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 15, 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 The project involves comprehensive construction services, including the removal and replacement of outdated equipment, installation of modern systems, and compliance with safety and environmental regulations, particularly concerning asbestos abatement.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.

Point(s) of Contact
Files
Title
Posted
Apr 15, 2025, 10:05 PM UTC
The document serves as a Certified Test, Adjust, and Balance Report for the cooling systems at IHS Claremore Hospital, detailing the performance evaluations of various Air Handling Units (AHUs) conducted by HKS Energy Solutions, Inc. Various issues were identified in the AHUs, including significant leakage around air handlers, malfunctioning dampers, and dirty, corroded coils, indicating a need for urgent maintenance and repair. The report follows the National Environmental Balancing Bureau (NEBB) standards, documenting airflow measurements, static pressures, and equipment status across several air handlers. It is essential for meeting federal and local regulations and aids in assessing HVAC system performance while preparing for potential future RFPs or grants targeted at improving facility infrastructure. The findings emphasize a systematic approach to ventilation and climate control, supporting health and safety in hospital operations while underscoring the need for timely rectification of identified deficiencies to maintain operational efficacy and compliance.
Apr 15, 2025, 10:05 PM UTC
The document presents an arc flash analysis performed for the electrical upgrade of Chiller 1 and Chiller 2 at the Claremore Indian Hospital, conducted by EDA+FKI Engineers. It integrates data from a comprehensive arc flash assessment originally made in December 2019, employing SKM Power Tools 7 and adhering to NFPA 70E 2021 and IEEE standards. The analysis is segmented into six sections: a report summary, one-line diagrams, fault analysis input and output reports, and an evaluation report detailing arcing faults, which emphasizes necessary action items for safety. Key findings include substantial fault current levels, with detailed calculations of incident energy and corresponding personal protective equipment (PPE) requirements, highlighting the risks associated with electrical exposure. Labels summarizing these findings are included to ensure compliance with safety measures. The document indicates that the results should bolster an existing electrical safety program rather than serve as a standalone safety solution. Overall, this assessment plays a critical role in safeguarding personnel and enhancing electrical safety protocols at the hospital.
The 2022 Architect/Engineer (A/E) Design Guide by the Indian Health Service (IHS) outlines minimum design requirements for healthcare facilities construction projects. This updated guide emphasizes compliance with federal codes and sustainable design practices, highlighting changes such as enhanced guidance for Tribal and small-scale projects, incorporation of biophilic design, and adjustments reflecting recent sustainability updates. The guide emphasizes the responsibilities of A/E professionals, including adherence to defined codes and standards, coordination of design phases using Building Information Modeling (BIM), and compliance with procurement and contracting procedures. It establishes a structured procedure for design submissions across all phases, from pre-design to final construction documents, ensuring each element meets quality standards and accurate cost estimations. The document serves as a foundational reference for federal RFPs and grants, guiding stakeholders in maintaining high standards of construction that promote efficient, sustainable healthcare delivery in Indian communities, ultimately enhancing service availability through well-designed infrastructures.
This document pertains to unfinished elements from the 2000 Air Distribution project, specifically noting that the installation of Air Handling Units (AHUs) 3B, 3C, 4A, and 4B, along with their associated enclosures, was not completed. The designation of the units indicates potential issues with air distribution that may need addressing in future projects or RFPs. This document serves as a record of incomplete work, which could be relevant for subsequent federal, state, or local proposals seeking to rectify the deficiencies in the project. The focus on specific AHUs illustrates the targeted nature of the unfinished installations, suggesting a need for action to fulfill project requirements and ensure compliance with existing regulations or upgrades in facility standards.
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 15, 2025, 10:05 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 15, 2025, 10:05 PM UTC
Apr 15, 2025, 10:05 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 15, 2025, 10:05 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 15, 2025, 10:05 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 15, 2025, 10:05 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 15, 2025, 10:05 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 15, 2025, 10:05 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.
Apr 15, 2025, 10:05 PM UTC
The document is an amendment to federal solicitation number 75H70125R00041 concerning the replacement of air handling units (AHUs) at Claremore. It outlines requirements for contractors regarding acknowledgment of amendments, submission of offers, and necessary compliance measures prior to bidding, including infection control standards and various environmental assessments. Key changes in the amendment include responses to contractor questions, additional informational attachments, and confirmation of specific technical details regarding the project, such as the type of air handling systems to be installed and their compliance with established safety standards. The contractor must follow guidelines related to hazardous materials, installation practices, and system specifications, ensuring proper coordination across multiple construction activities. Furthermore, the document confirms that design-build aspects will be managed by the contractor without a full set of government-provided specifications, emphasizing the contractor's responsibility for adhering to quality and safety codes throughout the process. This amendment is part of a broader federal effort to enhance healthcare infrastructure while maintaining compliance with safety and operational standards within health facilities.
The document is an Asbestos Analysis Report from QuanTEM Laboratory, detailing the results of testing various materials related to the Air Handler Project at Claremore Indian Hospital in Claremore, OK. The analysis was conducted under the methodology set forth by the EPA, specifically using Polarized Light Microscopy to identify the presence of asbestos. The report includes multiple sample IDs and their corresponding composition, descriptions, and asbestos content, with the majority of samples confirming 'Asbestos Not Present', although one sample (010) reveals the presence of Chrysotile asbestos. Each sample's non-asbestos fiber content is also documented. The laboratory is NVLAP accredited, affirming the reliability of the analyses conducted. This report is essential for compliance with health and safety regulations concerning asbestos management, highlighting the importance of material testing in federal and local government projects associated with environmental health.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Healthcare Grade Ceiling Tiles
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for the procurement of healthcare-grade ceiling tiles for the Claremore Indian Hospital in Oklahoma. The solicitation, identified as RFQ IHS1512016, includes three line items: healthcare-grade ceiling tiles measuring 20 in x 60 in and 2 ft x 4 ft, along with shipping services, totaling 1,372 units. These tiles are essential for maintaining high healthcare standards within the facility, as they must meet stringent performance criteria, including anti-bacterial properties and compliance with healthcare guidelines. Interested vendors must submit their written quotes by April 30, 2025, at 10:00 AM CST, to the designated contact, Misti Bussell, via email at misti.bussell@ihs.gov, and ensure they are registered in the System for Award Management (SAM) prior to contract award.
Zuni Roof Replacement and Fall Protection Construction
Buyer not available
The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking information from qualified firms for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project involves replacing the roof and installing a fall protection system, with an estimated construction value between $1,000,000 and $5,000,000, categorized under PSC code Z2DA for the repair or alteration of hospitals and infirmaries. Interested businesses, particularly small and Native American-owned enterprises, are encouraged to submit their capabilities, bonding capacity, and relevant project experience by May 2, 2025, to Daniel Cotto at daniel.cotto@ihs.gov. Compliance with the Buy Indian Act is essential, and firms that do not respond to this request for information will still be eligible for future solicitations.
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.
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.
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.
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.
HVAC Replacement & Repairs and Building Automation
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for HVAC replacement and repair, along with the installation of a Building Automation System at San Simon Elementary School in Sells, Arizona. The project requires contractors to provide design-build services for the replacement and repair of HVAC systems across multiple buildings on the school campus, ensuring compliance with safety and health codes while minimizing disruption to school operations. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEEs), promoting economic development within the community. Interested contractors must submit their proposals by May 16, 2025, following a mandatory site visit on April 29, 2025, and can direct inquiries to Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933. The estimated project budget ranges from $100,000 to $250,000.
EDR LICENSE AND SUPPORT - CLINTON IHS
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide Electronic Dental Records Licensure and Support for Dentrix Enterprise in Clinton, Oklahoma. This Sources Sought notice aims to identify capable vendors who can demonstrate their experience and ability to fulfill the requirements outlined, emphasizing the importance of tailored capability statements over generic submissions. Interested parties must submit their responses, including a completed Buy Indian Act Indian Economic Enterprise Representation Form, to the Contract Specialist, Ronay Burns, via email by 10:00 AM CST on April 29, 2025, with a maximum submission length of five pages.
Wagner Misc. Projects
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for miscellaneous construction projects at the Wagner Indian Health Service Clinic in South Dakota. The primary objectives include flooring replacement, exterior improvements, and the installation of propane fuel tanks, with a construction magnitude estimated between $250,000 and $500,000. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the importance of engaging qualified contractors to enhance healthcare facilities in compliance with federal guidelines. Interested contractors must submit their proposals electronically by April 30, 2025, at 12:00 PM Pacific, and can direct inquiries to Thupten Tsering at thupten.tsering@ihs.gov or by phone at 206-615-2452.
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.