IHS Nationwide Construction Multiple Award Task Order Contract (MATOC) Indefinite Delivery, Indefinite Quantity (IDIQ)
ID: 75H70124R00056Type: 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

    Sources Sought HEALTH AND HUMAN SERVICES, DEPARTMENT OF IHS Nationwide Construction Multiple Award Task Order Contract (MATOC) Indefinite Delivery, Indefinite Quantity (IDIQ)

    The Indian Health Service (IHS) is conducting a SOURCES SOUGHT/REQUEST FOR INFORMATION to gain knowledge of interest, capabilities, and qualifications of firms, especially small businesses, for the IHS Nationwide Construction Multiple Award Task Order Contract (MATOC) Indefinite Delivery, Indefinite Quantity (IDIQ). This contract is for the design-build and design-bid-build new construction, renovation, alteration, and repair of medical facilities for the Department of Health and Human Services (DHHS)/ Indian Health Service (IHS). The contract will be awarded from a single solicitation and may result in award to multiple contractors. The work will primarily be performed nationwide at various facilities in twelve physical areas of the United States, all located on Tribal Lands. The Government intends to award at least two or more IDIQ MATOCs for each area. The maximum task order amount shall not exceed $700,000.00, and the planned maximum ordering capacity is expected to not-to-exceed $10 million for each contract awarded, or five years if all option years are exercised, whichever comes first. The services required include a wide range of general construction, renovation, alteration, and maintenance services, including but not limited to healthcare facilities, storage facilities, residential buildings, parking lots/highways, and sanitation facilities. The contract will also cover services related to systems and equipment, roofs, horizontal construction, utilities, water and wastewater utilities, dismantling, demolition, or removal of improvements, incidental work, and design services. Interested firms are required to submit their capability statement and other relevant information by 1 August 2024. Native American-owned, small, and disadvantaged businesses are highly encouraged to respond to this notice.

    Point(s) of Contact
    Files
    Title
    Posted
    Similar Opportunities
    Buy Indian Set-Aside - IHS NSSC Dental Items
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting bids for dental items under the Buy Indian Set-Aside program, specifically targeting the procurement of essential dental supplies for Native American and Alaskan Native populations. The Request for Quote (RFQ 246-24-Q-0290) includes nine line items such as dental floss, tools, and toothbrushes, with an estimated total value of $18,000, and requires vendors to submit written quotes by September 13, 2024. This procurement is crucial for enhancing dental care access in underserved communities, ensuring compliance with federal regulations, and fostering economic development through Indian ownership in federal contracts. Interested vendors should contact Lauren Taylor at lauren.taylor@ihs.gov for further details and must ensure registration in the System for Award Management prior to contract award.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for Medicare Cost Reporting Services to support its mission of delivering healthcare to American Indians and Alaska Natives. The selected contractor will assist in the preparation and submission of Medicare cost reports, ensuring compliance with Medicare regulations and optimizing reimbursement processes for various healthcare facilities. This initiative is crucial for maintaining approximately $1 billion in annual Medicare and Medicaid collections, which are essential for sustaining healthcare services in underserved communities. Proposals are due by 5:00 PM (EST) on September 19, 2024, and should be submitted to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 per year for the base and each option period.
    Sources Sought Notice - O&M with Incidental Repair and Minor Construction IDIQ MATOC in Support of DHA - West of the Mississippi Region
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Mobile, is seeking information from potential contractors for a Sources Sought Notice related to Operations and Maintenance (O&M) with incidental repair and minor construction services for military medical facilities in the West of the Mississippi Region. The objective of this procurement is to establish Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts that will ensure quick response capabilities for O&M, repair, and minor construction tasks, focusing on various facility systems including architectural, mechanical, and electrical components. This initiative is crucial for maintaining operational efficiency and compliance with healthcare standards in military settings, with an anticipated contract duration of five years and a total value of approximately $450 million. Interested contractors must submit their detailed capabilities and relevant project experience by September 10, 2024, to Rhonda Archie at larhonda.m.archie@usace.army.mil, as responses will inform future acquisition decisions but do not guarantee contract awards.
    Sources Sought Notice - O&M with Incidental Repair and Minor Construction, IDIQ MATOC in Support of DHA, East of the Mississippi Region
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for a Sources Sought Notice regarding Operations and Maintenance (O&M) services with incidental repair and minor construction for Defense Health Agency facilities located east of the Mississippi River. The initiative aims to establish Multiple Award Task Order Contracts (MATOC) to ensure efficient facility operations, preventive and corrective maintenance, and adherence to health regulations, including infection control and Joint Commission standards. This contract, anticipated to span five years with an estimated total value of $450 million, emphasizes the engagement of a diverse range of contractors, particularly small businesses, to fulfill specialized maintenance tasks. Interested parties must submit their capabilities and relevant experience electronically by September 10, 2024, and can direct inquiries to LaRhonda Archie at larhonda.m.archie@usace.army.mil.
    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.
    Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
    Active
    Health And Human Services, Department Of
    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.
    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.
    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.
    BioMed Services to Mashpee Service Unit
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS) Nashville Area Office, is seeking a contractor to provide bio-medical services for the Mashpee Service Unit in Massachusetts. The procurement involves preventative maintenance, repair, inventory management, and rental services for medical equipment, ensuring compliance with original equipment manufacturer (OEM) standards and regulatory requirements. These services are critical for maintaining the safety and effectiveness of medical equipment used in healthcare delivery to the Native American population. Interested firms must respond to the sources sought notice by submitting their qualifications and relevant documentation to Velvett Cummins at velvett.cummins@ihs.gov, with responses due by the specified closing date. The contract will span one base year with four optional extensions, and participation is limited to Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE).