including the replacement of several dated clauses with more current ones. Key updates include changes to clauses regarding subcontracting with debarred or suspended entities and modifications to small business program requirements, all of which are aimed at ensuring compliance and updated regulations. Importantly, despite these modifications, the due date for proposals remains February 3, 2025, at 2:00 PM MST. The document confirms that all other terms and conditions retain their validity unless otherwise stated. This amendment reflects the government's ongoing adjustments to procurement practices and regulatory compliance in contracting processes.
    The document is an amendment to a solicitation issued by the Indian Health Service for mechanical projects related to HVAC, central plant, and isolation rooms. Amendment A00005 primarily extends the proposal due date to February 7, 2025, at 2:00 PM MST. It outlines the procedures for acknowledging receipt of the amendment, emphasizing that offers submitted without proper acknowledgment may be rejected. Contractors must confirm the receipt of the amendment and can amend previously submitted offers via letter or electronic communication, ensuring to reference the relevant solicitation and amendment numbers. Additionally, the document captures essential administrative details, including contract ID, modification number, and project specifics. This amendment facilitates the procurement process, ensuring compliance with Federal Acquisition Regulations by providing clear instructions for contractors involved in bidding and modification.
    The Indian Health Service is proceeding with Amendment A00006 under Solicitation 75H701-25-R-00001 for the PIMC Mechanical Projects, focusing on HVAC and Central Plant & Isolation Rooms in Phoenix, AZ. This amendment addresses pre-proposal inquiries 15-26 and confirms that the proposal deadline remains February 7, 2025, at 2:00 PM MST. Key responses include updated acceptable manufacturers for the HVAC specifications, clarification on the management of above-ceiling obstructions, and directives for disposal of materials during construction, adhering to federal, state, and local regulations. The contractor will not be responsible for relocating office furniture, but must protect it during work. Important project requirements also include proper coordination for mechanical system installations and ensuring construction access while addressing potential flooding risks with medical air systems. Overall, the amendment seeks to inform potential bidders, ensuring clarity and compliance while facilitating smooth project execution.
    The document outlines Amendment A00007 to Solicitation 75H701-25-R-00001 from the Indian Health Service concerning the PIMC Mechanical Projects, which involve HVAC and Central Plant modifications in Phoenix, AZ. This amendment addresses responses to pre-proposal inquiries, confirming that the proposal submission deadline remains February 7, 2025, at 2:00 PM MST. It emphasizes the importance of acknowledging the receipt of the amendment through specific methods, noting that failure to do so might result in rejection of offers. The document discusses communication requirements for contractors wishing to modify previously submitted offers and reiterates that all change requests must reference relevant solicitation and amendment numbers. A key point from the amendment indicates that only Automated Logic is an acceptable manufacturer for specific controls, addressing inquiries from Control Solution Group regarding eligibility. The document serves as a crucial guide for contractors participating in this federal RFP, ensuring compliance with procedural requirements and specifications.
    The document outlines the specifications for the PIMC Mechanical Project 1, focused on the Heating, Ventilation, and Air Conditioning (HVAC) modifications for Buildings 12 and 239 at the Phoenix Indian Medical Center. Key elements include a phased construction approach to maintain partial operation of the pediatric clinic during renovations, detailing project management requirements, including schedules, safety protocols, and documentation processes. It emphasizes the roles of various contractors and consultants, including Burns Wald-Hopkins Shambach Architects and Zona Technical Engineering, and outlines technical specifications across divisions covering mechanical, electrical, and construction documentation. The document details safety requirements and mandates preconstruction conferences to ensure compliance and coordination among all parties involved. It also underscores the critical importance of effective project management and meeting regulatory standards while maintaining operational continuity in a healthcare environment, demonstrating a commitment to ensuring safety and minimizing disruption.
    The document outlines construction and renovation plans for the Phoenix Indian Medical Center (PIMC), specifically focusing on two buildings: the Dental Building (Building 239) and the Pediatric Building (Building 12). The project, led by Burns Wald-Hopkins Shambach Architects, aims to upgrade and install a new HVAC system and ductwork, along with new ceiling tiles, to enhance indoor air quality and energy efficiency. Key components include the complete demolition of existing HVAC systems, ceiling grids, and tiles, with provisions to salvage light fixtures and ensure minimal disruption, as the Pediatric Building must remain operational during renovations. The project also complies with various building codes and incorporates safety measures for construction activities. Overall, this renovation emphasizes health care facility modernization, adherence to regulatory standards, and improved functionality within the Indian Health Service's mission.
    The document outlines the construction specifications for the Phoenix Indian Medical Center Mechanical Project 2, managed by the Indian Health Service. Scheduled to commence on January 15, 2024, the project involves extensive mechanical work, including the replacement of cooling tower valves, a diesel autofill system, a medical air compressor, and ductwork in isolation rooms while ensuring operational safety for patients throughout the work. The contractors are required to follow strict safety and construction protocols, including submitting detailed progress documentation, shop drawings, and complying with OSHA regulations. Various phases of construction are described, emphasizing the need for careful coordination of activities, meetings, and safety plan submissions to mitigate risks associated with active hospital environments. The specifications also mandate systematic documentation of construction progress through digital means and regular project meetings to enhance communication and prevent delays. The comprehensive plan reflects the government's commitment to ensuring that health facilities operate safely during critical upgrades while maintaining regulatory compliance and high-quality standards in construction and safety management.
    The document outlines the PIMC Mechanical Project 2 at the Phoenix Indian Medical Center, which involves significant renovations in the Central Plant and Isolation Rooms (Building 234). The primary objectives include the replacement of 18 cooling tower valves, the installation of a new diesel autofill system, and alterations to the medical air system, including relocating a heat exchanger and compressor. Additionally, it involves implementing a new dust collection system for wood debris in the Carpentry Shop and ductwork upgrades in the Isolation Rooms. The project does not change the area, use, or occupancy of the buildings. The report details compliance with various codes, including the International Building and Fire Codes, as well as the Americans with Disabilities Act. Fire protection measures will be updated, with a focus on maintaining fire-resistance ratings and smoke compartment configurations. Overall, this initiative highlights the Indian Health Service's commitment to improve facilities while ensuring safety and adherence to regulatory standards, thereby enhancing healthcare delivery at the center.
    The document focuses on the Phoenix Indian Medical Center (PIMC), providing a detailed site map and layout of the facility, located at 4212 N. 16th Street, Phoenix, Arizona. It identifies major cross streets, significant areas within the medical center, and features like different parking lots, loading docks, and potential storage locations. The site plan includes designations for contractor parking and facility growth opportunities, indicating a structured approach for accommodating logistical needs and site management. The information presented is pivotal for contractors and stakeholders involved in federal grants and RFPs related to healthcare facilities, emphasizing the necessity of efficient operational planning while ensuring the accessibility and functionality of medical services.
    The Phoenix Area Indian Health Service commissioned an asbestos survey for Building #233 at the Phoenix Indian Medical Center, conducted by Federal Occupational Health (FOH) in February 2003. The assessment involved visually inspecting the building and collecting bulk samples from suspect asbestos-containing materials (ACMs) across its five floors, identifying significant materials such as floor tiles, mastics, HVAC duct tape, and insulation containing asbestos. Laboratory results indicated the presence of chrysotile asbestos in several materials, classified as either non-friable for floor tiles or friable for duct tape and insulation. An abatement cost estimate projected total remediation expenses at approximately $545,396, covering removal of identified ACMs. The report cautions that while the investigation was comprehensive, it cannot guarantee the complete identification of all existing asbestos in the building, highlighting the necessity for trained professionals for any required removal and disposal. This document underscores the need for regulatory compliance with OSHA and EPA standards in handling hazardous materials in government-funded healthcare facilities.
    The Infection Control Risk Assessment (ICRA) document outlines protocols to minimize infection risks during construction and renovation projects in healthcare settings. It categorizes work into four types (A-D), ranging from low-risk inspections to high-risk major demolitions. Each type of project is further classified into risk classes (1-IV) based on potential dust generation and contamination. Key points include requirements for isolating HVAC systems, using HEPA equipment, and maintaining negative air pressure during work. Specific actions, such as sealing doors, mopping with approved cleaners, and using protective barriers, are mandated according to the risk classification, with stricter controls for higher-risk projects located in sensitive areas like operating rooms and intensive care units. The document serves as a guideline for contractors to ensure compliance with infection control standards, signifying the importance of safety in health-related construction projects. Effective risk management and adherence to these standards are crucial for safeguarding patient health during construction activities.
    The "Above Ceiling Work Permit" document outlines the necessary requirements and processes for conducting work related to various systems above ceilings, such as electrical, plumbing, and medical gases. It requires the contractor to provide details including their name, address, project timeline, and type of work being performed. The document emphasizes the importance of inspections before and after work begins, focusing on concerns such as fire and smoke barrier penetrations, foreign materials near fire sprinkler pipes, gaps in ceiling tiles, and the painting of medical gas pipes. The permit requires the inspector's signature confirming the discussion of work locations and any concerns noted during the inspection. This permit ensures safety and compliance with relevant regulations, reinforcing the commitment to maintaining safety standards in construction and modifications in facilities, particularly in contexts that involve sensitive systems like healthcare environments. Overall, the document serves to facilitate organized and safe above-ceiling work while aligning with governmental and regulatory frameworks.
    The document outlines wage determinations under the Davis-Bacon Act for building construction projects in Maricopa County, Arizona, effective from September 6, 2024. It specifies minimum wage rates applicable to various construction trades, emphasizing compliance with Executive Orders 14026 and 13658, essential for contracts arising from federal projects. It distinguishes the minimum wage rate requirements for contracts initiated post-January 30, 2022, versus those awarded between January 1, 2015, and January 29, 2022. The file contains specific wage rates for skilled trades, such as bricklayers, carpenters, electricians, and plumbers, each accompanied by respective fringe benefits. It clarifies the appeals process for wage determination disputes, outlining steps for interested parties to seek reviews and reconsiderations with the U.S. Department of Labor. The primary purpose of the document is to ensure adherence to labor standards and compensation practices in federally funded construction projects while providing clarity on wage rates and workers' rights under applicable executive orders. This aligns with governmental efforts to promote fair labor practices and compliance in public contract management.
    This document outlines General Decision Number AZ20250039, applicable to building construction projects in Maricopa County, Arizona, effective from January 3, 2025. It specifies wage determinations under the Davis-Bacon Act, including minimum wage requirements dictated by Executive Orders 14026 and 13658, relevant to federal contracts initiated or extended since January 30, 2022, and those awarded between January 1, 2015, and January 29, 2022. The minimum wage rate for contractors varies by classification, with skilled trades such as electricians and pipefitters earning between $32.74 and $48.40 per hour, alongside fringe benefits. The document also mentions the annual adjustment of wage rates according to the Executive Orders and outlines the appeals process for wage determination disputes, emphasizing the roles of the Department of Labor's Wage and Hour Division. Furthermore, it includes stipulations regarding the provision of paid sick leave and the standards for unlisted classifications needed post-award. This file is crucial for compliance with labor standards in federally funded construction projects, prioritizing equitable wages for workers.
    The Self-Performed Calculation Sheet is a document associated with a federal government solicitation (75H701-25-R-00001) that outlines the requirements for assessing a prime contractor’s self-performance in accordance with the limitations on subcontracting as per FAR 52.219-14 and FAR 52.219-17. Contractors are instructed to determine their work that is self-performed, ensuring that not more than 85% (or 75% for special trade contractors) of government payments are directed to non-similarly situated entities. The sheet requires contractors to fill out a calculation worksheet detailing their total proposed price, costs, and the proportion of work performed by similarly situated entities. Additionally, definitions and examples clarify the terms "similarly situated" and "concern status," which categorize small businesses according to their eligibility for government contracts. The document aims to promote compliance with small business set-aside requirements and ensure transparency in contractor performance, which is crucial for federal procurement processes.
    The Arizona Department of Revenue issued an exemption letter to the Department of Health & Human Services, specifically the Phoenix Area Indian Health Service, allowing them to be exempt from the Arizona Transaction Privilege Tax and Use Tax for the year 2024. This exemption applies to specific business classifications such as utilities, publications, job printing, and restaurants, among others, as indicated in the document. Exempt activities must fall under designated codes, and the organization is required to present this exemption letter and a completed Exemption Certificate to vendors for validation. The letter stipulates that the exemption is valid only for the identified period and may be rescinded if information is found incorrect or if the organization no longer qualifies. Additionally, the organization must reapply annually to maintain exempt status, ensuring compliance with Arizona's tax regulations. Appendix A lists the various locations qualifying for this exemption. This document highlights the government's support for healthcare services within the Indian Health Service framework, facilitating financial relief for qualifying hospital activities.
    The Arizona Department of Revenue issued an Exemption Letter to the Department of Health & Human Services, Phoenix Area Indian Health Service, granting tax exemptions as a Qualifying Hospital effective January 1, 2025. This exemption encompasses the Arizona Transaction Privilege Tax and the Use Tax for specific business classifications as outlined in statutory references, including utilities, job printing, restaurants, and retail activities. Additionally, the organization is exempt from the Cities Privilege Tax for similar categories. The Exemption Letter is valid based on the information provided, and it may be rescinded if inaccuracies are found or if the organization no longer qualifies. Recipients must present the letter and an Arizona Department of Revenue Transaction Privilege Tax Exemption Certificate to vendors to validate their exempt status. Detailed procedures for obtaining this exemption are available on the Department’s website. The letter's Appendix A lists the locations eligible for the exemption across multiple health service sites in Arizona.
    The Arizona Form 5000HC is a Transaction Privilege Tax Healthcare Exemption Certificate established by the Department of Revenue to document tax-exempt transactions for specific healthcare-related organizations. These include Qualifying Hospitals, Qualifying Health Care Organizations (QHCOs), and Qualifying Rehabilitation Programs for the Mentally or Physically Disabled, among others. The certificate must be fully completed by the purchaser to be valid and submitted to the vendor, which is required to retain it along with the organization’s annual Exemption Letter. The form is structured to categorize the purchaser's designation and includes sections for the name and address of the purchaser, facility details, and reasons for exemption. Additionally, it specifies limitations on how purchased items should be used, emphasizing the necessary relation to health and medical services. Vendors are advised to verify the authenticity and completeness of the certificate, as they maintain the burden of proof for tax exemption claims. Misuse can result in financial liability or criminal penalties under Arizona law. This document underscores the federal and state framework for tax exemptions within the healthcare sector, serving both compliance and regulatory purposes.
    The document outlines the Company Specialized Experience – Construction Form, part of the federal government solicitation 75H701-25-R-00001. Its primary purpose is to collect detailed information from contractors about relevant construction projects completed in the last six years. The form requires the submission of specific data for each project, including the type and name of the project, location, owner's information, general scope, facility type, size, and the contractor’s role and performance details. Additionally, contractors must disclose the contract's dollar value, any subcontracting details, the construction timeline, performance evaluations, termination issues, and references for verification. This document is essential for assessing a contractor’s expertise and qualifications in compliance with governmental RFP requirements, ensuring they meet the necessary standards for project bids in the construction sector. It emphasizes the importance of past experience as a determinant of future project success.
    The Past Performance Questionnaire (PPQ) Form PPQ outlines the protocol for contractors to showcase their previous work performance in response to Solicitation 75H701-25-R-00001. It requires contractors to provide essential company details, contract specifics, project descriptions, and performance ratings, which clients are tasked with completing to assess contractor performance. The form emphasizes the importance of client feedback, as they can directly evaluate various aspects such as quality, timeliness, customer satisfaction, management, cost management, and safety. Performance is rated on a scale from Exceptional to Unsatisfactory based on specific criteria. This questionnaire aids the government in evaluating contractor reliability and suitability for future federal projects, reinforcing a systematic approach to past performance assessment that aligns with federal RFP requirements.
    The document outlines the certification process under the Buy Indian Act for enterprises wishing to respond to solicitations by the Indian Health Service (IHS). It requires Offerors to self-certify their status as “Indian Economic Enterprises,” which must be maintained at the time of the offer, contract award, and throughout contract performance. Any change in eligibility status must be communicated to the Contracting Officer. Additionally, Offerors must be registered in the System of Award Management (SAM). Violations involving false information can result in legal penalties. The document includes a representation section, where Offerors declare their eligibility status and provide pertinent details, such as the name of the 51% Indian owner, signature, business name, and DUNS number. It emphasizes the importance of compliance with eligibility criteria for the successful awarding of contracts designated for Indian enterprises.
    The Declaration for Federal Employment (Form OF-306) is a mandated form utilized to evaluate an individual's suitability for federal employment, including federal contract positions, and to assess their enrollment status in the Government's Life Insurance program. Applicants must provide truthful and complete responses, as false statements can lead to disqualification or legal penalties. The form requires personal information such as full name, Social Security Number, citizenship status, and details regarding military service, criminal history, and employment history. It also addresses financial responsibilities, such as delinquencies on federal debt. Candidates applying for positions must report any relatives working for the agency and any prior retirement claims based on federal service. The form also emphasizes the importance of providing accurate information for security clearance and eligibility evaluations. The document's Privacy Act Statement outlines how personal information may be utilized and shared within government agencies for employment and security assessments. Overall, this declaration serves as a crucial tool to ensure transparency and integrity during the federal hiring process.
    This government document pertains to the employment application process for positions related to child care within the Indian Health Service, following the guidelines of the Crime Control Act of 1990 and the Indian Child Protection and Family Violence Prevention Act. It mandates that applicants seeking these roles must answer questions regarding any past arrests or charges related to children, as well as any criminal convictions involving violence or offenses against children. A criminal history background check is required for such applicants to ensure suitability for child care positions. The document outlines the necessity of conducting a thorough character investigation, specifying the need for a satisfactory background check. Additionally, it informs applicants of their rights regarding the criminal history report, including the right to dispute inaccuracies. This file is integral in safeguarding children under the care of federal services by enforcing strict hiring standards and compliance with federal law, enabling the Indian Health Service to provide safe care environments.
    Similar Opportunities
    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.
    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.
    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.
    Pine Ridge Multi Phase Door Replacement
    Health And Human Services, Department Of
    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.
    Asbestos Removal GIMC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for asbestos removal services at the Gallup Indian Medical Center (GIMC) in Gallup, New Mexico. The project, titled "General Surgery, OR-5 (2S85) and OR Sterilizer (4S71) Asbestos Removal," involves the safe removal of asbestos-containing floor tiles and mastic from designated operating and sterilizer rooms, with a performance period of 30 days from the Notice to Proceed. This procurement is crucial for ensuring a safe healthcare environment, adhering to all applicable federal, state, and local regulations regarding asbestos removal. Interested small businesses must submit questions by December 23, 2025, at 12:00 p.m. MDT, and can contact Melissa Lake at melissa.lake@ihs.gov or 505-930-1975 for further information.
    Sources Sought - FYSU Building Automation System (BAS) Corrective and Preventive Maintenance Services – Automated Logic WebCTRL
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS) at the Fort Yuma Health Center (FYHC), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide corrective and preventive maintenance services for its building automation system (BAS) utilizing the Automated Logic WebCTRL® platform. The procurement aims to ensure the reliable operation of critical facility systems, including HVAC, cooling towers, and emergency generators, through comprehensive maintenance services that encompass troubleshooting, repairs, and adjustments. This initiative is part of IHS's commitment to the Buy Indian Act, emphasizing the importance of supporting Indian Economic Enterprises while maintaining essential services for the health center. Interested vendors must submit their capability statements and proof of eligibility by December 24, 2025, and can contact Minkyu Kim at minkyu.kim@ihs.gov for further information.
    Healthcare Facility Planning, Evaluation, Research
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking sources for Healthcare Facility Planning, Evaluation, Research, and Advisory Services to support the Department of Health and Human Services (HHS), specifically the Indian Health Service (IHS) Office of Environmental Health and Engineering (OEHE). The procurement aims to enhance healthcare delivery for American Indians and Alaskan Natives by modernizing IHS facilities and planning processes, which includes developing planning documents, updating Health Services and Facility Master Plans, and providing advisory reviews. This opportunity is anticipated to result in a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract valued at approximately $30 million, with a five-year ordering period starting in Fiscal Year 2026. Interested firms must complete the attached Excel document and submit it to Robert Brewer at robertbrewer@ibc.doi.gov by the specified deadline.
    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.
    KHC Air Handler Filters
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for the procurement of Air Handler Air Filters for the Kayenta Health Center in Arizona. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to fulfill the specific air purification needs of the health center, which is crucial for maintaining a safe and healthy environment for patients and staff. Interested vendors must submit their quotes by December 24, 2025, at 10:00 AM (ET), and can reach out to Daisha Richards at Daisha.Richards@ihs.gov or by phone at 928-697-5076 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.