IHS Nationwide Sanitation Facilities Construction (SFC) A-E Services Multiple Award IDIQ
ID: 75H70125R00018Type: Solicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 9:00 PM UTC
Description

The Indian Health Service (IHS) is seeking qualified architect-engineering (A-E) firms to provide design and engineering services for its Sanitation Facilities Construction (SFC) Program, aimed at improving water, sewer, and solid waste facilities for American Indian communities. The procurement involves awarding up to eight Indefinite Delivery-Indefinite Quantity (IDIQ) contracts, each with a maximum capacity of $8 million over a five-year period, with a guaranteed minimum order of $1,000. This initiative is crucial for enhancing sanitation infrastructure in various IHS service areas, including Albuquerque, Bemidji, Great Plains, Nashville, Oklahoma City, Phoenix, and Portland, while emphasizing the importance of engaging small businesses under the NAICS code 541330. Interested firms must submit their qualifications via Standard Form 330 by the deadline of April 4, 2025, and can direct inquiries to Taylor Kanthack at taylor.kanthack@ihs.gov or Jenny Scroggins at jenny.scroggins@ihs.gov.

Point(s) of Contact
Files
Title
Posted
Mar 3, 2025, 9:05 PM UTC
The Indian Health Service (IHS) is soliciting Architect-Engineer (A-E) firms to submit qualifications for providing design and engineering services related to sanitation facilities aimed at American Indian communities. The IHS plans to award up to eight Indefinite Delivery-Indefinite Quantity (IDIQ) contracts, each with a maximum value of $8 million, to support projects including water systems, wastewater systems, and solid waste facility planning. This procurement is exclusively for small businesses under the NAICS Code 541330, with a set-aside provision ensuring only qualified small business firms can submit proposals. Submissions will be evaluated based on six criteria: specialized experience, professional qualifications, past performance, management plan and quality control, locality knowledge, and capacity to accomplish the work. Firms must demonstrate relevant past projects, qualifications of key personnel, management abilities, and an understanding of local conditions. Proposals are due by 2:00 PM (PST) on March 28, 2025, and firms should complete the Standard Form 330, ensuring it is clear and detailed. This request aims to enhance sanitation infrastructure for Native American communities through qualified, experienced small business contractors. All interested firms must register with the System for Award Management (SAM) prior to submission.
Mar 20, 2025, 6:06 PM UTC
The Indian Health Service (IHS) seeks qualified Architect-Engineering (A-E) firms for the Sanitation Facilities Construction Program through a Request for Qualifications (RFQ) - Solicitation #: 75H701-25-R-00018. This small business set-aside contract aims to provide essential water, sewer, and solid waste facilities for American Indian communities, with a potential contract value of up to $8 million over a five-year period. IHS requests submissions via Standard Form 330 (SF330), emphasizing specialized experience, professional qualifications, past performance, and the ability to complete work in diverse geographic areas. Firms must demonstrate expertise in water systems, wastewater systems, solid waste design, and essential engineering services throughout project phases, including planning, design, and construction administration. Evaluation criteria prioritize specialized experience, qualifications of key personnel, past performance, management plans, local knowledge, and capacity to manage multiple tasks concurrently. Submissions must follow precise guidelines, and the final deadline is set for March 28, 2025. This RFQ not only seeks to improve sanitation facilities but also underscores the IHS's commitment to serving Native American populations through equitable procurement practices and engaging small businesses within the engineering sector.
Mar 20, 2025, 6:06 PM UTC
The document outlines the ARCHITECT-ENGINEER (A-E) Qualifications Standard Form 330, which federal agencies utilize to assess A-E firms’ professional qualifications for contracts as mandated by 40 U.S.C. chapter 11 and the Federal Acquisition Regulation (FAR). It consists of two parts: Part I pertains to contract-specific qualifications, detailing contract information, proposed team roles, resumes of key personnel, example projects demonstrating capabilities, and other essential qualifications. Part II outlines the general qualifications of a firm or branch office, including the firm’s establishment year, unique entity identifier, ownership type, employee distribution by discipline, revenue history, and point of contact. The document stresses the importance of concise compliance with agency instructions and the submission of accurate information along with additional agency-specific criteria. The overall purpose is to ensure that federal agencies effectively select qualified firms by thoroughly evaluating their experience and ability to perform necessary services, while establishing a fair negotiation process for contract awards.
Mar 20, 2025, 6:06 PM UTC
The Past Performance Questionnaire (PPQ) Form PPQ-0, attached to Solicitation No. 75H701-25-R-00018, evaluates contractor performance as part of government contracting processes. It requires contractors to provide detailed contract information including their role (prime, subcontractor, etc.), contract type, award dates, and pricing details. A key part of the evaluation includes a section for clients to assess various performance criteria such as quality, schedule adherence, customer satisfaction, management effectiveness, financial management, and safety compliance. Clients are asked to gauge contractor performance using a scale ranging from "Exceptional" to "Unsatisfactory." The questionnaire emphasizes the importance of direct feedback from clients, which is crucial for assessing contractor capabilities and risks in future government projects. The document aims to ensure accountability in contractor performance while contributing to informed decision-making in government procurement activities. The form underscores the government's right to verify all submitted information and encourages feedback to enhance future performance evaluations.
The document is a Pre-Qualification Inquiry Form associated with Solicitation Number 75H701-25-R-00018. Its primary purpose is to collect inquiries from firms interested in participating in a government procurement process. Key information includes a designated firm and contact person, along with their address, phone number, fax number, and email for submitting inquiries. The form requires clear requirements to ensure that responses are well documented and easily reviewed by the government entity. The submission process is specified, directing participants to email their completed forms to a designated government email address. This inquiry form is part of the larger framework of federal and state RFPs and grants, facilitating communication between the government and potential contractors to clarify project expectations and eligibility criteria.
Mar 20, 2025, 6:06 PM UTC
The document outlines the certification requirements for Offerors under the Buy Indian Act as part of the Indian Health Service's solicitation process. It requires self-certification that the Offeror qualifies as an "Indian Economic Enterprise" at three critical points: during the offer submission, at contract award, and throughout the contract duration. If the Offeror's eligibility changes, they must immediately inform the Contracting Officer. Failure to provide accurate information is considered unlawful and may lead to legal penalties. Additionally, successful Offerors must be registered in the System of Award Management (SAM). The document includes a representation section for the Offeror to confirm their qualifications, providing space for the name of the owner, signature, tribal entity, business name, and DUNS number. This solicitation emphasizes the importance of compliance with eligibility requirements to maintain integrity in federal contracting under the Buy Indian Act.
Mar 20, 2025, 6:06 PM UTC
The document is an amendment to a solicitation for a federal contract, specifically addressing inquiries related to the RFQ issued by the Indian Health Service. It confirms changes based on contractor questions, notably clarifying that California will be removed as a service area while adding the Navajo area. The RFQ remains a 100% small business set-aside for firms under NAICS 541330 with a size standard of $25.5 million, preventing large businesses from participating. Proposals, including organization charts, are bound by specific criteria, and further extensions or requests for changes to the submission timeline will not be accommodated. Potential contractors are encouraged to connect with Indian Small Business Economic Enterprises for future opportunities. All terms and conditions of the solicitation remain unchanged, and acknowledgment of the amendment is required for offers to be considered valid. This document illustrates the regulatory framework and procedural expectations for contracting within the federal government space.
Mar 20, 2025, 6:06 PM UTC
This amendment to solicitation A00002 from the Indian Health Service (IHS) provides critical updates and responses to inquiries regarding a Request for Qualifications (RFQ) for architectural and engineering (A-E) firms. Key changes include the removal of California as a service area, clarifying eligibility as a 100% small business set-aside for firms under the NAICS 541330 with a size standard of $25.5 million. Several inquiries addressed specifics regarding page limits, qualifications submissions, and the requirements for Unique Entity Identifiers (UEI) both for prime contractors and subcontractors. Responses confirm that submissions must adhere to the amended solicitation requirements, and no deadline extensions will be granted. The amendment maintains that only small businesses will qualify, disallowing late changes unless submitted appropriately. Notably, offers must acknowledge receipt of this amendment by specified methods to avoid potential rejection. This document underscores the IHS's intent to maintain strict procurement standards as it seeks to streamline submissions and clarify criteria, ensuring compliance and proper response management during the contracting process.
Mar 20, 2025, 6:06 PM UTC
The document outlines an amendment to the solicitation for the Indian Health Service (IHS) Division of Engineering Services (DES). Its primary purpose is to extend the due date for qualification package submissions to April 4, 2025, and to respond to several inquiries from potential offerors regarding the solicitation. Key changes include clarifications on service areas, specifically the removal of California, and assurance that the solicitation only accepts qualifications from small businesses under NAICS 541330 with a size standard not exceeding $25.5 million. It also addresses submission formats, page limits, and the requirement for a Unique Entity Identifier (UEI) for both prime contractors and subcontractors. Offerors must acknowledge receipt of this amendment to avoid potential rejection of their offers. The document emphasizes the importance of adhering to the amended requirements and submission guidelines to maintain compliance. This amendment reflects the IHS’s commitment to clarifying the solicitation process and supporting small businesses in securing government contracts.
Similar Opportunities
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 Mayetta, KS
Buyer not available
The Indian Health Service, part of the Department of Health and Human Services, is seeking qualified contractors for the installation of a water service line in Mayetta, Kansas. The project involves furnishing and installing a 2 ½-inch water service line at a specified location, with a performance period of 90 calendar days from the Notice to Proceed. This procurement is a total small business set-aside under NAICS code 237110, with an estimated award amount of less than $25,000, emphasizing the importance of compliance with federal labor standards as outlined in the Davis-Bacon Act. Interested contractors must submit their quotes by May 1, 2025, and direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@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, requiring compliance with specific technical specifications and the submission of a firm price quote, relevant past performance examples, and an Indian Economic Enterprise Representation Form. This project is crucial for enhancing local water infrastructure and is estimated to cost less than $50,000, with a performance period of 60 calendar days from the award date. Interested parties 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, 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) under NAICS code 236220. This initiative is critical for ensuring the structural integrity and safety of healthcare facilities serving the community. Interested contractors must submit their proposals by April 22, 2025, and can direct inquiries to Joshua VanSkike at joshua.vanskike@ihs.gov or Jenny Scroggins at Jenny.Scroggins@ihs.gov.
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 and Wastewater Systems Rehabilitation Services, Holton, KS
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for water and wastewater systems rehabilitation services in Holton, Kansas. The procurement, designated as Request for Quotes (RFQ) 246-25-Q-0048, requires contractors to furnish and install essential water and wastewater systems at a specified location, adhering to the provided statement of work and drawings. This project is crucial for maintaining and upgrading local water infrastructure, ensuring compliance with federal regulations and environmental standards. Interested Indian-owned businesses must submit their quotes by April 22, 2025, with an estimated award amount of less than $25,000; inquiries should be directed to Jeffrey Earnest at jeffrey.earnest@ihs.gov or 405-951-3740.
Regulated Medical Waste Collection and Disposal
Buyer not available
The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking qualified contractors for the collection and disposal of regulated medical waste, including pharmaceutical and non-pharmaceutical hazardous waste, at the Northern Navajo Medical Center in Shiprock, New Mexico. This five-year contract will span from July 1, 2025, to June 30, 2030, consisting of a base year and four option years, and is set aside for Indian Small Business Economic Enterprises (ISBEE). The procurement process will follow FAR 12 and FAR 13 guidelines, with quotes due by April 29, 2025, and the Request for Quotations expected to be issued by April 18, 2025. Interested parties must maintain an active profile in the System for Award Management (SAM) and can contact Dallas Begay at dallas.begay@ihs.gov for further information.
Electrical Controls Courses for the IHS, OEHE, EHSC
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for Electrical Controls Courses aimed at enhancing the competencies of engineers and technicians within the Albuquerque Area Indian Health Service. The training will focus on critical skills related to control panels, SCADA systems, and various electrical components necessary for the operation of water, wastewater, solid waste, and healthcare facilities. This initiative underscores the IHS's commitment to developing a qualified workforce capable of maintaining essential infrastructure while adhering to current electrical standards. Proposals are due by 5:00 PM MST on March 4, 2025, and interested vendors must be registered in the System for Award Management (SAM) and complete the necessary certifications. For inquiries, contact Stephanie Begay at stephanie.begay3@ihs.gov or call 505-256-6750.
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.
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR UTILITY ENGINEERING, UTILITY INFRASTRUCTURE MANAGEMENT, UTILITY OPERATION AND MAINTENANCE, AND UTILITY MANAGEMENT SERVICES WORLDWIDE
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on utility engineering, infrastructure management, operation and maintenance, and management services worldwide. The contract aims to provide essential services related to utility systems, including electricity, water, wastewater, and natural gas, with a total potential fee of $80 million and a guaranteed minimum of $10,000 over a one-year base period plus four optional years starting in February 2026. Interested firms must demonstrate their qualifications through a completed SF 330 form, highlighting their specialized experience and commitment to small business subcontracting, with final submissions due by May 16, 2025. For further inquiries, potential bidders can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.