BLACKFEET HOSPITAL CT ROOM RENOVATION
ID: 75H70125R00016Type: Presolicitation
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
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Feb 1, 2025, 10:00 PM UTC
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 located 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 construction initiative is critical for improving healthcare infrastructure in underserved regions and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), with an estimated contract value between $500,000 and $1,000,000. Interested contractors must submit their proposals by May 30, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.

Point(s) of Contact
Files
Title
Posted
Oct 17, 2024, 4:01 PM UTC
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.
Mar 20, 2025, 6:06 PM UTC
Mar 20, 2025, 6:06 PM UTC
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.
Mar 20, 2025, 6:06 PM UTC
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.
Mar 20, 2025, 6:06 PM UTC
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.
Mar 20, 2025, 6:06 PM UTC
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.
Mar 20, 2025, 6:06 PM UTC
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.
Mar 20, 2025, 6:06 PM UTC
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.
Mar 20, 2025, 6:06 PM UTC
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.
Lifecycle
Title
Type
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
Radiology Mobile CT Scanner
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the provision of a fully operational mobile CT scanner for the Blackfeet Community Hospital in Browning, Montana. The project entails a six-month deployment of the mobile CT scanner, with an option to extend for an additional six months in thirty-day increments, including a dual power injector. This initiative is crucial for enhancing healthcare accessibility and radiological services for Indian populations in the Billings Area. Interested offerors must submit their proposals by May 5, 2025, and are encouraged to contact Alta A. Adrian or Prudence Yellow Owl for further information regarding the solicitation and requirements.
Fort Thompson Health Center X-Ray Replacement
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Fort Thompson Health Center X-Ray Replacement project in South Dakota. This procurement involves the installation of supporting utilities and infrastructure necessary for a new Philips X-Ray unit, which will replace an outdated GE X-Ray machine, requiring modifications to electrical systems and flooring layouts. The project is a 100% Indian Small Business Economic Enterprise set-aside, with an estimated construction magnitude between $100,000 and $250,000, and a completion timeline of 180 days following the issuance of a Notice to Proceed. Interested contractors should submit proposals electronically by the specified deadline and may direct inquiries to the primary contact, Jong Kim, at jong.kim@ihs.gov or 206-619-0638.
Billings Area (Poplar, MT / Pryor, MT / Arapahoe, WY) Generator Project
Buyer not available
The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting proposals for the Billings Area Generator Project, which involves the installation of emergency power supply systems at three healthcare facilities located in Poplar, MT; Pryor, MT; and Arapahoe, WY. The primary objective of this procurement is to provide a reliable backup emergency power source capable of supporting essential medical equipment for up to 96 hours during outages, thereby ensuring continuity of care for American Indian and Alaskan Native communities. This project is classified as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and proposals are due by May 23, 2025. Interested contractors should direct inquiries to Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
McLaughlin Health Center Improvements Design Build
Buyer not available
The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking information from qualified firms for the design-build project aimed at improving the McLaughlin Health Center in McLaughlin, South Dakota. The project involves replacing deteriorating exterior signage with a modern digital sign and upgrading outdated HVAC equipment to ensure compliance with current standards. This initiative is crucial for enhancing the facility's operational efficiency and public health messaging capabilities. Interested parties, particularly small businesses including Native American-owned enterprises, must submit their responses by 12:00 PM Pacific Time on May 1, 2025, to the Contract Specialist, Jong Kim, at jong.kim@ihs.gov, with an anticipated project magnitude between $100,000 and $250,000.
Santa Fe Indian Health Center (SFIHC) Roof Replacement and Fall Protection
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the roof replacement and fall protection project at the Santa Fe Indian Health Center (SFIHC) in Santa Fe, New Mexico. The project aims to replace the existing roof and install fall protection systems, with a construction magnitude estimated between $1 million and $5 million, and is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE). This initiative is critical for ensuring the structural integrity and safety of healthcare facilities serving the community. Interested contractors must submit their proposals by May 1, 2025, and are encouraged to contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further information.
Taos Picuris Service Unit FOCUS IntraOral X-Ray Unit
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the procurement of a FOCUS IntraOral X-Ray Unit for the Dental Department at the Taos Picuris Service Unit in New Mexico. The contract is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to ensure compliance with federal, state, and local regulations while minimizing disruption during installation. This equipment is crucial for enhancing dental care services in the region, and the selected contractor will be evaluated based on qualifications and past performance rather than cost. Interested vendors must submit their proposals by email to Eric Wright by 12:00 PM MST on May 1, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
AMENDMENT #001 - Radiology Technician - Santa Fe Indian Health Center
Buyer not available
The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for a Radiology Technician to provide services at the Santa Fe Indian Health Center in New Mexico. The contract includes a base year and four optional years, requiring the technician to deliver 2,080 hours of services annually, with specific work shifts scheduled from Tuesday to Saturday. This procurement is vital for ensuring quality healthcare services within the Indian Health Service, adhering to federal guidelines and supporting the health needs of the community. Interested offerors must submit their proposals by April 30, 2025, by 12:30 p.m. MDT, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
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.
Wagner Misc. Projects
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for miscellaneous construction projects at the Wagner Indian Health Service Clinic in South Dakota. The primary objectives include flooring replacement, exterior improvements, and the installation of propane fuel tanks, with a construction magnitude estimated between $250,000 and $500,000. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the importance of engaging qualified contractors to enhance healthcare facilities in compliance with federal guidelines. Interested contractors must submit their proposals electronically by April 30, 2025, at 12:00 PM Pacific, and can direct inquiries to Thupten Tsering at thupten.tsering@ihs.gov or by phone at 206-615-2452.
SprintRay 3D Printer and Scanner System for the White Earth Health Center
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the acquisition of a SprintRay 3D Printer and Scanner System for the White Earth Health Center located in Ogema, Minnesota. This procurement is aimed at enhancing dental care capabilities by providing a comprehensive dental scanner and 3D printer package, which will facilitate the in-house production of dental devices such as crowns and dentures, thereby reducing patient wait times. The contract is 100% set aside for Indian Economic Enterprises (IEE), requiring eligible Offerors to self-certify their status in accordance with the Buy Indian Act, and it includes a firm-fixed price structure with delivery deadlines set for June 1, 2025. Interested parties must submit their proposals by May 13, 2025, at 2:00 PM CST, and can contact Winona Kitto or Jennifer Richardson for further information.