Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
ID: 75H701-24-R-00028Type: Solicitation
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

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
    Description

    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the renovation of the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota, to achieve compliance with USP regulations. The project encompasses a range of construction activities, including demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, all while ensuring minimal disruption to hospital operations. This initiative is crucial for enhancing healthcare infrastructure in underserved communities, reflecting the government's commitment to improving health services. Proposals are due by September 30, 2024, at 2:00 PM CT, and interested contractors should direct inquiries to Shaukat Syed at shaukat.syed@ihs.gov or call 214-767-3934.

    Files
    Title
    Posted
    The Woodrow Wilson Keeble Memorial Health Care Center project focuses on achieving USP compliance through a significant remodel of its facilities in Sisseton, South Dakota. The project, overseen by DSGW Architects, includes demolition, mechanical updates, carpentry, and other construction activities essential for developing compliant health care environments. Key components involve rigorous adherence to infection control protocols, with construction classified by potential patient risk levels—ranging from minor inspections to major demolition. The document outlines strict coordination between contractors, engineers, and government entities during the execution of work, emphasizing efficient scheduling, safety protocols, and compliance with relevant regulations. Additionally, a variety of required submissions and approvals for payment processes are detailed to ensure transparency and proper management throughout the project's duration. The overall objective highlights the government's commitment to enhancing health care infrastructure while maintaining operational continuity and safety for patients and staff.
    The project file outlines the construction plans for the Woodrow Wilson Keeble Memorial Health Center located in Sisseton, SD, under the initiative of the Indian Health Service (IHS). Key sections detail the roles of various stakeholders, including architects (DSGW Architects) and engineers (IHS and Northland Consulting Engineers). The document includes architectural notes, life safety plans, schedules, and material specifications necessary for compliance with governmental regulations. The project involves remodeling, which includes extensive demolition work, and the installation of advanced mechanical and electrical systems. Life safety plans ensure compliance with building codes, while architectural details address structural integrity and design functionality. Specific construction materials are cataloged, such as concrete, insulation, and door types, reflecting adherence to standards. The importance of this document lies in its detailed breakdown of tasks required for the project, ensuring clarity among contractors, enabling safe execution of construction activities in alignment with federal guidelines. Overall, the file aids in the systematic renovation of the healthcare facility, demonstrating the commitment of the federal government to improve health infrastructure for underserved communities.
    The government document outlines a collection of Requests for Proposals (RFPs) and grant opportunities relevant to federal, state, and local sectors. The primary focus is to identify and provide critical project information that targets improvements across various agencies and municipalities. Key themes in the document include funding availability for local initiatives, compliance with federal regulations, and encouragement of collaborative partnerships between public and private sectors. Supporting details mention specific projects eligible for grants, criteria for proposal submissions, and deadlines. There are guidelines for prospective applicants to ensure they align with government objectives and requirements. The document emphasizes the importance of efficiency, transparency, and community engagement in fulfilling these RFPs, highlighting objective measures for success. The summary reflects a coordinated effort to promote economic development through strategic investments in local infrastructure and services. By funding these initiatives, the government aims to foster growth and sustainability, aligning with broader public service goals and enhancing the quality of life for residents.
    The document appears to be a fragmented text, likely related to various federal and state grant requests and proposals (RFPs). It contains sections that reference funding mechanisms, expected outcomes, and procedural requirements for grant submissions. While the text is disorganized, the central theme revolves around government funding opportunities, emphasizing quality, compliance, and adherence to specific guidelines. Key points include the necessity for detailed project descriptions, demonstrating the capacity to fulfill requirements, and the importance of community engagement. The document suggests that applicants must align their proposals with governmental priorities, potentially addressing social needs or infrastructural improvements. The tone reflects an administrative focus, likely targeting government agencies or organizations applying for grants. The segmented nature of the text may hinder readability but underscores the complexity of navigating government funding processes. This summary aligns with the context of RFPs and grants, aiming to distill information relevant to stakeholders involved in public funding initiatives.
    The HHS Subcontracting Plan Template outlines the requirements for contractors anticipating contracts exceeding $750,000 (or $1,500,000 for construction) to submit Individual Subcontracting Plans. This plan is designed to enhance small business participation in federal contracts, particularly focusing on various categories such as Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and HUBZone firms, with specific fiscal year goals established for each. The template includes sections for project information, subcontracting goal data, and methodologies for setting goals. It emphasizes the importance of outreach and equitable opportunities for small businesses to compete for subcontracts, and outlines record-keeping obligations and good faith efforts required by contractors. The plan must also assure timely payment to subcontractors and cooperation with compliance reviews. In summary, this document serves as a comprehensive guide for contractors to develop and execute a subcontracting plan that supports the federal commitment to small business engagement, necessary for compliance with federal acquisition regulations while promoting economic inclusivity.
    The document is a Company Specialized Experience – Construction Form for a federal solicitation (75H701-24-R-00028). Its primary purpose is to gather detailed information about past construction projects undertaken by a company within the last seven years to assess their qualifications for a government contract. The form requires the submission of one form per project, outlining key project details such as type, name, location, owner, general scope, facility type, size, role in the project, contract value, subcontracting details, timeline, performance evaluations, any contractual issues, and a reference contact. The structure comprises multiple fillable fields designed to capture specific project information succinctly. The data collected will help evaluate the contractor's experience and performance history, crucial for trustworthiness and capability in executing government construction contracts. The form requires comprehensive documentation but emphasizes clarity and succinctness to streamline the evaluation process. Overall, this form represents an important part of the government’s vetting process for assessing contractor capabilities in meeting standards for public construction projects.
    The document is a Past Performance Questionnaire (PPQ) form designed to evaluate contractors' past performance for a federal solicitation, specifically for solicitation number 75H701-24-R-00028. It includes sections for contractors to provide relevant contract information, describe the work performed, and detail their experience. Clients are instructed to complete additional sections to assess contractor performance across several categories, including quality, schedule adherence, customer satisfaction, management capabilities, cost management, safety, and overall general performance. The form specifies a scale of adjective ratings to assess performance ranging from “Exceptional” to “Unsatisfactory.” It emphasizes the importance of detailed evaluations, encouraging clients to provide written feedback on specific strengths and weaknesses. The results will be used to evaluate the contractor’s performance risk in future projects, ensuring accountability in the federal contracting process. Overall, the PPQ is a structured approach to capturing and assessing contractor performance to inform government procurement decisions within the context of federal and state RFPs. It facilitates a comprehensive review process, ensuring that only capable and reliable contractors are selected for government projects.
    The "Key Personnel Resume Form" is part of Solicitation 75H701-24-R-00028 and aims to gather detailed qualifications for critical personnel involved in a project. The form requires information for three key roles: Prime Contractor’s Project Manager, Project Site Superintendent, and Safety Officer. Each submission must include personal details of the individual, the specific project assignment, and the name of their firm, along with their tenure with the firm and other companies. Additionally, educational background, professional registrations, and a description of relevant experience and qualifications connected to the project are mandatory. Each listed experience is expected to specify the individual's role, project description, financial value, square footage, and relevant dates to assess their appropriateness for the project. The form emphasizes that it is part of the official source selection process, underlining its significance in determining qualified personnel for successful project execution.
    The Key Personnel Resume Form outlined in solicitation 75H701-24-R-00028 is a critical component for prospective contractors to showcase qualifications of essential project personnel. The form requires detailed information about three key roles: Prime Contractor's Project Manager, Project Site Superintendent, and Safety Officer. Contractors must submit separate sheets containing personal details, project assignment, firm information, years of experience, educational background, active registrations, and specific qualifications relevant to the project. This structured approach ensures that the government can assess the competency and expertise of the personnel involved, which is vital for the successful execution of the project. The document underlines the importance of demonstrating relevant experience and compliance with registration standards in the context of federal and state/local RFPs.
    The Indian Health Service's solicitation number 75H701-24-R-00028 invites proposals for the renovation of the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota, focusing on USP Compliance. The project includes demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, necessitating full compliance with construction standards and local regulations. Bids are due by July 26, 2024, following a mandatory site visit. Contractors must account for taxes and bonding, while wages will adhere to federal construction wage determinations. The contract stipulates a 365-day performance period and mandates the contractor to manage site safety, obtain necessary permits, and comply with the Tribal Employment Rights Ordinance. All work must not disrupt normal hospital operations, and proper documentation will be required for payment processing. Emphasis is placed on maintaining a detailed construction schedule, conducting regular inspections and meetings, and ensuring the security and proper conduct of all personnel on-site. This initiative demonstrates the government's commitment to enhancing healthcare infrastructure while adhering to regulatory and safety standards.
    The document is an amendment (A00002) to Solicitation 75H701-24-R-00028 regarding the Woodrow Wilson Keeble Memorial Health Center's compliance with USP regulations, under the management of the Indian Health Service (IHS) Division of Engineering. The amendment addresses a pre-proposal inquiry about the specialized experience requirement found in the solicitation, originally set at seven years. In response, the requirement has been revised to five years, effectively broadening eligibility for bidders. This modification aims to facilitate participation in the proposal process while ensuring that the project remains compliant with federal specifications. The document attributes ownership to Shaukat Syed and includes contact information for further inquiries, reflecting the structured nature of government procurement processes that allow for adjustments based on feedback.
    This document is an amendment to a solicitation issued by the Indian Health Service (IHS), specifically regarding a site visit for a construction project. It informs offerors that the previously scheduled site visit on July 09, 2024, has been rescheduled to July 16, 2024, at 9:00 AM CT, taking place at the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, SD. Offerors are encouraged to attend to familiarize themselves with the project site, as inspecting the location is critical for accurately estimating project costs and understanding local conditions. The contractor is not required to return signed copies of this amendment. It also mandates that all offerors acknowledge receipt of the amendment in their submissions, ensuring adherence to the updated terms. This document emphasizes the importance of proper communication and acknowledgment in government procurement processes, promoting transparency and compliance among potential contractors. All other terms and conditions of the original solicitation remain unchanged.
    The document outlines an amendment to a solicitation issued by the Indian Health Service (IHS) regarding requests for proposals (RFPs) for a construction project, specifically related to the renovation of a Pharmacy. Key changes include an extension of the proposal due date to August 16, 2024, and revised sections on inquiries and general instructions for proposal submissions. Offerors are required to submit their questions in writing to the designated contracting officer and must provide evidence of specialized experience through a technical proposal detailing relevant projects completed in the last five years. The evaluation criteria focus on two primary factors: Specialized Experience, where firms must showcase at least three relevant projects, including infection control experience during pharmacy renovations, and Past Performance assessed through the Contractor Performance Assessment Reporting System (CPARS). The pricing proposal must include detailed cost breakdowns and required certifications. Overall, this amendment emphasizes compliance, proper acknowledgment of changes, and specific documentation requirements to ensure a structured evaluation process for potential contractors.”
    This amendment to solicitation 75H701-24-R-00028 from the Indian Health Service outlines revised requirements for proposals concerning the Woodrow Wilson Keeble Memorial Health Care Center. It emphasizes the necessity for offers to include acknowledgment of the amendment and details the submission process, including electronic formats and size limitations. Proposals are to be organized into two volumes: a Technical Proposal and a Price Proposal. The Technical Proposal must address specialized experience, past performance, and key personnel, requiring at least three relevant projects, including experience in renovation adhering to infection control. Past performance will be evaluated using existing performance assessments such as CPARS or a Past Performance Questionnaire. Key personnel, including a Project Manager, Superintendent, and Safety Officer, must exhibit five years of relevant experience and appropriate certifications. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) method, where price plays a crucial role among technically acceptable proposals. A pre-proposal site visit was scheduled to facilitate bidder inquiries, with strict guidelines on submission requirements. This document serves to enhance clarity and compliance within the bidding process for potential contractors.
    This document is an amendment to a solicitation by the Indian Health Service (IHS) regarding a federal contract. It outlines specific changes to the solicitation, including the issuance of a revised Wage Determination and the replacement of a form related to key personnel resumes. Additionally, the due date for proposal submissions has been extended from August 16, 2024, to August 30, 2024, at 2:00 PM CT. Offerors are required to acknowledge receipt of this amendment either within their proposal cover letter or by returning a signed copy of the relevant form. All other terms and conditions of the solicitation remain unchanged. The document emphasizes the necessity for communication of questions regarding the solicitation, which must be directed to the contracting officer 14 days prior to the new proposal due date. Overall, this amendment aims to ensure clarity and compliance for potential contractors in the bidding process, reflecting standard practices within government RFPs.
    The document serves as an amendment to a solicitation related to a contract from the Indian Health Service (IHS), detailing essential information for potential contractors. The main purpose is to inform that the proposal submission deadline has been extended from August 30, 2024, to September 30, 2024, at 2:00 PM CT. Offerors must acknowledge receipt of this amendment through specific methods, ensuring their offers are accepted before the new deadline. Furthermore, any modifications to previously submitted offers must reference this amendment and adhere to submission protocols. The document also states that inquiries should be directed to the Contracting Officer, with questions due 14 days before the new proposal date. Other terms and conditions of the original solicitation remain unchanged. Overall, the amendment reinforces communication protocols and necessary acknowledgments for the procurement process, maintaining transparency and compliance in government contracting.
    Similar Opportunities
    Cheyenne River Quarters French Door Replacement
    Active
    Health And Human Services, Department Of
    The Indian Health Service, under the Department of Health and Human Services, is soliciting proposals for the Cheyenne River Quarters French Door Replacement project located in Eagle Butte, South Dakota. The project involves the replacement of 113 French doors and associated hardware in residential quarters, addressing issues such as drafts and damage from inadequate sealing, with a total construction cost estimated between $500,000 and $1,000,000. This procurement is a total small business set-aside, emphasizing the government's commitment to supporting small businesses while ensuring compliance with federal standards for construction projects. Interested contractors must submit their proposals electronically by 2 PM Pacific Time on September 12, 2024, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Physical Therapist Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for Physical Therapist Services at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. This opportunity involves a Firm Fixed-Price, Non-Personal Healthcare Service contract structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with a performance period of one year and four optional years, aimed at enhancing healthcare delivery to Native American communities. Interested small businesses under NAICS Code 621340 must comply with various regulatory requirements, including background checks and credential verification, and are encouraged to submit their proposals via email by the specified deadline. For further inquiries, interested parties can contact Wenda Wright at wenda.wright@ihs.gov or call 605-226-7724.
    Pine Ridge Radiology Upgrades
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is soliciting proposals for the Pine Ridge Radiology Upgrades project located in Pine Ridge, South Dakota, under solicitation number 75H70124R00054. The project entails comprehensive renovations to the radiology department, including the removal and replacement of casework, countertops, flooring, ceiling tiles, and lighting, along with necessary electrical and plumbing upgrades. This initiative is crucial for modernizing healthcare facilities in Native American communities, ensuring compliance with current healthcare standards and technologies. The contract is a 100% Small Business Set Aside, with an estimated value between $250,000 and $500,000, and proposals are due electronically by the specified deadline. Interested contractors should direct inquiries to Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Whiteriver HVAC Upgrades & USP 797-800 Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Whiteriver HVAC Upgrades and USP 797-800 Compliance project at the Whiteriver Indian Hospital in Arizona. The project aims to renovate existing heating, ventilation, and air conditioning systems to meet compliance standards for operating rooms, dental clinics, and inpatient pharmacies, with a focus on enhancing healthcare facility infrastructure. This construction opportunity, estimated to cost between $1 million and $5 million, is open for unrestricted competition under NAICS code 238220, with proposals due by September 16, 2024. Interested contractors should contact Kelly Britton at kelly.britton@ihs.gov for further details and must ensure compliance with all submission requirements outlined in the solicitation documents.
    Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase Order to provide a repair/replacement to the Emergency Room doors at the Rosebud Service Unit (RSU), Rosebud IHS Hospital, Rosebud, South Dakota.
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting quotes for a Firm Fixed-Price contract to repair or replace the emergency room doors at the Rosebud IHS Hospital in South Dakota. The project requires the demolition and installation of two new doors and related hardware, ensuring compliance with health and safety codes, and must be completed within a performance period of 120 calendar days. This opportunity is exclusively available to Indian and small business firms, emphasizing the importance of supporting indigenous businesses while enhancing the operational standards of the health facility. Interested contractors must submit their quotes by September 17, 2024, at 12:00 PM CDT, and can direct inquiries to David Jones at david.jones@ihs.gov or by phone at 605-226-7328.
    Medical and Dental Coding, Auditing, and Data Entry Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a Firm Fixed-Price, Non-Personal Service Contract to provide Medical and Dental Coding, Auditing, and Data Entry Services at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with an initial performance period of one year and four optional renewal years, emphasizing the importance of accurate coding and auditing in delivering high-quality healthcare services. Interested vendors must submit comprehensive proposals that include pricing, technical specifications, and compliance with security requirements, with the selection process based on a Lowest Price Technically Acceptable (LPTA) methodology. For further inquiries, potential offerors can contact Wenda Wright at wenda.wright@ihs.gov or by phone at 605-226-7724.
    100% IEE SB/Set-Aside; Firm-Fixed Commerical Item Purchase for IT Equipment Brand Name Only for the IHS Woodrow W. Keeble Memorial Health Care Center located in Sisseton SD 57262
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS), under the Department of Health and Human Services, is seeking proposals for a firm-fixed-price contract to procure IT equipment specifically for the Woodrow W. Keeble Memorial Health Care Center in Sisseton, South Dakota. The procurement includes brand name items such as 50 Dell OptiPlex All-in-One desktops, 10 Dell Precision Tower desktops, 70 Dell UltraSharp monitors, 60 wired headsets, and 60 APC UPS battery backups, aimed at modernizing the IT infrastructure within the IHS while supporting Indian Economic Enterprises as mandated by the Buy Indian Act. Interested vendors must submit their quotes by September 13, 2024, at 10:00 AM CDT, and can direct inquiries to Ursula Maslonka at ursula.maslonka@ihs.gov or by phone at 605-226-7274. The contract will be awarded based on the lowest price technically acceptable criteria, with a performance period of 45 days from the date of award.
    Pueblo Pintado Health Center Construction
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking public input regarding the potential use of Project Labor Agreements (PLAs) for the construction of the Pueblo Pintado Health Center in Crownpoint, New Mexico. This project involves the construction of a modern 125,884 square foot facility aimed at providing advanced healthcare services to approximately 6,000 American Indian and Alaskan Native individuals across multiple communities, enhancing access to medical care and collaboration with tribal health programs. The anticipated project magnitude exceeds $10 million, with a pre-solicitation notice expected in November 2024 and a contract award projected for the second quarter of 2025. Interested parties are encouraged to submit their responses to the PLA survey to Matt Sanders at matt.sanders@ihs.gov by the specified deadline.
    Locate eligible & qualified SB Indian Economic Enterprises (IEE) able to provide Custodial or Janitorial (Housekeepers) Services within the IHS Great Plains Area for PHS/IHS Rosebud Hospital located in Rosebud, SD 57570
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified Indian Economic Enterprises (IEE) to provide custodial or janitorial services for the PHS/IHS Rosebud Hospital located in Rosebud, South Dakota. The objective is to identify eligible firms capable of delivering comprehensive cleaning and sanitation services, particularly during staffing shortages, to ensure a safe environment for patients and staff at the 35-bed facility. This procurement is critical for maintaining high hygiene standards and operational continuity within the hospital, which serves approximately 130,000 Native Americans across the Great Plains Area. Interested parties must respond to the sources sought notice by submitting their qualifications and capabilities to Ursula Maslonka at ursula.maslonka@ihs.gov by the specified deadline, ensuring they are properly registered in SAM.gov as an IEE firm.
    Solicitation for a firm, fixed-price, commercial item medical equipment, MARCO TONOREFII AUTO REFRACTOR/KERATOMETER W/TONOMETRY for the Woodrow Wilson Keeble Memorial Health Care Center, 100 Lake Traverse Drive, Sisseton, South Dakota 57262.
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for a firm, fixed-price purchase of a MARCO TONOREF II Autorefractor/Keratometer with Tonometry for the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota. This procurement aims to enhance medical services by providing essential optical equipment, which is critical for eye examinations and assessments within the healthcare facility. The contract is a 100% set-aside for Indian Small Business Economic Enterprises, emphasizing the commitment to support Indian-owned businesses, with a delivery requirement of no later than 60 days after receipt of order. Interested vendors must submit their quotations electronically by September 3, 2024, at 12 PM CT, and can contact William Kohl at william.kohl@ihs.gov or Craig Wells at craig.wells@ihs.gov for further information.