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 CT scan room and family room to accommodate a new 128-slice CT scan unit, ensuring compliance with the 2018 FGI Guidelines and enhancing patient care standards. This initiative is crucial for improving healthcare infrastructure in underserved regions, with an estimated construction magnitude between $500,000 and $1,000,000. Interested contractors, particularly those qualifying as Indian Small Business Economic Enterprises (ISBEEs), must submit their proposals by June 17, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov for further details.

    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.
    This government file details an amendment to solicitation number 75H70125R00016 for the Blackfeet Hospital CT Room Renovation project, under the Indian Health Service. The proposal due date has been extended from April 3, 2025, to May 30, 2025, to allow potential bidders time to address questions and provide updated drawings/specifications. Offerors are required to acknowledge receipt of amendments prior to the submission deadline either through specific forms or a separate letter referencing the amendments. Key terms remain unchanged except for the due date, and the project is designated as a 100% Indian Small Business Economic Enterprise set-aside under NAICS code 236220. The anticipated construction cost ranges between $500,000 and $1,000,000. The document emphasizes the importance of compliance with the acknowledgment process to avoid rejection of offers and outlines standard procedures for bid submissions. Overall, this amendment facilitates a fair bidding environment, ensuring that potential contractors have the necessary information to prepare their proposals adequately.
    The document details an amendment to solicitation number 75H70125R00016 for the renovation of the Blackfeet Hospital's CT room, extending the proposal due date from May 30, 2025, to June 17, 2025. It outlines the acknowledgment process for amendments and provides specific responses to submitted questions relevant to the project. Key points include minimal lead-based sheetrock removal protocols, clarification of construction boundaries, and expectations for completing the project with an emphasis on safety and operational continuity. The renovation project is designated as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a construction magnitude estimated between $500,000 and $1,000,000. The document stresses adherence to the specifications and timelines to prevent delays and ensure compliance with regulatory standards. All other terms remain unchanged, promoting a clear pathway for contractors to understand project requirements and expectations.
    The document serves as an amendment to Solicitation Number 75H70125R00016, issued by the Indian Health Service, addressing project requirements and contractor obligations for a construction project. It clarifies responses to submitted questions, updates wage determinations, and outlines important communication protocols for acknowledging amendments. The amendment emphasizes the necessity of recognizing modifications to bids to avoid rejections and includes an array of questions from bidders regarding specifics such as hazardous material handling, construction materials, equipment specifications, and operational impacts during renovations. Key topics addressed include the management of lead-based materials during renovations, construction timelines to minimize disruption, and ensuring safety measures such as fire detection systems in newly constructed areas. It highlights the importance of contractor communication with the IHS throughout the project, specifying roles in equipment removal and installation. Collectively, these updates support the project's adherence to federal guidelines and standards, illustrating the complexity of the construction needs while ensuring compliance with health and safety protocols.
    The document outlines the code compliance and renovation plans for the first floor of the IHS Blackfeet Service Unit in Browning, Montana. It details both the building's fire safety requirements, such as various fire-rated partitions, barriers, and smoke barriers, and the necessary upgrades to room finishes and medical equipment like CT scan facilities. It references pertinent regulations such as the International Building Code (IBC) and National Fire Protection Association (NFPA) standards. The project ensures that areas are compliant with the Life Safety Code and integrates systems for egress, hazard protection, and automatic fire suppression. Codes for occupant load, exit signage, and mechanical systems are also outlined, ensuring safety and regulatory adherence. The document includes a demolition plan, detailing the removal of existing structures to prepare for renovations, coordinating with various contractors for safety and compliance standards. This initiative signifies a crucial investment in modernizing healthcare facilities while maintaining safety and compliance standards vital to patient care and facility operations.
    The IHS BFSU Project A CT Room Renovation aims to update and improve the existing CT scan, corridor, and security rooms located at the Indian Health Service facility in Browning, Montana. The project, managed under a single prime contract, involves comprehensive renovations, including new systems for plumbing, HVAC, electrical power, fire suppression, and security. The contractor must coordinate closely with the facility owner to minimize disruptions, as adjacent areas will remain occupied during construction. Various quality control and compliance measures are outlined, emphasizing the importance of maintaining operational standards and adhering to relevant safety codes. The project requirements include detailed submittals beforehand, adherence to strict waste reduction practices, and a commitment to recycling wherever feasible. The submission and review of operation and maintenance manuals, training of owner personnel, and thorough commissioning procedures are also key components of the project. This renovation initiative illustrates the government's investment in healthcare infrastructure, promoting improved service delivery while ensuring compliance with technical standards and environmental regulations.
    Lifecycle
    Similar Opportunities
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new rooftop unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    BFSU Trash Removal Services
    Health And Human Services, Department Of
    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.
    AMENDMENT NUMBER TWO (2). Firm fixed price, non-personal, commercial medical service purchase order for Radiology Interpretive Services for the Fort Thompson Health Care Center-Indian Health Service, Fort Thompson, South Dakota.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a firm-fixed-price, non-personal commercial medical service purchase order for Radiology Interpretive Services at the Fort Thompson Health Care Center in South Dakota. The contract will cover a base year plus four option years, requiring all-inclusive pricing for an estimated average of 300 X-ray and 30 Ultrasound interpretive readings per month. This procurement is critical for providing essential radiological services to the community, ensuring timely and accurate medical assessments. Interested vendors must submit their proposals by December 19, 2025, at 12 PM CT, and can direct inquiries to William Kohl at william.kohl@ihs.gov or by phone at 605-742-3686.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    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. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Pine Ridge Multi Phase Door Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi-Phase Door Replacement project in South Dakota. This project aims to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed Price contract, with a performance period of 270 calendar days following the Notice to Proceed. Interested contractors must submit their proposals electronically by December 17, 2025, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or by phone at 206-615-2452.
    BFSU Utility - Water and Sewer Services
    Health And Human Services, Department Of
    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.
    Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade – Construction (Gallup, NM)
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade project located in Gallup, New Mexico. The objective is to redesign and install a new fire alarm system that complies with NFPA codes, replacing the existing obsolete system, with a contract value estimated between $1,000,000 and $5,000,000. This project is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, emphasizing the importance of engaging small businesses in the construction sector. Proposals are due by December 29, 2025, at 2:00 PM PST, and interested parties should contact Joshua VanSkike at joshua.vanskike@ihs.gov for further information.
    BFSU Utility - Electricity Services
    Health And Human Services, Department Of
    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 Solid Waste Removal
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for solid waste removal services at various locations in Browning, Montana, under a Sources Sought notice. The procurement aims to identify Indian Small Business Economic Enterprises (ISBEEs) and Indian Economic Enterprises (IEEs) capable of providing weekly trash removal services for the Blackfeet Service Unit and Heart Butte Clinic. This initiative is part of the Buy Indian Act, which prioritizes contracts for Indian-owned businesses, ensuring that at least 51% of the earnings from the contract go to Indian entities. Interested vendors must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form to Shannon Connelly at shannon.connelly@ihs.gov within five days of the announcement, as this will inform the acquisition strategy for the requirement.
    FBSU Philips service agreement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide onsite technical support and maintenance for the Philips Central Station Cardiac Monitoring System at the Fort Belknap Service Unit in Montana. The procurement aims to ensure 24/7 onsite and on-call tech support for repairs and maintenance of central station heart monitors and patient bedside monitors, which are critical for patient care in the Emergency Room. The contract will cover services from January 1, 2026, to December 31, 2027, with the possibility of four additional years, and interested vendors must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form to Ashley Flynn at ashley.flynn@ihs.gov within five days of the sources sought announcement.