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

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEDIV OF ENGINEERING SVCS - SEATTLESEATTLE, WA, 98121, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
    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 reliable backup emergency power to ensure the functionality of critical medical equipment and life-saving devices during outages, with each generator capable of supplying power for up to 96 hours. This initiative is crucial for maintaining healthcare services in underserved communities and is designated as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with an estimated construction cost ranging from $1 million to $5 million. Proposals are due by June 5, 2025, and interested contractors should direct inquiries to Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The Indian Health Service (IHS) solicits proposals under solicitation number 75H70125R00039 for a generator project at the Verne E. Gibbs Health Center in Poplar, MT, and other health facilities in Pryor, MT, and Arapahoe, WY. This project is aimed at providing backup emergency power to ensure the functionality of essential medical equipment and life-saving devices. Proposals are due by May 23, 2025, and the project falls under a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with an estimated construction cost between $1 million and $5 million. The contractor must supply all necessary labor, materials, and permits, ensuring compliance with federal safety standards, including the provision of insurance and safety plans. The contract requires diligent project management, including the submission of a detailed construction schedule and regular progress reports. The contractor's ability to complete the project without disrupting the operations of the facilities is paramount. Overall, this solicitation illustrates the government's commitment to enhancing healthcare infrastructure through strategic procurement practices while adhering to safety and compliance regulations.
    The Indian Health Service is soliciting proposals for the construction of emergency generator systems at three health facilities in the Billings Area (Poplar, MT; Pryor, MT; and Arapahoe, WY). This initiative, referenced as Solicitation Number 75H70125R00039, aims to establish a reliable backup power source to support critical medical equipment and emergency systems, ensuring uninterrupted healthcare services during outages. The procurement is set as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with an estimated project cost between $1 million and $5 million. Proposals must adhere to a detailed requirements framework across multiple sections, including specifications for labor, materials, safety, and inspections based on federal guidelines. The contractor is tasked with a comprehensive scope of work, including installation, coordination with local authorities, and fulfilling safety regulations. The deadline for proposal submission is May 23, 2025, at 1 PM PT, with a mandatory site visit prior to the proposal due date. The focus on indigenous business participation underscores the government's commitment to promoting economic opportunities within local communities. This solicitation aligns with broader federal objectives to enhance infrastructure and ensure the operational integrity of healthcare facilities.
    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.
    This amendment outlines changes and responses related to solicitation number 75H70125R00039, issued by the Indian Health Service for a generator replacement project. Key updates include revised timelines, specifically extending the contract period of performance from 180 to 365 days. The amendment includes a Q&A section addressing technical inquiries from contractors, focusing on equipment specifications, safety measures, and compliance with national codes. Questions range from the acceptability of alternate generator models, construction safety protocols, and project scheduling requirements, with responses clarifying concerns and outlining project expectations. The document emphasizes contractor responsibilities, including submitting acknowledgment of the amendment and adherence to safety and performance standards. It represents critical communication in the procurement process, ensuring clear guidelines for ongoing construction projects while maintaining consistency with federal solicitation practices.
    This government document outlines an amendment to a solicitation, primarily extending the deadline for request for proposals (RFPs) from May 23, 2025, at 1:00 PM PDT to June 5, 2025, at 1:00 PM PDT. Offers must acknowledge this amendment prior to the specified date through designated methods, such as completing specific items on the form or via written or electronic communication referencing the solicitation number. Failure to acknowledge the amendment on time may lead to rejection of the offer. The amendment applies to the Indian Health Service in Seattle, maintaining all other terms and conditions unchanged. The document also includes instructions for completing the amendment form, detailing requirements for contracting officers and contractors regarding changes or acknowledgments, and emphasizing the document's essential role in contract management and compliance with federal regulations.
    The document serves as an amendment to a solicitation for the Indian Health Service, detailing specific instructions on acknowledging receipt and potential modifications to submitted offers. It outlines requirements for contractors to communicate changes via written notice or electronic correspondence before the submission deadline. Key topics include the extension of the deadline for proposals, updates on project-related questions and answers, and clarifications regarding technical specifications for generator installations at various health facility locations. The responses to questions emphasize safety standards, equipment specifications, and installation protocols, while reiterating that alternate products may be proposed post-award. The amendment reflects a commitment to maintain project timelines and compliance with relevant safety and construction codes throughout the procurement process, ensuring effective coordination among contractors and project stakeholders without altering the fundamental terms of the solicitation. This document indicates the ongoing efforts of federal agencies to efficiently manage resources in public health infrastructure projects, emphasizing the importance of clarity in communication and accuracy in technical compliance.
    The document pertains to an amendment of a solicitation issued by the Indian Health Service (IHS) for construction work involving generator installation at multiple health facility locations. It outlines the amendment process, stipulating that offers must acknowledge receipt of the amendment before the specified deadline, utilizing prescribed methods. An updated Q&A sheet as of May 28, 2025, is included, addressing various technical and administrative queries raised by contractors. Key topics in the Q&A include specifications for generators, safety measures during construction, requirements for gas piping, and clarification on electrical panel installations. The responses emphasize compliance with safety codes and the need for coordination among contractors, facility personnel, and the project management team regarding construction logistics and material specifications. Additionally, the amendment announces an extension of the project's performance period from 180 to 365 days to accommodate procurement timelines for necessary equipment. Overall, this document serves as a vital communication tool to ensure clarity on project expectations while upholding safety regulations and facilitating effective contractor engagement.
    Similar Opportunities
    Generator Services for White Earth Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), intends to award a sole source contract to Kodiak Power Solutions for generator services at the White Earth Health Center in Ogema, Minnesota. The procurement aims to secure specialized maintenance and repair services for generators and transfer switches, leveraging Kodiak's proprietary Com-App WebSupervisor technology for remote monitoring and compliance reporting. This contract, valued at approximately $108,500, is justified under FAR 6.302-1 due to Kodiak's unique capabilities that ensure safety and efficiency in managing high-voltage components. Interested parties may contact Purchasing Agent Winona Kitto at winona.kitto@ihs.gov for further information, although this notice does not constitute a request for competitive quotes.
    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.
    Haskell Indian Health Center Generator Gas Line Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the replacement of a natural gas line at the Haskell Indian Health Center in Lawrence, Kansas. The project involves furnishing, replacing, and installing a new 3-inch gas line with a meter and regulator to ensure the generator operates at full capacity, addressing current limitations posed by the existing undersized line. This procurement is a 100% Small Business set-aside under NAICS code 238220, with an estimated contract value between $25,000 and $100,000, and a performance period of 120 calendar days from the Notice to Proceed. Interested parties must submit their quotes by January 12, 2026, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@ihs.gov.
    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.
    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 Utility - Natural Gas 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 Northwestern Energy Corporation for the provision of natural gas services to the Blackfeet Service Unit in Browning, Montana. The contract, valued at $37,000, will ensure adequate heating and cooking facilities in government quarters, with services commencing on January 1, 2025, and concluding on December 31, 2025. This procurement is critical for maintaining essential services and infrastructure within the managed quarters, emphasizing the government's commitment to operational functionality. Interested firms that believe they can provide similar natural gas services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within seven days of this notice, as no competitive proposals will be solicited.
    Healthcare Facility Planning, Evaluation, Research
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking sources for Healthcare Facility Planning, Evaluation, Research, and Advisory Services to support the Department of Health and Human Services (HHS), specifically the Indian Health Service (IHS) Office of Environmental Health and Engineering (OEHE). The procurement aims to enhance healthcare delivery for American Indians and Alaskan Natives by modernizing IHS facilities and planning processes, which includes developing planning documents, updating Health Services and Facility Master Plans, and providing advisory reviews. This opportunity is anticipated to result in a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract valued at approximately $30 million, with a five-year ordering period starting in Fiscal Year 2026. Interested firms must complete the attached Excel document and submit it to Robert Brewer at robertbrewer@ibc.doi.gov by the specified deadline.
    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.