Billings Area (Poplar, MT / Pryor, MT / Arapahoe, WY) Generator Project
ID: 75H70125R00039Type: 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

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due May 23, 2025, 8:00 PM UTC
Description

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.

Files
Title
Posted
Feb 7, 2025, 12:05 AM UTC
The document is an Indian Economic Enterprise Representation Form from the Department of Health & Human Services, Indian Health Service, pertaining to the Buy Indian Act. It serves as a self-certification for Offerors responding to solicitations or RFIs, confirming they meet the definition of an “Indian Economic Enterprise” throughout key phases: when an offer is made, at the contract award, and during contract performance. Contractors must promptly notify the Contracting Officer if their eligibility changes. Offerors must also be registered with the System of Award Management (SAM), and any false information could lead to legal penalties. The form requires the name of the 51% owner of the Indian Economic Enterprise, along with the name of the federally recognized tribal entity and business details. This document is essential in ensuring compliance with the Buy Indian Act in federal contract awards, promoting business opportunities for Indian-owned enterprises.
The document pertains to federal and state government opportunities related to RFPs (Requests for Proposals) and grants. It outlines potential funding avenues and project initiatives meant to enhance local and state services, infrastructure, or programs. The primary focus is on fostering community development through public-private partnerships, innovative projects, or essential service enhancements. Key points include eligibility criteria for applicants, funding availability, and application processes. The document emphasizes transparency in procurement and encourages diverse participation to ensure inclusivity across various sectors, such as education, public health, environmental sustainability, and technology advancement. Moreover, it implies a structured approach for organizations, detailing steps for proposal submission, funding utilization reporting, and compliance with grant terms. Maintaining adherence to federal and local guidelines is essential for successful funding acquisition. Through these RFPs and grant announcements, the government aims to stimulate economic growth and improve the quality of life for citizens while addressing urgent social issues. This document serves as a crucial resource for community organizations and potential contractors looking to engage with government projects effectively.
The document in question appears to be a disorganized and largely corrupted file with no coherent structure or clear topic relating to government RFPs, federal grants, or state/local RFPs. Attempts to extract meaningful content reveal fragments of fragmented sentences, numerical codes, symbols, and nonsensical phrases, hinting at potential technical issues during data processing. The file does not provide any discernible information about specific RFP opportunities, funding guidelines, application processes, or project specifications typical in standard government documentation. The lack of structured data and meaningful text prevents a comprehensive analysis of its potential topics or purposes. Therefore, the document currently lacks the necessary clarity and organization that would allow stakeholders to extract actionable insights or information relevant to government procurement and funding.
The document appears to be corrupted and contains a significant amount of unintelligible or nonsensical text, making it difficult to extract coherent information. What can be inferred is that it is likely related to government RFPs (Request for Proposals), federal grants, or state and local RFPs within a relevant context. Such documents typically aim to outline specific project requirements, objectives, and proposals for funding or services in various sectors, including infrastructure, healthcare, and environmental initiatives. Without clear details or structure due to the corrupt nature of the file, it can be difficult to summarize accurately. However, if it contains standard content related to RFPs, one might expect to see information on eligibility criteria, objectives, required deliverables, timelines, and funding details. This context is essential for government agencies and contractors as they navigate project planning and execution, ensuring that they adhere to compliance standards in proposal submissions. Given the current state of the document, a precise summary and extraction of valuable insights remain highly limited.
The U.S. Department of Health and Human Services, Indian Health Service, has developed final construction documents for the Multiple Emergency Power Supply System Design project in Montana and Wyoming. This project involves installing emergency generator power supply systems in five healthcare facilities, designed to provide 96 hours of backup power. The documentation outlines project specifications categorized into divisions covering general requirements, HVAC, and electrical systems, along with processes for submittal and construction management. Key components include project coordination, quality control, temporary facilities, waste management, and operational procedures. Specific attention is given to managing construction activities to minimize disruption to ongoing government operations. The contract will involve comprehensive project management, including defining work restrictions, detailing contractor responsibilities, and documenting construction progress through specified procedures such as daily reports and photographic documentation. The project emphasizes compliance with the Buy American Act, coordinated procedures for construction activities, and the importance of quality assurance. The successful execution of this initiative will enhance healthcare service reliability for American Indian and Alaskan Native communities by ensuring they have consistent emergency power supply capabilities.
The U.S. Department of Health and Human Services, through the Indian Health Service, has finalized construction documents for the Multiple Emergency Power Supply System Design project for the IHS Billings Area Office in Montana and Wyoming. The specifications outline comprehensive requirements divided into various sections, including general requirements, HVAC, electrical components, and specific materials and methods for installation. Key points include the installation of sleeves and sleeve-seal systems for HVAC piping, standards for electrical components, and precise guidelines for hangers, supports, and insulation of piping systems. Each section specifies the quality standards, materials to be used, compliance with relevant codes, and methods for execution, ensuring that the project meets operational and safety criteria. The context of this document is rooted in federal government regulations and standards required for public health facilities, aiming to establish reliable and safe emergency power systems, demonstrating the government's commitment to maintaining health service availability under adverse conditions. This project emphasizes the importance of systematic planning, quality assurance, and coordination among various construction disciplines to successfully address the health infrastructure needs of Indian communities.
Apr 9, 2025, 9:08 PM UTC
The U.S. Department of Health and Human Services, through the Indian Health Service (IHS), aims to establish multiple emergency power supply systems across health care facilities in Montana and Wyoming. This project involves the design, construction, and installation of six emergency generator systems to provide 96 hours of backup power during outages, ensuring operational continuity for health services to American Indian and Alaskan Native communities. The detailed construction documents outline the requirements and specifications for project management, documentation, quality control, and scheduling procedures. It specifies the roles of the government, engineering professionals, and contractors, emphasizing coordination and compliance with the Buy American Act. The quality control measures aim to ensure complete compliance with local, state, and federal regulations, addressing environmental protection and establishing a thorough submittal process for various contractors involved. This initiative showcases the federal commitment to enhancing infrastructure and ensuring reliable health service availability in underserved areas.
The U.S. Department of Health and Human Services' Indian Health Service (IHS) presents final construction documents for the Multiple Emergency Power Supply System Design project in Montana and Wyoming. This extensive specification outlines various project requirements, including general prerequisites, HVAC system specifications, electrical systems, and product details for components such as sleeves, seals, ball valves, and hangers. Divided into two volumes, it includes detailed installation instructions, material requirements, and quality assurance measures to ensure compliance with design standards. Key points include strict adherence to performance requirements for HVAC and electrical components, including material specifications for pipes and seals, installation procedures for hangers, and insulation requirements for HVAC piping. The document aims to establish clear guidelines for contractors, ensuring quality construction and efficient operation of emergency power systems within Indian Health Service facilities. By outlining the necessary materials and installation techniques, the IHS ensures that projects meet federal regulations and operational standards, emphasizing safety and performance in health service facilities. Overall, this document serves as a comprehensive resource for contractors overseeing critical infrastructure projects in healthcare settings.
The U.S. Department of Health and Human Services, through the Indian Health Service, has developed a comprehensive plan for the Multiple Emergency Power Supply System Design project, aiming to establish six new emergency generator power supply systems across five healthcare facilities in Montana and Wyoming. Each generator will provide 96 hours of emergency backup power to ensure continuity of care. The project involves detailed construction specifications, including management procedures, existing conditions assessments, and electrical and HVAC design considerations. The document outlines essential aspects such as project organization, roles of design professionals, quality requirements, submittal procedures, and construction documentation. It emphasizes the importance of coordination among contractors and subcontractors to facilitate smooth project execution and minimize disruptions to ongoing facility operations. Safety measures, environmental considerations, and adherence to the Buy American Act are mandated. The document is structured into sections covering general requirements, construction progress documentation, and coordination for a clear framework to guide the project's successful completion, reflecting U.S. government standards in infrastructure development.
The U.S. Department of Health and Human Services, through the Indian Health Service, is implementing a design project for multiple Emergency Power Supply Systems in the IHS Billings Area Office, which covers portions of Montana and Wyoming. This document outlines the final construction specifications aimed at establishing systems for heating, ventilation, and air conditioning (HVAC), electrical wiring and components, including details about sleeves, sleeve-seal systems, insulation, and various materials required for efficient operation. The specifications are divided into various sections detailing general requirements, existing conditions, HVAC specifics, and electrical standards, ensuring comprehensive adherence to quality standards. Key items include specific product requirements such as brass and bronze ball valves, galvanized steel components, and installation procedures for sleeves and hanging systems. The document serves as an essential guide for contractors responding to the RFP, detailing both the scope of work and maintaining compliance with health and safety regulations. It underscores the project’s complexity and importance in bolstering healthcare infrastructure by ensuring reliable power supply systems in health services for Native American populations.
Apr 9, 2025, 9:08 PM UTC
The project at Verne E. Gibbs Health Center involves the installation of a new emergency generator to enhance backup power capabilities. The scope includes removing the existing generator and replacing it with a 150 KW natural gas generator housed in a walk-in enclosure. The installation will comply with all local, state, and federal electrical codes, ensuring safety and operational efficiency. Key components of the project entail constructing a generator docking station, maintaining the existing automatic transfer switch (ATS), and integrating a new electrical load center to manage power distribution. The design also includes a remote generator stop push button and a junction box for control wiring. Additionally, contractors must coordinate with local electric and gas utilities for service interruptions and installation requirements. All existing conditions will require verification on-site, and all excavated materials will need proper disposal. The project reflects the Indian Health Service's commitment to improving healthcare infrastructure while adhering to stringent safety and operational standards throughout the construction process. This initiative aligns with broader governmental efforts to upgrade facilities, emphasizing reliability and regulatory compliance in health services.
Apr 9, 2025, 9:08 PM UTC
The document outlines the construction plans for an emergency generator installation at the Pryor Health Station in Billings, Montana, under the Indian Health Service (IHS). This project, prepared by Short Elliott Hendrickson, Inc. (SEH), involves installing a 175 kW natural gas generator and related electrical systems. Key components include a generator docking station, automatic transfer switches, grounding systems, and compliance with the 2020 National Electric Code and local utility requirements. The plans specify the precise type of generator, placement of electrical panels, routing of wiring and grounding conductors, and coordination with local gas utilities for fuel supply. Additionally, it emphasizes adherence to safety and regulatory standards and outlines responsibilities regarding existing site conditions and utility verification. Contractors are informed to survey and adjust to actual conditions, ensuring all installations meet operational specifications. This document is critical for directing contractors and engineers on proper implementation, thus facilitating improved emergency power capabilities for health services in the region.
Apr 9, 2025, 9:08 PM UTC
The document presents the final construction drawings for an emergency generator installation at the Arapahoe Health Center, managed by the Indian Health Service (IHS). The project involves the installation of a 150 kW natural gas generator, including all necessary electrical and mechanical systems. Key components include a generator docking station, automatic transfer switches, junction boxes, and a comprehensive grounding system. The detailed drawings specify electrical plans, mechanical details, and relevant compliance requirements with the National Electric Code. Important notes emphasize the need for coordination among contractors, verification of existing conditions, and adherence to safety standards. The project's objective is to ensure reliable backup power for the health center, enhancing the facility's resilience against outages. By following local and state regulations, the project aims to provide an efficient and compliant energy solution for essential healthcare services. Overall, the documentation underscores the IHS's commitment to operational readiness and safety, reflecting the broader goals of federal initiatives to enhance public health infrastructure.
The document outlines the requirements for submitting specialized experience forms in response to solicitation number 75H70125R00039 related to construction projects. It specifies that firms must detail relevant projects completed in the last six years, providing a thorough overview of each project through a form that includes various fields. These fields seek information such as the type of project, firm name, project name, location, owner details, scope of construction, facility type, dimensions, company's role, contract value, subcontracting details, and timelines. Additionally, firms must disclose any terminations or assessments for liquidated damages, provide owner evaluations if known, and list a point of contact for references. This structured format serves as a critical mechanism for evaluating potential bidders' expertise and qualifications in the construction sector, which is essential for ensuring quality and compliance in federal contracting processes.
Apr 9, 2025, 9:08 PM UTC
The Past Performance Questionnaire (PPQ) Form PPQ, as part of Solicitation 75H70125R00039, serves to evaluate contractor performance on federal projects. It is structured to capture essential information about the contractor, such as firm details, contract specifics, project descriptions, and client evaluations. Contractors must detail their roles, project complexity, and any discrepancies in contract timelines or costs. Clients are responsible for completing sections that assess the contractor’s performance across multiple areas, including quality of work, adherence to schedules, customer satisfaction, management effectiveness, financial management, safety compliance, and overall performance rating. Ratings range from Exceptional to Unsatisfactory, guiding future government contract decisions. The form allows for additional remarks on strengths and deficiencies, emphasizing the importance of performance evaluation in government contracting. The completed questionnaires can be submitted directly to the offeror or IHS, ensuring that the government can verify any provided information for informed decision-making.
Apr 9, 2025, 9:08 PM UTC
The document from the Department of Health & Human Services (HHS) pertains to the Buy Indian Act, specifically detailing the requirements for self-certifying as an "Indian Economic Enterprise" when responding to solicitations, requests for information, or contracts. Offerors must confirm their status at three key points: at the time of submission, during contract award, and throughout the contract performance period. Should an enterprise fail to meet these criteria at any point, it is required to notify the Contracting Officer immediately. Additionally, any enterprise must be registered with the System of Award Management (SAM), and false information can result in legal penalties under U.S. law for misrepresentation. The document includes a representation section for Offerors to declare their eligibility status and provides key details such as ownership and business identification. This framework facilitates compliance and transparency in federal contracting aimed at supporting Indian-owned businesses. The specific project associated with this solicitation is the Billings Area Generator Project.
The Billings Area Generator Project outlines the necessary calculations for self-performance in accordance with federal contracting regulations, specifically the limitations on subcontracting detailed in FAR 52.219-14 and FAR 52.219-17. Offerors must complete a worksheet to highlight their proposed price, deducting profit, material costs, and expenses for non-similarly situated entities to determine the portion of work allocated to similarly situated entities, which includes small and disadvantaged business classifications. The document emphasizes that general contractors must retain at least 15% of their work and special trade contractors must keep at least 25% for themselves in relation to the contract value. It provides definitions for "Concern Status" to clarify the eligibility of subcontractors and includes examples of compliance with these regulations. Ultimately, the document ensures that small businesses remain competitive in government contracting while adhering to stipulated performance benchmarks aimed at encouraging subcontractor participation from similarly situated entities.
Apr 9, 2025, 9:08 PM UTC
The Indian Health Service (IHS) is soliciting proposals for a generator project at three healthcare facilities in Poplar, MT; Pryor, MT; and Arapahoe, WY, aimed at enhancing emergency power supply capabilities. The project, classified under NAICS 236220 (Commercial and Institutional Building Construction), is designated as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside. The estimated construction cost ranges from $1,000,000 to $5,000,000, with a proposal deadline set for May 23, 2025. Contractors will be required to provide comprehensive labor, materials, equipment, and inspections to ensure a functional emergency generator capable of supporting essential medical equipment for 96 hours. Specifications and required documentation are detailed across multiple sections of the solicitation, covering work scopes, pricing, and contractor requirements. Bid submissions must include a completed Standard Form 1442 and adhere to stringent compliance with federal guidelines regarding payment, hourly wage determinations, safety standards, and project management protocols. The contractor is responsible for ensuring smooth operations without disrupting the ongoing services at the facilities. The government’s commitment to safety and efficiency is underscored throughout the project requirements, reflecting IHS’s ongoing support for Indian communities.
This amendment of a government solicitation issued by the Indian Health Service (IHS) updates the set-aside classification from a general 100% Small Business Set-Aside to a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside. Offers must acknowledge receipt of this amendment by the specified submission methods to avoid rejection. Changes to previously submitted offers may also be communicated via letter or electronic means. The document reaffirms that aside from this modification, all other terms and conditions remain unchanged. The amendment is officially documented under Contract ID 75H70125R00039 and must be completed by the specified deadline to ensure compliance and consideration in the bidding process.
Lifecycle
Title
Type
Similar Opportunities
BLACKFEET HOSPITAL CT ROOM RENOVATION
Buyer not available
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.
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.
Load Bank Testing of Emergency Power Supply Systems and Fuel Quality Testing
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting quotes for load bank testing of emergency power supply systems and fuel quality testing at various facilities in North Dakota and South Dakota. The contractor will be responsible for providing all necessary materials, labor, equipment, and supervision to conduct the required tests, with a performance period not exceeding 60 days from the award date. This testing is crucial for ensuring compliance with federal standards and maintaining the operational readiness of emergency power systems in healthcare settings. Interested small businesses must submit their proposals, including a completed SF-18 form and proof of relevant experience, by May 12, 2025, and can direct inquiries to Erin Doering at Erin.Doering@ihs.gov.
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.
100% ISBEE Set-Aside Demolition and removal of old dental clinic mobile home in Manderson, SD for Great Plains Area Indian Health Service OEHE
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for the demolition and removal of an old dental clinic mobile home located in Manderson, South Dakota. The project involves the demolition of a 15x60 manufactured trailer, including utility disconnections, debris disposal, earthwork, and site cleanup, all to be completed within 180 days from the notice to proceed. This initiative is part of a broader effort to enhance local health infrastructure and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to supporting Indian businesses in federal contracting. Interested contractors must submit their proposals by April 30, 2025, with project execution anticipated from June 1 to December 1, 2025. For further inquiries, potential bidders can contact Erin Doering at Erin.Doering@ihs.gov or by phone at 605-226-7662.
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.
Claremore Indian Hospital AHU 3 and 4 Replacements
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the replacement of air handling units (AHUs) 3 and 4 at the Claremore Indian Hospital in Oklahoma. The project involves comprehensive construction services, including the removal and replacement of outdated equipment, installation of modern systems, and compliance with safety and environmental regulations, particularly concerning asbestos abatement. This procurement is significant for enhancing healthcare infrastructure and ensuring compliance with current standards, with a contract value estimated between $1 million and $5 million. Interested contractors must submit their proposals by May 1, 2025, following a mandatory site visit on March 26, 2025, and can direct inquiries to Taylor Kanthack at taylor.kanthack@ihs.gov or by phone at 240-478-1501.
OEHE GIS Support Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for GIS Support Services under a presolicitation notice for Solicitation 75H70125R00030. The procurement aims to establish a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to enhance GIS capabilities within the Office of Environmental Health and Engineering (OEHE), focusing on tasks such as program management, technical support, training, and data conversion for community water and wastewater systems. This initiative is crucial for improving healthcare service delivery through technology in native communities, with a total budget ceiling of $9.9 million over a five-year period, including a base year and four option years. Interested parties should contact Thupten Tsering at Thupten.Tsering@ihs.gov or 206-615-2452, and are advised to monitor www.sam.gov for the official solicitation release anticipated in April 2025, with proposals due at least 30 days thereafter.
Betty Jane Bagley OSS Replacement (Suquamish)
Buyer not available
The Indian Health Service (IHS) is seeking qualified contractors for the installation of a new onsite septic system for Betty Jane Bagley in Bremerton, Washington. The project involves the construction of a comprehensive wastewater management system, including a 2-compartment septic tank, advanced treatment unit, pump chamber, and low-profile chamber drainfield, all to be completed within 30 calendar days after receiving the Notice to Proceed. This initiative is part of the federal commitment to enhance sanitation facilities in tribal communities and is classified as a Total Small Business Set-Aside, with an estimated budget ranging from $25,000 to $100,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to prepare for the forthcoming solicitation expected to be released around October 23, 2024. For further inquiries, potential bidders can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
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.