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.