Claremore Indian Hospital AHU 3 and 4 Replacements
ID: 75H70125R00041Type: 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

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services) (IEE)
Timeline
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 9:00 PM UTC
Description

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 The project aims to remove outdated equipment, address life safety and environmental concerns, and install modern systems that comply with healthcare ventilation standards. This construction opportunity, set aside for Indian Small Business Economic Enterprises (ISBEE), has an estimated budget between $1 million and $5 million, with proposals due by May 1, 2025, following a site visit on March 26, 2025. Interested contractors should contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.

Point(s) of Contact
Files
Title
Posted
The document outlines the scope of work (SOW) for the replacement of air handling units (AHUs) #3 and #4 at the Claremore Indian Hospital under the Indian Health Service. The purpose is to remove and replace outdated equipment dating back to 1977, addressing life safety and environmental concerns, particularly with asbestos-containing materials. New installations will include modern dehumidification systems, controls compatible with existing building automation systems, and compliance with ASHRAE standards for healthcare ventilation. Key requirements include the abatement of asbestos, engineering services for mechanical and electrical needs, and thorough planning to minimize disruption to hospital operations. The contractor is responsible for adhering to strict safety and regulatory protocols throughout the project. Specifications dictate advanced features for the new AHUs, such as high-efficiency fans, hydronic heating systems, and effective humidification methods, ensuring a robust and healthy indoor environment. The document emphasizes the necessity for careful planning and coordination, with a focus on infection prevention and regulatory compliance, to safeguard the healthcare facility’s operational integrity during the installation process. The comprehensive approach detailed in this SOW aims to ensure that the new AHUs meet current and future healthcare standards, mitigating previous issues with the aging systems.
Apr 3, 2025, 11:07 PM UTC
The document outlines the specifications and application details for the EZ-Firestop® Grommet, a product by Specified Technologies Inc. designed to seal small cable penetrations in framed wall assemblies, particularly drywall. The grommet comprises a molded, two-piece design with a foam sealing membrane, ensuring fire and smoke sealing properties. It is UL certified and meets ASTM E814 (UL1479) and CAN/ULC-S115 standards, providing up to two-hour fire ratings. Key features include easy installation, the capability to accommodate multiple cable sizes, and suitability for usage in plenums. It is chemically compatible with various plastics, though users are advised to consult appropriate manufacturers before application due to potential material variations. Maintenance is generally unnecessary, and the grommets come in two configurations, allowing for different cable diameters. The file also includes ordering information, warranty details, and technical support availability from Specified Technologies Inc. This document is part of federal procurement processes, highlighting its relevance to construction and safety regulation compliance in government contracting.
Apr 3, 2025, 11:07 PM UTC
Apr 3, 2025, 11:07 PM UTC
The document outlines the Self-Performed Calculation Sheet requirements for federal contractors under Solicitation Number 75H70125R00041, focusing on compliance with "Limitations on Subcontracting" per FAR regulations. It mandates that contractors identify and calculate the percentage of work performed by "similarly situated" small businesses, which can include various socio-economic categories like Small Business, 8(a), and HUBZone firms. Contractors must complete a worksheet detailing their total proposed price, deducting costs for profit, materials, and work performed for non-similarly situated entities. The limit stipulates that general construction contractors cannot pay more than 85% of the contract amount to non-similarly situated firms, while for special trade contractors, this limit is 75%. The document stresses that costs related to materials do not count as subcontracting expenses. Following contract completion, contractors are required to submit actual performance data reflecting compliance with these subcontracting limitations, ensuring accurate assessments of eligibility for future contracts and reinforcing regulations on subcontracting practices.
The document pertains to a specialized experience form required for respondents to Solicitation Number 75H70125R00041, focusing on construction projects. It seeks detailed descriptions of relevant project experience over the last six years, emphasizing the applicant's capability in handling similar scopes and complexities. The structure includes sections that prompt firms to provide information on the project type, name, location, owner, general scope, facility type, building size, and the role the firm played (e.g., prime contractor, subcontractor). Furthermore, it requests financial details regarding the contract value and work subcontracted, project dates, and any performance evaluations from owners. Companies must also disclose if they faced termination or liquidated damages, with explanations if applicable, along with reference contact information for further validation. This documentation is crucial for evaluating potential contractors' qualifications in federal and state/local bidding processes, ensuring that selected firms possess the necessary experience and reliability for construction projects.
Apr 3, 2025, 11:07 PM UTC
The Past Performance Questionnaire (PPQ) Form PPQ Volume I – Factor 3 serves as a critical tool in evaluating a contractor's past performance in response to federal procurement solicitations, specifically for solicitation 75H70125R00041. The document outlines essential contractor and contract information, requiring completion of various details such as firm name, contact details, work performed, and project description. It also mandates input from the client regarding the contractor's performance across multiple evaluation categories such as quality, timeliness, customer satisfaction, cost management, safety, and overall management effectiveness. The questionnaire employs a rating scale from Exceptional to Unsatisfactory to assess the contractor's performance against specified criteria. Clients are encouraged to provide detailed feedback and justifications for ratings, emphasizing strengths and weaknesses to assist in evaluating performance risk for future contracts. Importantly, the completed PPQ must be submitted directly to the offeror, who will include it in their proposal for consideration by the government. This structured evaluation aids in fostering accountability and transparency for contractors seeking federal and local government contracts.
Apr 3, 2025, 11:07 PM UTC
The Indian Health Service's Buy Indian Act Representation Form is a self-certification document for Indian Economic Enterprises (IEEs) seeking contracts under the Buy Indian Act. The form requires the offeror to confirm that they meet the definition of an IEE at three critical points: when submitting an offer, at contract award, and throughout the contract's performance duration. If eligibility changes, the contractor must promptly inform the Contracting Officer. Contracting Officers may request proof of eligibility before awarding contracts, and any false information can lead to legal consequences. The offeror must indicate whether they do or do not meet the IEE criteria, include identification details of the 51% owner, and provide information about the Federally Recognized Tribal Entity associated with the business. The document emphasizes compliance with federal regulations governing contract performance and eligibility under the Buy Indian Act.
Apr 3, 2025, 11:07 PM UTC
The Indian Health Service (IHS) has issued a Request for Proposal (RFP) for the replacement of air handling units 3 and 4 at Claremore Indian Hospital, Oklahoma (Solicitation Number: 75H701-25-R-00041). The project is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) and has a budget of $1 million to $5 million. Proposals are due by April 17, 2025, following a site visit scheduled for March 26, 2025. The contract entails comprehensive construction tasks, including labor, materials, and coordination with local authorities. Key requirements feature provisions for due diligence in tax obligations, submission of various project-related documents, and adherence to safety standards. The contract provisions include inspection and acceptance processes, payment structures, and emergency procedures in case of severe weather. There is a robust emphasis on contractor responsibilities, including the management of subcontractors, safety compliance, and meticulous documentation throughout the project lifecycle to ensure seamless operations while maintaining hospital functions. This document reflects the federal government's commitment to partnering with small businesses to enhance community healthcare infrastructure.
Apr 3, 2025, 11:07 PM UTC
This document is an amendment to Solicitation Number 75H70125R00041 issued by the Indian Health Service (IHS), specifically the Division of Engineering Services in Seattle. The main purpose of this amendment is to notify offerors of the requirement to acknowledge receipt of the amendment by the specified deadline to avoid rejection of their offers. The amendment includes an updated wage determination dated March 14, 2025. Offerors can acknowledge receipt by returning a signed copy of the Standard Form 30 or by including a reference in their cover letter. It is explicitly stated that all other terms and conditions of the original solicitation remain unchanged. The amendment emphasizes the importance of following specified procedures to ensure compliance with the solicitation requirements. Following the administrative details, it confirms that the solicitation date for offers has not been extended. This amendment serves to clarify and ensure transparency in the solicitation process related to federal contract opportunities.
Apr 3, 2025, 11:07 PM UTC
This document is an amendment to Solicitation Number 75H70125R00041 issued by the Indian Health Service (IHS), pertaining to a project for the Claremore Indian Hospital AHU 3&4 Replacement. The key change is the extension of the proposal due date from April 17, 2025, to May 1, 2025, at 2:00 PM PT, allowing more time for bidders to submit their offers. Additionally, the document provides a site visit sign-in sheet and emphasizes that all offerors must acknowledge receipt of amendments through specified methods. The procurement is designated as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 236220, with an estimated construction magnitude between $1,000,000 and $5,000,000. The amendment maintains that all other terms and conditions of the original solicitation remain unchanged. This amendment is essential to ensure clarity for potential contractors and supports the federal goal of encouraging participation from small businesses in government projects.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Sources Sought IHS1511641 Nursing Summit
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking responses from Indian Small Business Economic Enterprises (ISBEEs) for the provision of conference and lodging space for the FY25 Nursing Leadership Summit, scheduled for September 8-11, 2025, in Claremore, Oklahoma. The procurement aims to secure accommodations and meeting facilities for approximately 240 participants, emphasizing the need for detailed capability statements that demonstrate the vendor's qualifications, experience, and ability to meet specific logistical requirements, including audiovisual support. This initiative underscores the IHS's commitment to promoting opportunities for Indian-owned businesses within the healthcare sector, with responses due by 2:00 PM CST on April 17, 2025, to the Contract Specialist, Christian McGee, at christian.mcgee@ihs.gov.
Contractor shall furnish and install a water service line for R. Smith #4420 in Pawhuska, OK (Osage, Co.) in accordance with the statement of work and drawing.
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water service line for R. Smith 4420 in Pawhuska, Oklahoma. The procurement is a Buy Indian set-aside, aimed at Indian-owned businesses, and requires adherence to a detailed statement of work and associated drawings, with an estimated contract value of less than $50,000. This project is crucial for enhancing local water infrastructure and ensuring compliance with federal regulations, including labor standards. Interested contractors must submit their quotes by April 21, 2025, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.
Santa Fe Indian Health Center (SFIHC) Roof Replacement and Fall Protection
Buyer not available
The Department of Health and Human Services, specifically 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. This project, designated as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, aims to enhance the facility's structural integrity and safety through comprehensive roofing and fall protection systems. The anticipated construction magnitude is between $1 million and $5 million, with a contract period of performance set for 180 calendar days from the notice to proceed. Interested contractors must submit their proposals by April 22, 2025, and are encouraged to contact Joshua VanSkike at joshua.vanskike@ihs.gov or Jenny Scroggins at Jenny.Scroggins@ihs.gov for further information.
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.
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.
Water Service Line Sapulpa, OK
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for the installation of a water service line in Sapulpa, Oklahoma, under Request for Quotes RFQ1511724. The project requires contractors to furnish and install a water service line in accordance with specified materials and construction standards, with a performance period of 60 calendar days from the Notice to Proceed. This procurement is set aside for Indian Economic Enterprises, emphasizing the importance of supporting Indian-owned businesses in federal contracting. Interested contractors must submit their quotes by April 25, 2025, and can direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov, with an estimated award amount under $25,000.
Water Line Extension and Line, Pawhuska, OK
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the installation of a water service extension and line in Pawhuska, Oklahoma, under solicitation RFQ 246-25-Q-0042. The project involves furnishing and installing a new 4-inch cast iron water line and a related 2-inch PVC sewer line, adhering to specific construction guidelines and local regulations. This procurement is part of the government's initiative to enhance water infrastructure and sanitation facilities, with an estimated contract value under $25,000. Interested contractors must submit their quotes by April 14, 2025, and can direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
SOURCES SOUGHT: Roof Repair for Kayenta Health Center
Buyer not available
The Indian Health Service, under the Department of Health and Human Services, is conducting market research for roof repair services at the Kayenta Health Center in Arizona. This sources sought notice aims to identify potential contractors, specifically those classified under NAICS code 238160 - Roofing Contractors, to fulfill the government’s requirement for maintenance and repair of the facility's roofing. The opportunity is significant as it supports the health center's operational integrity and service delivery to the community. Interested parties must submit their qualifications and relevant documentation by April 20, 2025, at 5:00 PM MST to Flora Washington at flora.washington@ihs.gov, ensuring compliance with SAM registration and any applicable Indian Economic Enterprise certifications.
Wagner Misc. Projects
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Wagner Miscellaneous Projects at the Wagner Indian Health Service Clinic in South Dakota. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and involves construction tasks including flooring replacement, exterior improvements, and the installation of propane fuel tanks, with an estimated project magnitude between $250,000 and $500,000. The contract will be awarded as a Firm Fixed Price (FFP) and is expected to be completed within 365 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by April 23, 2025, and can direct inquiries to Thupten Tsering at thupten.tsering@ihs.gov or by phone at 206-615-2452.
BUY INDIAN SET-ASIDE - WIRELESS UPGRADES FOR OCAO INDIAN HEALTH SERVICE
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide wireless upgrades for the Oklahoma City Area Indian Health Service under a Buy Indian Set-Aside contract. The procurement focuses on acquiring Cisco wireless equipment, including access points and controllers, to modernize the wireless infrastructure across several health facilities, ensuring enhanced connectivity and operational efficiency. This initiative is critical for improving communication capabilities within government health services, reflecting a commitment to support Indian Economic Enterprises in federal contracting. Interested vendors must submit their quotes by April 23, 2025, and can contact Edson Yellowfish at Edson.Yellowfish@ihs.gov or 405-951-3888 for further information.