ISBEE Set-Aside: Abatement, demolition, and disposal of two unoccupied IHS quarters units located in Rosebud, South Dakota.
ID: 75H70626Q00013Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEGREAT PLAINS AREA INDIAN HEALTH SVCABERDEEN, SD, 57401, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

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 (IHS), is soliciting bids for the abatement, demolition, and disposal of two unoccupied quarters located in Rosebud, South Dakota. The project involves addressing hazardous materials, including asbestos and lead-based paint, in buildings 00035 and 00036, with specific requirements for the removal of fuel oil tanks and cleanup of minor spills. This procurement is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside, emphasizing the importance of engaging Indian-owned businesses in the contract, which is expected to be awarded based on the lowest price technically acceptable. Interested contractors must submit their quotes by November 28, 2025, and can direct inquiries to Erin Doering at Erin.Doering@ihs.gov or by phone at 605-226-7662.

    Point(s) of Contact
    Erin Doering
    (605) 226-7662
    (605) 226-7689
    Erin.Doering@ihs.gov
    Files
    Title
    Posted
    The Great Plains Area Indian Health Service (IHS) is seeking bids for the abatement and demolition of two unoccupied quarters at the Rosebud Health Center in Rosebud, South Dakota. This Request for Quote (RFQ) 75H70626Q00013 is a 100% Indian Small Business Economic Enterprise Set-Aside, with NAICS Code #238910 (Site Preparation Contractors). The contract will be a Firm-Fixed Price, Non-Personal Commercial Services Purchase Order, awarded to the Lowest Price Technically Acceptable offer. Quotes, due by November 28, 2025, must include all-inclusive pricing, a technical description, and a completed Indian Economic Enterprise Representation Form. The period of performance is 270 days from the award date. Invoices will be processed through the Invoice Processing Platform (IPP).
    The "Rosebud Staff Quarters Demolition" price schedule outlines abatement and demolition services for two staff quarters, identified as 11547:00035 and 11547:00036, at the Rosebud Service Unit in Rosebud, SD. The document is structured to receive unit and extended prices for both abatement and demolition for each staff quarter, indicating this is part of an RFP or similar procurement process for these specific services.
    Legend Technical Services, Inc. (LEGEND) conducted a Phase I Environmental Site Assessment (ESA) for four buildings (00035, 00036, 00N16, 00N18) on the Rosebud Agency Lands in Rosebud, South Dakota. The purpose was to identify recognized, controlled recognized, and historical recognized environmental conditions for a federal-to-tribal building transfer. The assessment, compliant with ASTM E 1527-21, revealed no environmental conditions in the site area; all identified hazards are building-related. These include asbestos-containing materials in all four buildings, lead-based paint in 00035 and 00036, and mold in 00N16, 00N18, and suspected in 00036. Additionally, building 00035 has two abandoned fuel oil tanks with a minor spill. A regulatory review found several LUST sites and Brownfield sites within a half-mile, but none are expected to impact the subject properties due to their location relative to groundwater flow or their building-specific nature. The report emphasizes detailed hazardous materials surveys for each building, which are provided separately.
    The provided government file appears to be a basic geographic reference related to Rosebud, South Dakota. It pinpoints a "Lower housing compound" and indicates a distance of "200 ft" with a directional arrow pointing north. The images are attributed to Airbus, suggesting satellite or aerial imagery. This document likely serves as a preliminary site description or a component of a larger file, potentially for a federal government RFP, federal grant, or state/local RFP that requires specific location details or site assessments.
    This government file, likely part of an RFP or grant application, details an environmental site assessment for the "ROSEBUD IHS TRANSFER" property at 2218 N SPOTTED TAIL LANE, Saint Francis, SD. Conducted by EDR, Inc. for Legend Technical Services, Inc., the report includes interactive map layers to identify National Priority List Sites, Dept. of Defense Sites, and other environmental factors like flood hazard areas. A key component is "The EDR Aerial Photo Decade Package," providing historical aerial photographs from 1953 to 2016 to evaluate potential liability from past activities. The file emphasizes that these images are for one-time use and disclaims warranties, limiting liability to the report's cost. This assessment is crucial for understanding the site's environmental history and potential risks.
    Amendment One (1) to solicitation 75H70626Q00013 addresses the abatement and demolition of two quarters buildings (00035 and 00036) in Rosebud, South Dakota. The amendment adds a Questions and Answers document and confirms the closing date for offers remains November 28, 2025. Both buildings contain asbestos-containing materials and extensive lead-based paint, requiring abatement prior to demolition. Building 00035 also has fuel oil tanks that need removal and a small fuel spill requiring cleanup. Building 00036 has significant water damage, widespread lead-based paint contamination, and requires a full interior demolition. The chimney ash in Building 00036 is not a hazardous waste. The solicitation clarifies that Alaska Native Corporation (ANC) subsidiaries can qualify as Indian Economic Enterprises (IEE) if they meet the 51% Indian-owned and controlled threshold, aligning with the Buy Indian Act and relevant CFR definitions. No site visits or phone calls will be accommodated; all questions were to be submitted in writing by November 14, 2025.
    Similar Opportunities
    Toner Cartridges
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide various toner cartridges for the Rosebud IHS Hospital located in Rosebud, South Dakota. This procurement is part of a Sources Sought Notice (IHS-SS-26-1521396) aimed at gathering information to identify Indian Small Businesses Economic Enterprises (ISBEE), Indian Economic Enterprises (IEE), or other small businesses that can fulfill this requirement, with the potential for a set-aside acquisition. The anticipated NAICS code for this procurement is 325992, and the contract will be a firm fixed-price purchase order, requiring delivery within 60 days from the award date. Interested parties must submit their capability statements via email to Jarrod Cole at jarrod.cole@ihs.gov by December 09, 2025, at 11:00 a.m. Central Time, ensuring the Sources Sought Number is included in the subject line.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive renovations, including the replacement of the membrane roof system and various HVAC components to ensure compliance with ASHRAE 170 standards, addressing deficiencies identified during facility assessments. The project is critical for modernizing the health center's infrastructure, with an estimated construction magnitude between $1,000,000 and $5,000,000, and is set aside for Indian Small Business Economic Enterprises (ISBEE). Interested contractors must submit proposals by December 16, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further information.
    Belcourt RTU & Cabinet Replacement
    Buyer not available
    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 entails 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 a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, with a performance period of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, at 2:00 PM PST, and should direct any inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Fort Thompson Duplex Construction
    Buyer not available
    The Department of Health and Human Services, Indian Health Service (IHS), is soliciting proposals for the construction of duplex buildings to serve as staff quarters at the Fort Thompson Service Unit in South Dakota. The project entails constructing one duplex with an option for an additional duplex, adhering to specific design and construction standards outlined in the solicitation documents. This initiative is crucial for providing adequate housing for staff within the Crow Creek Sioux Reservation, emphasizing compliance with federal regulations and tribal requirements. Proposals are due electronically by 2 PM Pacific on December 12, 2025, and interested contractors should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Urgent Maintenance Repair of cooling units, Rosebud, SD
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the urgent maintenance and repair of cooling units at the Rosebud Indian Health Service Hospital in South Dakota. The primary objective is to address the immediate need for repairs on the air conditioning unit located above the Radiology CT unit, which is critical for maintaining operational efficiency and patient comfort. This procurement falls under the category of maintenance and repair of refrigeration and air conditioning equipment, highlighting the importance of reliable climate control in healthcare settings. Interested contractors can reach out to Andrea Whipple at andrea.whipple@ihs.gov or call 605-747-0402 for further details regarding the opportunity.
    BFSU Solid Waste Removal
    Buyer not available
    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.
    Annual Fire Extinguisher Inspection and Systems Services for White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide annual fire extinguisher inspection and systems services for the White Earth Health Center and associated clinics in Minnesota. The procurement involves inspecting 116 fire extinguishers, one FM200 fire suppression system, and one CO2 fire suppression system across four health clinics located in Ogema, Mahnomen, Ponsford, and Naytahwaush. This opportunity is a 100% Small Business Set-Aside under NAICS Code 238220, with proposals due by December 10, 2025, at 2:00 PM CST, requiring detailed company information, pricing for a base year plus four option years, a technical capability statement, and past performance references. Interested parties can contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further details.
    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.
    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.
    Buyer not available
    The Department of Health and Human Services, through 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, which is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside, includes a base year plus four option years, requiring all-inclusive unit pricing for approximately 300 X-ray and 30 Ultrasound interpretive readings per month. This procurement is vital for ensuring quality radiological services within the healthcare center, and proposals are due by December 15, 2025, at 5:00 PM CST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) methodology. Interested contractors should direct inquiries to William Kohl at william.kohl@ihs.gov or call 605-742-3686, and must submit questions by December 1, 2025.
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.