Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
ID: 75H70126R00013Type: Sources Sought
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)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    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 like the Supai Water Treatment project. This certification must be valid when the offer is made, at contract award, and throughout the contract's term. Contractors must immediately notify the Contracting Officer if they no longer meet eligibility. Individual Contracting Officers may request documentation, and awards are subject to protest regarding eligibility. Additionally, successful offerors must be registered with the System for Award Management (SAM). Providing false information is a violation of law, punishable under 18 U.S.C. 1001, with false claims during performance subject to penalties under 31 U.S.C. 3729 to 3731 and 18 U.S.C. 287. Offerors must explicitly state if they do or do not meet the IEE definition with Indian Ownership.
    Lifecycle
    Similar Opportunities
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.
    Remove_Replace_Fountains_SantaFeIndianHealthCenter
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to remove and replace existing drinking fountains at the Santa Fe Indian Health Center in New Mexico. The project involves installing new Elkay ezH2O Enhanced refrigerated, filtered, stainless steel bottle-filling stations, including one bi-level ADA model and twelve single ADA models, along with providing three years' worth of OEM replacement filters for maintenance. This initiative is crucial for ensuring access to clean drinking water in a healthcare setting and aligns with the Buy Indian Act, emphasizing the procurement from eligible Small Business Indian Firms. Interested parties must respond to the sources sought notice by submitting the required documentation, including certification as a Small Business Indian Firm, by the specified deadline, with inquiries directed to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    IHS Nationwide Multiple Award Task Order Contract
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the IHS Nationwide Multiple Award Task Order Contract (MATOC) aimed at providing design-build and design-bid-build services for the construction, renovation, alteration, and repair of medical facilities across various IHS geographic regions. This Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract will primarily focus on facilities in areas such as Albuquerque, Billings, California, Great Plains, Nashville, Navajo, Oklahoma City, Phoenix, and Portland, with a maximum contract capacity of $10 million per awardee and a guaranteed minimum order of $1,000. The selected contractors will be responsible for a range of services, including the modernization of the Kyle Health Center in South Dakota, which has a seed project budget between $1 million and $5 million, and must comply with various federal regulations, including the Buy Indian Act. Interested parties must submit their proposals by December 5, 2025, and can direct inquiries to Matt D Sanders at matt.sanders@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Sources Sought: UFMS and HYPERION Operations and Maintenance (O&M) Support
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking information from qualified entities for a Sources Sought Notice regarding Operations and Maintenance (O&M) support for UFMS and HYPERION systems. The procurement aims to gather capabilities for providing technical, functional, and business operations support for the IHS Office of Finance and Accounting and its Area Offices, focusing on systems such as Oracle Federal Financials and Oracle Hyperion. This initiative is crucial for ensuring effective financial management and reporting within the IHS, and responses are particularly encouraged from Indian Small Business Economic Enterprises (ISBEE) and other small business concerns under NAICS code 541511. Interested parties should submit their capabilities, including a cover page, executive summary, technical capabilities, and past performance, not exceeding 10 pages, to the primary contact, Hillary Marshall, at Hillary.Marshall@ihs.gov, or the secondary contact, Natasha Bitsoi, at Natasha.Bitsoi@ihs.gov.
    BFSU Utility - Water and Sewer Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for water and sewer services to Two Medicine Water for the Blackfeet Service Unit in Browning, Montana. The contract, valued at $49,980.00, will cover essential utility services at the Heart Butte Clinic and Government Quarters, ensuring operational functionality in these tribal regions. This procurement reflects the federal government's commitment to maintaining infrastructure support in underserved areas, with the performance period set from January 1, 2025, to December 31, 2025. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within seven days of this notice.
    NOTICE OF INTENT: Utility Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, intends to negotiate a non-competitive firm-fixed-price contract for utility services with the Navajo Tribal Utility Authority in Shonto, Arizona. This procurement involves essential services for electric, water, and wastewater utilities required by the Inscription House Health Center, with the contract set to commence on January 1, 2026. The sole source award is justified as the Navajo Tribal Utility Authority is the only regional provider capable of meeting the unique service requirements within a 100-mile radius. Interested parties other than the Navajo Tribal Utility Authority may submit a capability statement to Flora Washington at flora.washington@ihs.gov by 12:00 PM MST on December 5, 2025, although the government is not obligated to respond to submissions.
    Zuni Roof Replacement and Fall Protection Construction
    Buyer not available
    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. This project aims to replace the existing roofing systems and install a fall protection system, with a construction magnitude estimated between $1,000,000 and $5,000,000, and a performance period of 180 calendar days. The procurement is a total small business set-aside, emphasizing the importance of adhering to safety protocols and minimizing disruption to facility operations during construction. Interested contractors must submit their proposals by December 16, 2025, and can reach out to primary contact Daniel Cotto at daniel.cotto@ihs.gov or 240-461-7841 for further information.
    FY26 GSU THC FLOORING SUPPLY & SERVICE
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is seeking qualified small businesses to provide flooring supplies and installation services at the Tohatchi Health Center in New Mexico. The project involves the removal of existing floor tiles and cove base, application of filler and self-leveling products, and installation of new vinyl flooring and cove base over approximately 1,434 square feet in designated rooms of Building 2004. This procurement is critical for maintaining a safe and functional healthcare environment, with a performance period set from January 1, 2026, to January 31, 2026. Interested offerors must submit their proposals by December 10, 2025, at 10:00 AM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.
    R--Food Delivery and Courier Services, HES
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for Food Delivery and Courier Services for Havasupai Elementary School (HES) located in Supai, Arizona. The contract entails providing weekly, temperature-controlled food deliveries and secure package courier services, which are critical for addressing logistical challenges in this remote area. The selected contractor will manage end-to-end logistics, ensuring food safety and compliance with federal regulations, with a contract period starting December 15, 2025, and extending through December 14, 2026, with options for four additional years. Interested small businesses must acknowledge the amendment to the solicitation and submit their proposals by December 10, 2025, at 10:00 AM (MS), and can contact Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702 for further information.
    SOURCES SOUGHT NOTICE: Proficiency Testing Program
    Buyer not available
    The Indian Health Service (IHS) is conducting market research to identify potential sources for proficiency test survey kits and proficiency testing services required for the continuing accreditation of Clinical Laboratory services at the Kayenta Health Center in Kayenta, Arizona. This opportunity is aimed at ensuring compliance with Clinical Laboratory Improvement Amendments (CLIA) requirements and maintaining enrollment in relevant programs. Interested parties are invited to submit their qualifications, including company profiles and capability statements, by December 10, 2025, to Flora Washington at flora.washington@ihs.gov. This notice is not a solicitation, and participation is voluntary; however, all interested vendors must be registered in the System for Award Management (SAM) to be eligible for future contracts.