BLACKFEET HOSPITAL CT ROOM RENOVATION
ID: 75H70125R00016Type: 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)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the renovation of the CT Room at the Blackfeet Hospital in Browning, Montana. The project aims to upgrade the existing computerized tomography (CT) scan room and family room, including the installation of a new 128-slice CT scan unit, while ensuring compliance with the 2018 FGI Guidelines and relevant safety standards. This renovation is critical for enhancing healthcare infrastructure in underserved regions, with an estimated construction magnitude between $500,000 and $1,000,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit on February 11, 2025, and should contact Taylor Kanthack at taylor.kanthack@ihs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service's Office of Management Services has issued a representation form in accordance with the Buy Indian Act (25 U.S.C. 47). The form serves to certify that the Offeror qualifies as an "Indian Economic Enterprise" at the time of the offer, contract award, and throughout the contract's execution. If the contractor ceases to meet eligibility criteria, immediate written notification to the Contracting Officer is required. Additionally, documentation of eligibility may be requested prior to award, and false information can lead to severe legal consequences. Successful Offerors must also register with the System of Award Management (SAM). The document is structured for self-certification and requires information about the owner's identity, business name, and DUNS number. Overall, this form underlines compliance with federal regulations, ensuring that contracts awarded under the Buy Indian Act support Indian-owned businesses.
    The document outlines the design and renovation plan for the IHS Blackfeet Service Unit located in Browning, Montana, led by Seven Generations Architecture & Engineering, LLC. The project aims to upgrade existing facilities, focusing on both construction and infection control measures essential for healthcare environments. It involves extensive demolition, replacement of materials, and adherence to fire safety regulations and building codes, such as the 2021 International Building Code and NFPA standards. The renovation includes upgrades in mechanical, electrical, and plumbing systems, as well as specific details on structural reinforcements and accessibility compliance. Various phases of construction are proposed, highlighting meticulous planning for traffic management within the hospital, as well as the need for periodic facility evaluations. The overarching goal of this project is to modernize a healthcare facility to improve patient care standards while maintaining rigorous infection control protocols and safety practices. This initiative underscores the federal government's commitment to enhancing healthcare infrastructure and accessibility, particularly in underserved regions.
    The document represents the bid package for the Indian Health Service (IHS) Blackfeet Service Unit's CT Room Renovation project located at 760 Blackweasel Road, Browning, Montana. It provides detailed procurement and contracting requirements, project specifications, and safety guidelines for construction activities. The project encompasses the renovation of existing CT scan and corridor areas, integrating new mechanical, electrical, and plumbing systems while maintaining existing operations. The plans include managing temporary facilities, waste disposal, and coordination with ongoing operations to minimize disruption. Key sections cover substitution procedures, general conditions for contracts, and safety requirements, adhering to national standards for construction safety. An assessment was conducted to confirm that current facilities meet adequacy for radiation shielding based on compliance with IHS and state regulations. The need for effective communication and planning between contractors and IHS is emphasized to ensure safe site operations and efficient project execution. The document outlines the stringent procedures and requirements aimed at fostering a safe, organized, and compliant renovation of the CT Room to better serve healthcare needs in the community.
    The Self-Performed Calculation Sheet, linked to Solicitation Number 75H70125R00016, outlines the requirements for offerors regarding self-performance under federal contracting regulations. It stipulates that to comply with the “Limitations on Subcontracting” as per FAR 52.219-14 and FAR 52.219-17, contractors must clearly document their proposed price and costs related to subcontracting. For general construction contracts, prime contractors cannot pay more than 85% (or 75% for special trade contractors) of the amount received from the government to non-similarly situated subcontractors, with costs for materials excluded from this calculation. Offerors are required to provide detailed worksheets that include the total proposed price and calculations for profit, material costs, and estimated costs associated with both similarly situated and non-similarly situated entities. The document also emphasizes the importance of accurately identifying the status of subcontractors, ensuring compliance with definitions of "similarly situated" entities based on SBA standards. Ultimately, the document functions to guide contractors in adhering to applicable limitations on subcontracting while promoting the participation of small businesses in federal contracts.
    The document delineates the requirements for demonstrating specialized experience in construction projects as part of a federal solicitation (No. 75H70125R00016). It provides a structured format for contractors to detail their relevant project experience from the past six years, emphasizing projects of similar scope and complexity. Key sections of the form include specifics about the project type, firm name, project name and location, owner details, general scope, facility type, and the contractor's role. It also requests financial details such as contract value and subcontracting extent, along with performance evaluations and references, laying a foundation for assessment in the bidding process. This structured approach ensures that responses are methodical and comprehensive, facilitating the government's evaluation of a contractor's qualifications relative to the project requirements.
    The document is the Past Performance Questionnaire (PPQ) for a government solicitation (75H70125R00016). Its primary purpose is to collect and evaluate contractor performance information from clients regarding prior projects. Contractors are required to fill out sections detailing their information, contract specifics, work relevance, and client details. The client is then tasked with rating the contractor based on various performance criteria, including quality, timeliness, satisfaction, management efficiency, cost management, safety, and the general ability to respond to emergencies. The evaluation system uses a scale from Exceptional (E) to Unsatisfactory (U), with clear definitions for each rating. Clients can provide justifications for their ratings and additional insights into the contractor's strengths, weaknesses, and overall performance risk. This process is crucial for the government in determining the contractor's suitability for future contracts, ensuring that they possess the necessary experience and reliability for successful project execution. The document underscores the importance of rigorous assessment in government procurement and grants by encouraging direct communication between contractors and clients and maintaining high performance standards.
    The Indian Health Service's Office of Management Services has issued a representation form under the Buy Indian Act, requiring Offerors to self-certify their status as an “Indian Economic Enterprise.” This certification must be affirmed at the time of bid submission, contract award, and throughout contract performance. If the eligibility criteria are no longer met, immediate notification to the Contracting Officer is mandatory. To be eligible for set-aside or sole source contracts, successful Offerors must also be registered with the System of Award Management (SAM). The document emphasizes the legal implications of submitting false information, which could result in penalties under U.S. federal law. It also includes a section for Offerors to confirm their compliance with the Buy Indian Act regarding ownership. This form, associated with a specific project—Blackfeet Hospital CT Room Renovation—aims to ensure that contracts are awarded to Indian-owned enterprises, aligning with the federal government's commitment to support economic development within Native American communities.
    The Indian Health Service is soliciting proposals for the renovation of the CT Room at the Blackfeet Hospital located in Browning, Montana, under Solicitation Number 75H701-25-R-00016. The project aims to enhance critical medical facilities, including security and family consult rooms, with an estimated construction magnitude between $500,000 and $1,000,000. This contract is 100% set aside for Indian Small Business Economic Enterprises (ISBEEs) and requires adherence to rigorous federal regulations regarding labor, safety, and construction standards. The proposal deadline is set for March 5, 2025, with a mandatory site visit on February 11, 2025, at 1 PM MST. Contractors must prepare and submit comprehensive bids, accounting for all labor, materials, and associated costs while ensuring compliance with applicable state and federal laws. The contract includes specific requirements for coordination with hospital operations to minimize disruptions during renovation. Additionally, contractors are expected to maintain strict safety standards and submit various compliance documents, including a construction schedule and payroll reports. Overall, this endeavor reflects the government’s commitment to enhancing health infrastructure and providing essential services to the community.
    Lifecycle
    Similar Opportunities
    Crow/Northern Cheyenne Hospital Sewer Rehabilitation
    Buyer not available
    The Indian Health Service (IHS) is soliciting proposals for the Crow/Northern Cheyenne Hospital Sewer Rehabilitation project, aimed at addressing significant corrosion issues in the hospital's sewer system. The project involves the rehabilitation of approximately 5,100 linear feet of sewer piping using Cured in Place Pipe (CIPP) lining technology, which is essential for extending the lifespan of the existing infrastructure and ensuring the hospital's operational integrity. This initiative is critical for maintaining healthcare standards and preventing sewage-related disruptions that could impact patient care. Interested small businesses must submit their proposals by March 5, 2025, with an estimated project cost between $1,000,000 and $5,000,000, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov for further information.
    NCSU Dental X-Ray Machine
    Buyer not available
    The Indian Health Service (IHS) is seeking proposals for the procurement of a 3D Cone Beam X-Ray Machine, along with associated software, installation, and training services, through Request for Quote (RFQ) 75H709-NC25Q-001. This opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance dental services at the Northern Cheyenne Service Unit in Lame Deer, Montana, by replacing an outdated machine that compromises image quality and patient safety. The selected contractor will be responsible for providing new equipment, ensuring compliance with federal regulations, and adhering to a delivery timeline of 60 days post-award. Interested parties must submit their quotes by January 10, 2025, and direct any inquiries to Vincent Hansen at Vincent.Hansen@ihs.gov by December 2, 2024.
    Pueblo Pintado Health Center Construction
    Buyer not available
    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 modern 125,884 square foot health facility designed to enhance healthcare services for approximately 6,000 American Indian and Alaskan Native residents, incorporating various health programs to improve access and collaboration with the Navajo Nation. The contract is expected to exceed $10 million, with a performance period of 730 calendar days from the issuance of the Notice to Proceed. Interested contractors must submit their proposals by March 7, 2025, and can contact Matt D. Sanders at matt.sanders@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
    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.
    BFSU Trash Removal Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a sole source contract for trash removal services to Blackfeet Solid Waste for the Blackfeet Service Unit in Browning, Montana. The contract will cover essential waste management services for the year 2025, from January 1 to December 31, at both the Blackfeet Service Unit and the Heart Butte Clinic. This procurement is crucial for maintaining public health standards through effective waste disposal in the community. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov or by phone at 406-338-6452 within seven days of this notice, with the contract valued at $54,440.00.
    PIMC Mechanical Projects: HVAC and Central Plant & Isolation Rooms in Phoenix, AZ, Maricopa, County
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for mechanical projects at the Phoenix Indian Medical Center (PIMC) in Phoenix, Arizona. The procurement involves significant alterations to the HVAC systems in the Pediatric and Dental Clinics, as well as upgrades to the Central Plant and Isolation Rooms, with a focus on maintaining operational continuity and adhering to infection control measures during construction. This project is crucial for enhancing healthcare infrastructure and is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, with an estimated contract value between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by February 7, 2025, at 2:00 PM MST, and can direct inquiries to Kelly Britton at kelly.britton@ihs.gov.
    Wagner Misc. Projects
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors for the "Wagner Misc. Projects" to provide construction services for the Wagner Indian Health Service Clinic in South Dakota. The scope of work includes flooring installation, exterior painting, tuckpointing, window replacements, installation of propane fuel tanks, and plumbing repairs, with an estimated project magnitude between $250,000 and $500,000. This procurement is particularly significant as it aims to enhance healthcare facilities, and the IHS encourages participation from small businesses, including those owned by Native Americans and other disadvantaged groups. Interested firms must submit their qualifications and relevant project experience to Thupten Tsering via email by the specified deadline, and no proposals will be accepted at this stage.
    RT with Mammography Certification Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for Radiologic Technologist services with Mammography Certification at the White Earth Health Center in Minnesota. This opportunity is exclusively set aside for Indian Economic Enterprises (IEE), requiring interested parties to self-certify their eligibility and comply with the Buy Indian Act. The contract will be structured as a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, covering a base year and three additional one-year options, with a total potential value of $2.5 million. Proposals must be submitted by February 24, 2025, at 1:00 PM CT, and should include all required documentation, including the IEE Certification form. For further inquiries, interested parties can contact Mary Simon at mary.simon2@ihs.gov or Jennifer Richardson at Jennifer.Richardson@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.
    BFSU Utility - Electricity Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Glacier Electric for the provision of electricity services to the Blackfeet Service Unit in Browning, Montana. The contract, valued at $245,000, will cover essential electrical services for medical facilities and government housing, ensuring reliable power supply to support local health and welfare needs. This procurement reflects the federal government's commitment to enhancing healthcare infrastructure on the Blackfeet Reservation, with the contract duration 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 7 days of this notice.