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 Community Hospital in Browning, Montana. The project aims to enhance critical medical facilities, including upgrades to mechanical, electrical, and plumbing systems, while ensuring compliance with safety and infection control standards. This renovation is vital for improving healthcare infrastructure in underserved regions, reflecting the federal government's commitment to enhancing health services for Native American communities. Interested contractors, particularly those qualifying as Indian Small Business Economic Enterprises (ISBEEs), must submit their proposals by April 3, 2025, following a mandatory site visit on February 11, 2025. For further inquiries, contact Taylor Kanthack at taylor.kanthack@ihs.gov or call 240-478-1501.

    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.
    The document outlines the amendment to Solicitation Number 75H70125R00016 for a construction project managed by the Indian Health Service (IHS) related to the renovation of the CT Room at the Blackfeet Community Hospital. It specifies that contractors must acknowledge receipt of this amendment in their proposals. Key changes include responses to submitted questions, the site visit sign-in sheet, and updated clauses reflecting new federal regulations. Important clauses have been deleted or updated, marking significant changes to compliance requirements, particularly concerning equal employment opportunities and wage rate standards. The proposal requires two volumes: a Technical Proposal assessing specialized experience, technical approaches, and past performance, and a Price Proposal indicating firm-fixed pricing. Emphasis is placed on the contractor's acknowledgment of Indian Economic Enterprise statuses, ensuring majority ownership by Indians or tribal entities. Provision details include submission deadlines, inquiry protocols, and a mandatory site visit to ensure comprehensive understanding of the project's scope. The document highlights essential compliance, documentation requirements, and evaluation factors that will influence awards and contractor responsibility.
    The document is an amendment to Solicitation Number 75H70125R00016 issued by the Indian Health Service (IHS) concerning a construction project for the Blackfeet Hospital CT Room Renovation. The amendment primarily extends the proposal due date from March 5, 2025, to April 3, 2025, aimed at allowing potential bidders more time to respond to questions. Additionally, it updates certain clauses and provisions in compliance with recent federal acquisition regulations, particularly regarding sustainability and waste reduction practices. The document outlines requirements for contractors to acknowledge receipt of the amendment and details how modifications to the original offer can be made. It specifies the project will be set aside for Indian Small Business Economic Enterprises (ISBEEs) and mentions the anticipated construction cost range of $500,000 to $1,000,000. Compliance with various federal regulations is emphasized, covering areas such as labor standards, environmental protection, and contractor assurances. Overall, the purpose of this amendment is to ensure clarity in the procurement process, facilitate compliance with updated regulations, and promote participation from small businesses, particularly those owned by Native Americans, enhancing the project's overall impact on the community.
    Lifecycle
    Similar Opportunities
    Cheyenne River CT Renovation
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the renovation of the Cheyenne River Health Center located in Eagle Butte, South Dakota. This project, identified under Solicitation Number 75H70125Q00006, is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) and aims to renovate the radiology department to accommodate new CT equipment installation. The estimated construction cost ranges from $25,000 to $100,000, with a performance duration of 120 days following the notice to proceed, emphasizing compliance with health and safety regulations, including Davis-Bacon wage determinations. Interested contractors should contact Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further details, and proposals must be submitted by the revised deadline of March 11, 2025.
    Roof Replacement at Little Shell Tribal Health Clinic, Great Falls, Montana
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for a roof replacement project at the Little Shell Tribal Health Clinic in Great Falls, Montana. The project involves the removal of the existing roofing system and installation of a new roofing assembly, adhering to specific construction standards and safety protocols, with a focus on minimizing disruption to medical services during the process. This procurement is set aside for small businesses, with an estimated construction cost between $250,000 and $500,000, and proposals are due by March 26, 2025, with a mandatory site visit scheduled for March 6, 2025. Interested contractors can reach out to Joshua Vanskike at Joshua.Vanskike@ihs.gov for further inquiries.
    Radiology Mobile CT Scanner
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide a mobile CT scanner for the Blackfeet Community Hospital in Browning, Montana. The procurement aims to enhance radiological services by leasing a state-of-the-art 64-slice CT scanner, which must comply with federal and state regulations, and include necessary technical staff and training for hospital personnel. This initiative is part of the Buy Indian Act, prioritizing Indian-owned businesses to ensure they receive at least 51% of the contract earnings. Interested vendors must submit a capability statement by March 21, 2025, demonstrating their qualifications and compliance with eligibility requirements, including registration in the System of Award Management (SAM). For further inquiries, vendors can contact Alta A. Adrian at alta.adrian@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.
    TPPIHC Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the TPPIHC Roof Replacement and Fall Protection project at the Taos-Picuris Health Center in Taos, New Mexico. This project involves replacing the existing roofing system and implementing fall protection measures, with an estimated construction cost between $1 million and $5 million, and is set aside for Indian Small Business Economic Enterprises (ISBEE). The successful contractor will be responsible for adhering to safety regulations, coordinating with health authorities, and completing the project within 180 calendar days. Proposals are due by March 20, 2025, following a mandatory site visit on March 5, 2025. Interested parties can contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further information.
    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 New Mexico. This project involves the construction of a 125,884 square foot facility aimed at expanding healthcare services for approximately 6,000 American Indian and Alaskan Native residents, with a contract period of 730 calendar days from the start date. The procurement emphasizes compliance with local regulations, safety standards, and environmental considerations, reflecting the importance of enhancing healthcare infrastructure in the region. Proposals are due by March 21, 2025, following a pre-proposal conference on January 23, 2025, and interested contractors should contact Matt D Sanders at matt.sanders@ihs.gov for further details.
    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.
    BFSU Fire Protection System Repair
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the repair of the BFSU Fire Protection System located in Browning, Montana. The procurement focuses on maintenance, repair, and rebuilding of alarm, signal, and security detection systems, which are critical for ensuring the safety and security of facilities serving the health needs of the community. Interested parties can reach out to Teri Kittson at teri.kittson@ihs.gov for further details regarding the procurement process. This opportunity is categorized as a Special Notice, and specific deadlines for submissions have not been provided in the overview.
    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.
    Monacan Health Center WiFi Network
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the installation of a turnkey WiFi network at the Monacan Health Center, aimed at enhancing healthcare services for newly federally recognized tribes. The project requires compliance with various standards, including those set by the Indian Health Service and the Department of Health and Human Services, to ensure the protection of Personally Identifiable Information and Personal Health Information. This initiative is crucial for improving health infrastructure and promoting Indian Economic Enterprises, with proposals evaluated based on price, technical compliance, and past performance. Interested vendors must submit their proposals by March 10, 2025, and can contact Andrew Rhoades at Andrew.Rhoades@ihs.gov for further information.