Pueblo Pintado Health Center Construction
ID: 75H70125R00026Type: 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

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
    Description

    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the construction of the Pueblo Pintado Health Center in Crownpoint, New Mexico. The project entails the construction of a 125,884 square foot facility aimed at enhancing healthcare services for approximately 6,000 American Indian and Alaskan Native residents, with a construction timeline of 730 calendar days from the start date. This initiative is critical for expanding access to healthcare services within the Navajo Nation, ensuring compliance with federal standards and promoting sustainable building practices. Proposals are due by March 7, 2025, and interested contractors should contact Matt D Sanders at matt.sanders@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Pueblo Pintado Health Center's Commissioning Plan outlines a systematic approach by Indian Health Services and the Navajo Nation to ensure that the facility's systems are designed, installed, and function according to specified requirements. This plan adheres to standards such as LEED for Healthcare and ASHRAE guidelines, promoting sustainable building performance and effective operation. The commissioning process involves developing the Owner's Project Requirements (OPR), which guide decisions throughout design, construction, and operation phases. Key activities include creating a detailed commissioning plan, conducting functional performance tests, and coordinating training for maintenance staff. The document specifies tasks and responsibilities for each team member—including architects, contractors, and the commissioning agent—across various project phases. Essential systems to be commissioned include life safety, security, major mechanical, and electrical systems. The plan serves as a living document reflecting project history and progress, fostering collaboration among all stakeholders to achieve successful building outcomes while ensuring long-term functionality and compliance with operational goals. Overall, this document provides a comprehensive framework for managing the commissioning process effectively within the context of federal grants and regulatory requirements for health facilities.
    The 2017 ASHRAE Handbook - Fundamentals offers extensive climatic design data for Gallup Municipal, NM, focusing on both heating and cooling conditions essential for effective HVAC system design. Key sections outline annual and monthly heating, humidification, cooling, and dehumidification design conditions. Data presented includes heating dry bulb temperatures, cooling dry bulb and mean wet bulb temperatures, extreme annual design conditions, and moisture metrics, which inform engineers about typical climate parameters and extremes that systems must accommodate. It provides critical numerical measurements, such as degree-days for heating and cooling, average wind speeds, and clear sky solar irradiance values. Furthermore, the handbook includes detailed calculations for temperature ranges and the impact of local weather phenomena on mechanical systems. This handbook serves a significant purpose within government RFPs and federal grants by supplying standardized climate data necessary for environmental and energy-efficient building designs. By adhering to this documented climate data, project planners can ensure regulatory compliance while enhancing the performance and sustainability of HVAC systems in local environments. Its structured format allows for quick reference, making it a valuable resource for engineers, architects, and contractors involved in both federal and state-level developments.
    The Facility User Manual for the Pueblo Pintado Health Center serves as a comprehensive guide for staff, detailing the design and operational systems of the facility to enhance understanding and use. It covers various aspects, including the facility's architectural design, expansion potential, community engagement strategies, and a thorough overview of services and departments. The manual outlines key design principles reflecting the cultural values of the Navajo Nation and integrates advanced technological systems for healthcare delivery within a modern, environmentally sustainable building. The center comprises around 125,000 square feet and hosts diverse services, such as ambulatory care, administration, and support services. Critically, the design prioritizes accessibility and ecological sustainability, aiming for LEED Gold certification. The manual also addresses building systems, including HVAC, plumbing, electrical, security, and communications, providing essential operational details that are intended for staff orientation and the effective functional management of the facility. This document not only supports day-to-day operations but also serves as a reference for recruitment and marketing efforts, ensuring that cultural inspirations and operational efficiency are maintained throughout its use.
    The preliminary geotechnical report for the Pueblo Pintado Health Center, prepared by Buckhorn Engineering, Inc. for the Navajo Area Indian Health Service, outlines the site assessment and recommendations for the proposed facility in McKinley County, New Mexico. Conducted from October 25-28, 2021, the evaluation involved drilling 14 boreholes, analyzing soil characteristics, and identifying geologic hazards. The report emphasizes concerns regarding runoff and erosion, flooding potential, expansive soils, seismicity, and radon gas risks. Key findings indicate that the average ground elevation is approximately 6,600 feet, and the subsurface conditions include sandy lean clay overlying weathered shale, posing challenges for foundation design due to potential swelling and settling. Recommendations include foundation depth adjustments, proper drainage management, and strategies to mitigate radon exposure. The report concludes that the Health Center and associated structures are suitable for construction, contingent upon attentive site preparation and adherence to the proposed design criteria. Overall, this document serves as a critical resource for ensuring the structural integrity and safety of the Pueblo Pintado Health Center, guiding compliance with regional construction standards and addressing potential geotechnical challenges.
    The Pueblo Pintado Health Center project undertook a geotechnical evaluation of the sewage lagoon area to assess the suitability of fill materials for future construction. Conducted by HFG Architecture, the scope included digging three test pits, laboratory testing, and summarizing findings. The assessment revealed two main soil types: the upland area consisted of a lean clay with moderate plasticity suitable for deeper structural fill, while the lowland area held a sandy clay with low plasticity appropriate for upper fill layers below the facility. The report emphasizes the need for compaction standards and moisture content management during fill placement due to the soils' erosive nature. Recommendations for managing erosion during construction include using silt fences and effective site grading. This document serves as an addendum to the preliminary geotechnical report and is vital for ensuring compliance with federal and local regulations while guiding the construction process at the Health Center.
    The document appears to be a corrupted government file related to federal and state grant opportunities or Requests for Proposals (RFPs). While a substantial amount of data is garbled, the context suggests that it outlines various funding opportunities, outlining procedures to apply for grants, the eligibility of recipients, and potentially important deadlines. There may be specific guidelines for reporting, compliance, and the management of awarded funds applicable to various government agencies and local entities. Additionally, it likely includes crucial information on the necessity for public accountability, project timelines, and performance metrics related to the funded projects. Overall, this file serves as a critical resource to inform stakeholders about the available funding mechanisms and the necessary actions to secure financial support for governmental or organizational initiatives. To capitalize on these opportunities, applicants would need to navigate application procedures carefully and align their proposals with outlined requirements. The document's disorganized state, however, significantly obscures its intended details and directives related to the funding program.
    The document provides an inventory of electrical assets associated with the U&O Clinic and related facilities management at the federal level. It outlines the operational status of numerous electrical panels and equipment, all of which are indicated as "operational" but lack specific manufacturer details. The asset list includes identifiers such as "40UOT-10063" to "40UOT-10082," referencing various installations in temporary modular setups and administration buildings. Additionally, multiple electrical panels (A through M) are documented, denoting their respective management under the Facilities Management department, all listed as "installed." The information appears to be managed by a user identified as "mkeeto," indicating regular updates or oversight from a designated authority. The document serves as an inventory control mechanism, likely supporting RFPs or grants focused on maintaining and upgrading these assets, ensuring compliance with governmental standards in facility management and electrical infrastructure. It highlights the need for efficient management of federal resources and accountability for assets within the healthcare system.
    The document outlines the Company Technical Experience Construction Form as part of Solicitation Number 75H701-25-R-00026. It requests detailed information from contractors about their relevant project experience over the last six years, showcasing specialized expertise for government evaluation. Each project must be documented using the supplied form, including specifics such as project type, firm name, project name and location, ownership details, the general scope of work, facility type, building size, and the contractor's role. Furthermore, contractors must provide financial details, subcontracting extent, project timeline, performance evaluations, and any issues like terminations or liquidated damages. Contact information for references is also required. This structured approach seeks to ensure prospective contractors demonstrate their qualifications and reliability for government construction contracts as part of the RFP process.
    The "Key Personnel Resume Form" from Solicitation 75H701-25-R-00026 is a federal government document requiring detailed information regarding key personnel involved in a project proposal. The form is structured to gather comprehensive details about six essential roles: the Prime Contractor’s Project Manager, Project Site Superintendent, Quality Control/Quality Assurance personnel, Safety Officer, and two Key Subcontractor Project Managers. For each individual, the form requests their name, title, assignment, firm affiliation, years of experience, educational background, active registration details, type of registration, and a description of relevant experience, including project roles, descriptions, values, and dates. This documentation is vital for assessing the qualifications of personnel proposed for the project, ensuring they possess the necessary skills and experience for successful execution. Overall, this form emphasizes the importance of key personnel qualifications in the evaluation process of RFP responses in federal contracting contexts.
    The Past Performance Questionnaire (PPQ) is a critical document linked to Solicitation Number 75H701-25-R-00026, aimed at evaluating contractor performance for government contracts. The form requires contractors to provide detailed information on their previous work, clients, and project specifics. Clients are instructed to complete sections regarding their experience with the contractor, rating various performance aspects from quality and timeliness to customer satisfaction and financial management. Ratings range from "Exceptional" to "Unsatisfactory," which guide the government’s assessment of contractor reliability. The questionnaire emphasizes the importance of client feedback, with clear instructions on direct submission to both the contractor and the government for evaluation. This document plays a vital role within federal procurements, ensuring that only competent and reliable contractors are considered for future contracts, thereby maintaining high performance standards in government projects.
    The HHS Subcontracting Plan Template outlines requirements for contractors intending to subcontract on contracts exceeding $750,000 (or $1,500,000 for construction). It emphasizes the need for compliance with the Small Business Act and sets forth a structured approach for submitting Individual Subcontracting Plans to the U.S. Department of Health and Human Services (HHS). The document provides a framework for defining project information, subcontracting goals, and types of plans. HHS’s fiscal year 2024 goals for small business participation include specific percentages for small businesses, women-owned businesses, service-disabled veteran-owned businesses, and others. Key sections include a detailed description of expected subcontracting goals, methodologies for achieving these goals, and the duties of an individual responsible for administering the subcontracting program. It outlines outreach efforts to engage small businesses and specifies record-keeping and reporting obligations to demonstrate compliance with subcontracting objectives. The template serves as a guide for contractors to ensure equitable opportunities for small businesses during procurement, thereby promoting economic growth and diversity within federal contracting activities.
    The Indian Health Service (IHS) is soliciting proposals for the construction of the Pueblo Pintado Health Center, located on the Navajo Nation in New Mexico, under Solicitation Number 75H70125R00026. The project includes constructing a 125,884 square foot health center aimed at expanding healthcare services for approximately 6,000 American Indian and Alaskan Native residents. The contractor must provide all necessary labor, materials, and equipment to fulfill the project's requirements within a period of 730 calendar days after starting. A pre-proposal conference is scheduled for January 23, 2025, with proposals due by February 20, 2025. The bidding process is open to all qualified contractors, with a construction magnitude expected to exceed $10 million and a North American Industry Classification System (NAICS) code of 236220. Compliance with local taxes, permits, and tribal regulations is mandatory, and contractors must maintain proper insurance coverage. The document outlines stringent requirements for project management, employee conduct on the reservation, and various reporting obligations throughout the construction process. Furthermore, safety measures and environmental considerations, such as waste management and access requirements, are emphasized as essential components of project execution.
    The document outlines an amendment to a government solicitation regarding the proposal due date for contract submissions. It specifies that offers must acknowledge receipt of this amendment through designated methods before the specified deadline to avoid rejection. The amendment changes the proposal due date from February 20, 2025, to March 7, 2025, while the time of submission remains unchanged. Additional corrections include updating the date on the Standard Form 1442. The document highlights the importance of acknowledging all amendments to ensure compliance and maintain the integrity of the solicitation process. Overall, this amendment serves to clarify dates and reinforce adherence to submission protocols within federal contracting.
    This document serves as an amendment to a solicitation regarding a project managed by the Indian Health Service (IHS), Division of Engineering Services in Seattle. It outlines the protocols for acknowledging the amendment, noting that failure to do so may lead to the rejection of offers. Key amendments address responses to bidder questions and provide a list of attendees from a pre-proposal conference. Major topics include the stipulation that IHS does not provide CAD drawings before award, confirmation that past performance requirements remain unchanged, and clarification of bid submission processes, particularly for subcontractors. Moreover, it highlights that material substitution requests cannot be reviewed during the solicitation phase. The document concludes with a detailed list of general contractors who attended the conference, facilitating communication for bid submissions. Overall, this amendment underscores IHS's commitment to transparency and adherence to established regulations while managing contractor inquiries and processes.
    The document serves as an amendment to a federal solicitation regarding the construction specifications for the Pueblo Pintado Health Center. It details the acknowledgment process required for offers, which must reflect receipt of the amendment prior to the specified submission deadline. Additionally, it highlights changes made in response to questions raised by bidders, addressing discrepancies in the water storage tank size, missing specifications for door hardware, and landscaping details. Key clarifications include confirmation that the water storage tank capacity is 200,000 gallons, revisions to landscaping plans, and specifications regarding the installation of a patient lift and kitchen equipment. The amendment ensures that all contractors are informed of these critical updates for accurate project execution, reflecting compliance with federal regulations in the solicitation process.
    The document is an amendment to a solicitation for a federal contract involving construction specifications and updates related to vendor inquiries. It mandates that offers must acknowledge receipt of the amendment by specific methods prior to the set deadline, and it outlines necessary procedures for changes to already submitted offers. The amendment provides critical responses to vendor questions about the project, including specifications for walls, finishes, and equipment, and highlights that future clarifications will come in subsequent addenda. Additionally, the amendment specifies updates to various drawings and specifications, fixing graphical issues and updating information regarding room finishes, architectural types, and structural elements. Overall, this document serves to inform potential contractors about changes and updates necessary for their submissions, ensuring compliance with project requirements in a government-funded construction setting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    TPPIHC Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is preparing to solicit proposals for the roof replacement and fall protection project at the Taos-Picuris Pueblos Indian Health Center in Taos, New Mexico. This construction project aims to enhance the facility's infrastructure and safety standards, with a contract type anticipated to be a Firm Fixed Price (FFP) awarded under the Indian Small Business Economic Enterprise (ISBEE) set-aside. The estimated project magnitude is between $1,000,000 and $5,000,000, with a performance period of 180 calendar days from the notice to proceed. Interested contractors should monitor the solicitation details on https://sam.gov, with the solicitation expected to be released around February 18, 2025, and can contact Joshua VanSkike at joshua.vanskike@ihs.gov or Jenny Scroggins at Jenny.Scroggins@ihs.gov for further inquiries.
    Non-Personal Healthcare Services-Physician & Other Professional Ambulatory Services for PRC Program
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide non-personal healthcare services, including physician and other professional ambulatory services, for the Purchased/Referred Care (PRC) program in New Mexico. The objective is to procure medically necessary outpatient and inpatient services for eligible American Indian and Alaskan Native patients, which will be delivered at the contractor's facilities rather than IHS clinics or hospitals. This initiative is crucial for ensuring access to specialty healthcare services that are not available through IHS, thereby enhancing healthcare delivery to underserved populations. Interested parties should contact Eric Wright at eric.wright@ihs.gov or Patricia Trujillo at patricia.trujillo@ihs.gov for further details, with proposals due by January 1, 2025.
    Replacement of backflow preventer station & rusted water pipes - Albuquerque Indian Health Center (AIHC)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to replace the backflow preventer station and rusted water pipes at the Albuquerque Indian Health Center (AIHC) in Albuquerque, New Mexico. The procurement emphasizes a firm-fixed price award and is set aside for Indian Small Business Economic Enterprises (ISBEE), requiring contractors to provide all necessary labor, materials, and equipment while adhering to established construction and safety standards. This project is crucial for maintaining the integrity of water infrastructure and ensuring the health and safety of the community served by the AIHC. Interested parties should contact Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or call 505-256-6755 for further details, with the RFQ issued on February 5, 2025.
    Non-Personal Service contract for Internal Medicine Physician Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for a non-personal service contract to provide Internal Medicine Physician Services in New Mexico. The contract aims to ensure the availability of qualified medical personnel to deliver essential healthcare services, emphasizing compliance with the Buy Indian Act to prioritize Indian Economic Enterprises. This opportunity is critical for enhancing healthcare access and quality within the Navajo Area Indian Health Service, reflecting the government's commitment to supporting local economies. Interested vendors should contact Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov or Michael Austin at michael.austin@ihs.gov for further details, with the contract's pricing structure outlined in the accompanying documents.
    Ponderosa Pine tree & branch removal - Albuquerque Indian Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors for the removal of Ponderosa Pine and Cedar tree branches at the Albuquerque Indian Health Center in Albuquerque, New Mexico. The procurement aims to ensure the safety and aesthetic upkeep of the facility by addressing potential hazards posed by these trees, as detailed in the accompanying RFQ No. 75H70725Q00030, which includes visual documentation of the specific areas requiring attention. Interested contractors must submit their quotes via email to Shandiin DeWolfe by 5:30 PM MST on February 14, 2025, and are encouraged to direct any inquiries to the same contact by February 7, 2025. Additionally, offerors must self-certify their eligibility as Indian Economic Enterprises (IEEs) and be registered with the System of Award Management (SAM) to participate in this opportunity.
    IAW Buy Indian Act of 1910- RN Services at Peach Springs & Supai
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for non-personal professional Registered Nursing Services at the Peach Springs Health Center and Supai Health Station in Arizona. The procurement aims to address staffing shortages in these remote clinics, which serve approximately 13,000 tribal members, by providing essential nursing services including patient assessment, medication administration, and collaboration with healthcare teams. This opportunity is particularly significant as it supports healthcare delivery in underserved tribal areas, ensuring compliance with federal regulations and quality standards. Interested contractors must submit their proposals electronically to Michele Lodge at Michele.Lodge@ihs.gov by February 14, 2025, at 3 PM Eastern Time, with the contract period expected to commence on March 24, 2025.
    Cheyenne River CT Renovation
    Buyer not available
    The Indian Health Service, under the Department of Health and Human Services, is soliciting proposals for the renovation of the Cheyenne River Health Center located in Eagle Butte, South Dakota. This project, designated under Solicitation Number 75H70125Q00006, is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to renovate the radiology department to accommodate new CT equipment, with an estimated construction cost between $25,000 and $100,000 and a performance duration of 120 days post-notice to proceed. The renovation includes demolition, installation of new medical equipment, and compliance with health and safety regulations, including the Davis-Bacon wage determinations. Interested contractors should contact Thupten Tsering at Thupten.Tsering@ihs.gov or 206-615-2452 for further details.
    IAW Buy Indian Act of 1910- RN Services at Parker & Moapa
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for registered nursing services at the Parker Indian Health Center in Arizona and the Moapa Health Clinic in Nevada. The contract aims to provide non-personal professional nursing services to address staffing shortages and ensure continuity of care for over 13,000 tribal and Native American community members, with a focus on inpatient, outpatient, and community health nursing. This procurement is particularly significant as it supports healthcare delivery in underserved areas, emphasizing compliance with health care standards and cultural sensitivity. Interested contractors must submit their proposals electronically by February 19, 2025, at 3 PM Eastern Time, and can contact Michele Lodge at Michele.Lodge@ihs.gov or 702-204-9522 for further information.
    Sol_75H70725Q00038 - Medical Supplies for Zuni Comprehensive Community Health Center, ISBEE SET ASIDE
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for medical supplies for the Zuni Comprehensive Community Health Center located in Zuni, New Mexico. This procurement is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses in government contracting. The required medical supplies include a range of surgical instruments and healthcare equipment essential for patient care, with a firm-fixed price contract structure and potential for multiple awards. Interested vendors must submit their proposals by February 18, 2025, at 3:00 PM (MT), and inquiries should be directed to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or by phone at 505-256-6768.
    Upgrade Electrical Infrastructure for DZHC Radiology
    Buyer not available
    The Indian Health Service, under the Department of Health and Human Services, is seeking qualified contractors for the upgrade of electrical infrastructure at the Dzilth-Na-O-Dith-Hle Health Center in Bloomfield, New Mexico. The project involves the demolition and removal of existing equipment, followed by the installation of a new power conditioning flywheel system and an uninterruptible power source, with a performance period of six months from the date of award. This procurement is crucial for ensuring reliable power supply and operational efficiency at the health center, which serves the local community. Interested small businesses must submit their quotes by February 14, 2025, following the issuance of the Request for Quotations on or by February 1, 2025, and should contact Dallas Begay at dallas.begay@ihs.gov or Michelle James at michelle.james@ihs.gov for further information.