Mid-Atlantic Tribal Health Center Building and Roadside Signage
ID: 75H71526R00001Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENASHVILLE AREA INDIAN HEALTH SVCNASHVILLE, TN, 37214, USA

NAICS

Sign Manufacturing (339950)

PSC

SIGNS, ADVERTISING DISPLAYS, AND IDENTIFICATION PLATES (9905)

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 (IHS), is soliciting proposals for the design, fabrication, and installation of exterior building and roadside signage for the Mid-Atlantic Tribal Health Center located in Charles City, Virginia. This opportunity is a total small business set-aside under the Indian Small Business Economic Enterprise (ISBEE) program, emphasizing the importance of clear identification for the new clinic that serves the Native American population with medical and dental care. Interested contractors must adhere to specific design requirements, comply with federal regulations, and complete the project within 150 days of contract award, with a firm-fixed-price contract structure. For further inquiries, interested parties can contact Paul Carr at paul.carr@ihs.gov or Henry Daniels at henry.daniels@ihs.gov, and site visits can be arranged by contacting Remedios Holmes at Remedios.Holmes@ihs.gov or 804-622-0011.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Request for Proposal (RFP) from the Indian Health Service, Nashville Area Office, for building and roadside signage. It is designated as a total small business set-aside. The solicitation outlines specific contract clauses, including those related to whistleblower rights, prohibitions on certain confidentiality agreements, System for Award Management maintenance, and electronic submission of payment requests via the Department of Treasury's IPP. It also incorporates numerous FAR and HHSAR clauses covering labor standards, equal opportunity, environmental considerations, and Indian Preference. Key evaluation factors for award include technical capability, past performance, and price, with non-price factors being significantly more important. Offerors must complete specific blocks on the form, and the successful offer will result in a binding contract.
    General Decision Number: VA20250170 outlines prevailing wage rates for building construction projects in specific Virginia counties, including Amelia, Charles, Goochland, Hanover, King William, New Kent, Powhatan, and Prince George, as well as the independent city of Hopewell. This decision, updated on September 19, 2025, excludes single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75 per hour for contracts on or after January 30, 2022) and 13658 ($13.30 per hour for contracts between January 1, 2015, and January 29, 2022). The document also specifies wage rates and fringe benefits for various trades, such as asbestos workers, boilermakers, electricians, elevator mechanics, power equipment operators, ironworkers, plumbers, pipefitters, and numerous other construction-related classifications, noting that some workers may be entitled to higher minimum wages under the Executive Orders. Additionally, it references Executive Order 13706 for paid sick leave for federal contractors and provides an appeals process for wage determination matters.
    The Indian Health Service (IHS) requires offerors to self-certify as an "Indian Economic Enterprise" (IEE) under the Buy Indian Act (25 U.S.C. 47) for solicitations, sources sought, and RFIs. This certification must be maintained from the time of offer through contract award and the full performance period. Contractors must immediately notify the Contracting Officer if they no longer meet IEE eligibility. Documentation may be required, and awards are subject to protest regarding eligibility. False or misleading information is punishable under 18 U.S.C. 1001, and false claims during performance are subject to penalties under 31 U.S.C. 3729 to 3731 and 18 U.S.C. 287. Offerors must also be registered with the System for Award Management (SAM). The form requires the business name, DUNS number, and the name and signature of the 51% owner of the IEE firm, along with the name of the Federally Recognized Tribal Entity.
    This government file provides contact information for scheduling a site visit. Interested parties should contact Remedios Holmes at Remedios.Holmes@ihs.gov or by phone at 804-622-0011 to arrange a visit. This information is crucial for participants in federal government RFPs, federal grants, or state and local RFPs who may require a site visit as part of the application or evaluation process.
    The Indian Health Service (IHS) seeks a contractor to design, fabricate, and install a road sign and a building sign for the Mid-Atlantic Tribal Health Center (MATHC) in Charles City, VA. This Performance Work Statement (PWS) outlines the need for clear identification of the new 25,000 sq ft clinic, which provides direct medical and dental care to the Native American population. The project requires a firm-fixed-price contract with completion within 150 days of award. The contractor must adhere to specific design requirements, including using the approved DHHS/IHS logo and standard fonts. All work, including site visits for design and installation planning, must be coordinated with the Contracting Officer's Representative (COR). The contractor is responsible for all personnel, materials, equipment, and compliance with federal, state, and local regulations, including obtaining necessary permits. A 12-month warranty on all work and equipment is required, and invoices will be processed through the IPP system.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MATHC Elevator Maintenance
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for elevator maintenance and repair services for the newly constructed Mid-Atlantic Tribal Health Center (MATHC) in Charles City, Virginia. The contract will cover preventive maintenance and repairs for a Schindler 3100 MRL traction elevator, ensuring safe operation and compliance with ADA standards, with a base year from March 2026 to February 2027 and four optional one-year extensions. This procurement is crucial for maintaining the operational integrity of the health center, which aims to enhance the health of the Native American population in the area. Proposals are due by December 15, 2025, and interested contractors should contact Andrew Rhoades at Andrew.Rhoades@ihs.gov for further details.
    Dentist Services at Tohatchi Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide dentist services at the Tohatchi Health Center in New Mexico. This Sources Sought Notice is intended for market research purposes to assess the availability of qualified sources, particularly focusing on Small Business Indian Firms and Small Business concerns, in accordance with the Buy Indian Act. The information gathered will help determine the acquisition strategy for the upcoming solicitation, which may include set-asides for Indian-owned enterprises or small businesses. Interested parties are encouraged to contact Melissa Lake at melissa.lake@ihs.gov or call 505-930-1975 for further details, and must submit required documentation, including a Self-Representation Form, by the specified deadline.
    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 in South Dakota. This project aims to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. The procurement is 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 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.
    Landscape Services for IHS, Mashpee Wampanoag Health Service Unit
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting quotes for landscape services at the Mashpee Wampanoag Health Service Unit in Mashpee, Massachusetts. The procurement aims to maintain the landscaping and gutter services for three modular units, ensuring a professional appearance and preventing infestation, with services required from March 1, 2026, to October 31, 2026, and four optional one-year extensions. This opportunity is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses. Interested vendors must submit their quotes, including required documentation, to Courtney Davis at courtney.davis@ihs.gov by 3:00 p.m. Central Time on December 15, 2025, to be considered for the contract, which will be awarded based on the lowest price technically acceptable.
    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.
    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 (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    Albuquerque Area Indian Health Service Sustainable Products and Services
    Health And Human Services, Department Of
    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.
    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.
    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.
    Albuquerque Area Indian Health Service Commercial Printing Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Albuquerque Area Indian Health Service, is seeking qualified Native American-owned small businesses to provide commercial printing services under the Government Commercial Purchase Card (GCPC) program. This sources sought notice aims to gather information on potential suppliers capable of delivering commercial printing services, including same-day print jobs, and to assess their size classification and socioeconomic status. The information collected will assist the government in determining the appropriate acquisition method, including potential set-asides, with responses due by December 31, 2025, at 12:00 PM. Interested parties should contact Eric Wright at eric.wright@ihs.gov and ensure they are registered in the System for Award Management (SAM).