Santa Fe Indian Health Center (SFIHC) Roof Replacement and Fall Protection
ID: 75H70125-R-00038Type: 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

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    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 designated as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 236220. This initiative is crucial for ensuring the structural integrity and safety of the health center, which serves the local community's healthcare needs. Interested contractors must submit their proposals by May 8, 2025, and are encouraged to contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further details.

    Files
    Title
    Posted
    This document serves as Amendment A00001 to solicitation number 75H701-25-R-00038, regarding the SFIHC Roof Replacement and Fall Protection project managed by the Indian Health Service's Division of Engineering Services. The amendment specifies the acknowledgment requirements for offers and emphasizes that failure to acknowledge any amendments may lead to rejection. Key changes include the provision of sign-in sheets from a site visit, answers to pre-proposal inquiries, and an extension of the proposal submission deadline from April 10, 2025, to April 22, 2025, at 2:00 PM MST. Furthermore, the document outlines various inquiries submitted by potential contractors concerning the project specifications, site visit policies, wage determinations, and approved material equivalents. The amendment maintains that all terms and conditions remain unchanged except as explicitly stated. The project is designated as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside within the NAICS code 236220 and is estimated to cost between $1 million and $5 million. These modifications highlight the government's commitment to maintaining transparent communication and compliance with procurement regulations in the construction industry.
    The document outlines Amendment A00002 to solicitation 75H701-25-R-00038 concerning the SFIHC Roof Replacement and Fall Protection project managed by the Indian Health Service. Key updates include an extension of the proposal submission deadline to May 1, 2025, and responses to pre-proposal inquiries covering various technical aspects of the project. The amendment specifies that the proposal due date is now set for 2:00 PM MST on the new date and emphasizes the requirement for offerors to acknowledge receipt of the amendment correctly to avoid rejection. Additional responses clarify requirements about site visits, roofing materials, gas line modifications, asbestos reports, security precautions, and wage determinations. The project targets Indian Small Business Economic Enterprises (ISBEE) within specified construction magnitude limits. The document reiterates that all other solicitation terms remain unchanged. This solicitation aims to ensure compliance with federal regulations while effectively addressing stakeholder concerns during the roof replacement and installation of fall protection systems at the health center.
    The document pertains to an amendment (A00003) of solicitation number 75H701-25-R-00038 regarding the SFIHC Roofing Replacement and Fall Protection project, administered by the Indian Health Service in Seattle. It addresses changes in the proposal due date, extending it to May 8, 2025, at 2:00 PM MST, to allow for further evaluation of pre-proposal inquiries. Offerors must acknowledge receipt of the amendment to avoid rejection of their proposals. The project falls under the ISBEE set-aside, categorized by NAICS code 236220, with a construction magnitude estimated between $1 million and $5 million. All other terms and conditions remain unchanged, with further amendments potentially issued to provide additional responses as needed. Compliance with the proposal submission instructions is emphasized, alongside the necessity for proper bidding documentation. This amendment highlights the government's structured process in managing solicitations and amendments, ensuring offers meet specified requirements before the stipulated deadlines.
    This document contains Amendment A00004 to Solicitation 75H701-25-R-00038 regarding the SFIHC Roof Replacement and Fall Protection project. It outlines important requirements for bidders, specifically that acknowledgment of the amendment must be submitted before the due date or their offer may be rejected. The document clarifies that the proposal submission deadline remains unchanged at May 8, 2025. It provides responses to pre-proposal inquiries, addressing potential discrepancies between existing conditions and historical drawings, the operational status of roof drains, and specifications for roofing materials. Notably, it emphasizes that proposed contractor equivalents for materials must be submitted as Requests for Information after contract award, not during the solicitation period. All other terms and conditions are stated to remain unchanged. This amendment aims to address contractor inquiries, ensuring that bidders have clear information to comply with the project requirements, reflecting the government's commitment to transparency in the procurement process.
    The Indian Health Service is seeking proposals for the roofing replacement and fall protection project at the Santa Fe Indian Health Center (SFIHC) located in Santa Fe, NM. This request for proposal (RFP) is designated as a 100% Indian Small Business Economic Enterprise set-aside and falls under the NAICS code 236220 for Commercial and Institutional Building Construction, with a construction magnitude estimated between $1 million and $5 million. Proposals are required to be fully detailed, with a submission deadline of April 10, 2025. The contractor will be responsible for all aspects of construction including labor, materials, permits, and safety measures, following specific work descriptions and specifications outlined in the provided documents. Key requirements include coordination with existing facility operations, adherence to OSHA regulations, and compliance with local ordinances. A site visit is scheduled for March 18, 2025. The document emphasizes the importance of transparency, requiring several submissions for approvals, particularly regarding materials and safety protocols, maintaining project timelines, and proper waste disposal. It reflects the government's commitment to employing qualified entities while ensuring robust oversight and compliance throughout the project's lifecycle.
    The document outlines construction plans for the Santa Fe Indian Health Center, focusing on roofing and fall protection systems. The project, identified by IHS Project No. AQ22SF001, includes detailed drawings and specifications for various roofing components such as drainage plans, roof details, and fall protection systems. Key architectural considerations emphasize proper roof slope (minimum 1/4" per foot), coordination with plumbing and electrical systems, and precise installation of roofing materials, including a 60 mil PVC roofing system. The designs also account for safety features, such as guardrails and fall protection systems, to ensure worker safety during construction and maintenance. Integral to the plans are requirements for contractors to verify all quantities, sizes, and locations of existing roof penetrations. The document serves as an essential guide for contractors responding to the RFP, aiming to enhance the building's structural integrity and ensure compliance with safety standards. The detailed plans and specifications reflect a commitment to quality construction and worker safety within the federally funded project framework.
    The document outlines the construction project specifications for reroofing and fall protection design at the Santa Fe Indian Health Center, managed by the Indian Health Service (IHS) and developed by BWS Architects. It includes vital details on multiple aspects, such as bidding, safety requirements, construction documentation, and general requirements for contractors. The project aims to ensure structural integrity while maintaining compliance with health regulations and safety standards. Key sections detail the scope of work, lay out construction progress documentation, specify submittal requirements through a cloud-based system, and emphasize safety measures tailored for high-risk activities. Training requirements necessitate that all site personnel complete safety courses, including general OSHA training and specialized training for more hazardous work. The document's structure follows a standardized format, assigning detailed divisions for ease of reference. It ensures that all work aligns with safety regulations and delineates responsibilities for accident prevention. This initiative signifies the federal government's commitment to providing safe and functional healthcare facilities in compliance with established health and safety standards.
    The document dated 9-3-24 appears to outline a series of federal and local requests for proposals (RFPs) and grants. It focuses on opportunities available for various organizations seeking funding or partnerships to support community development initiatives. The primary aim is to outline the eligibility criteria, application processes, and specific themes or projects prioritized in the RFPs. Key areas of emphasis may include economic development, public health, environmental sustainability, and education, aligning with broader government objectives to enhance community welfare. Additionally, it likely specifies important deadlines and submission guidelines, ensuring that potential applicants understand the requirements to participate effectively. The structure encourages organized responses from interested parties, fostering collaboration between government entities and private organizations to achieve policy goals. The document reinforces the commitment of government agencies to allocate resources efficiently and enhance program efficacy through strategic partnerships.
    The document appears to be a corrupted or improperly formatted file, making it difficult to identify coherent topics, key ideas, or supporting details. However, based on the context of government RFPs (Requests for Proposals) and grants, it can be inferred that the intended content relates to various federal and state procurement opportunities, funding requirements, and application protocols. In a typical RFP or grant document, one would expect to find sections detailing eligibility criteria, project objectives, submission guidelines, evaluation criteria, and deadlines. This information is crucial for organizations seeking funding or partnerships with governmental entities. Despite the corrupted content, this type of document generally serves to inform potential applicants about the operational priorities and fiscal responsibilities of government agencies. Grant seekers are encouraged to present proposals that align with these priorities, highlighting their qualifications and approaches in the application. Ultimately, the significance of such documents lies in fostering transparency and accountability in government funding while promoting competitive practices among bidders.
    The document serves as a Self-Performed Calculation Sheet for federal contractors, specifically focusing on the “Limitations on Subcontracting” as outlined in relevant Federal Acquisition Regulations (FAR). Construction firms must complete the worksheet to determine their self-performance percentage in accordance with guidelines that restrict the allocation of contract funds to subcontractors not classified as “similarly situated.” For general contractors, no more than 85% of the amount paid by the government may go to such subcontractors; for special trade contractors, this limit is reduced to 75%. The calculations encompass costs related to profit, materials, and the work performed by non-similar entities to derive the contractor's estimated proportion of work conducted by similarly situated firms. The sheet mandates reporting both at the proposal's submission and contract completion, ensuring compliance with performance requirements and maintaining the integrity of small business assistance programs. Key definitions regarding concern status, similar situated entities, and examples detailing compliance illustrate the document's purpose of ensuring fair contracting practices among small business contractors. Overall, this calculation sheet is crucial for ensuring that federal contracts with small businesses adhere to established subcontracting limitations and promote equitable opportunities for similarly qualified entities.
    The document outlines the Company Specialized Experience – Construction Form required for the federal solicitation number 75H701-25-R-00038. It is designed for construction companies to demonstrate their relevant experience through a structured form, to be completed for each project within the past six years. Key components to include are the project type, firm name, project name and location, owner details, general scope, facility type, building size, company role, contract value, subcontracting details, project timeline, performance evaluation, and termination conditions if applicable. Additionally, the owner’s point of contact for reference and their current contact number are also required. This form is essential for assessing a company's qualifications and past performance in response to the request for proposal (RFP), aiming to ensure that only experienced contractors participate in government construction projects while facilitating thorough evaluation and reference checks.
    The Past Performance Questionnaire (PPQ-0) Form PPQ-0 is a crucial part of the solicitation process under announcement 75H701-25-R-00038. It aims to gauge past performance of contractors involved in federal RFPs, grants, or local projects. The questionnaire is structured to be filled out by the contractor and the respective client, with specific sections for contractor information, contract details, project descriptions, and client evaluations. Clients are prompted to assess contractor performance in various areas including quality of work, schedule adherence, customer satisfaction, management effectiveness, cost management, and safety compliance using a rating system from Exceptional to Unsatisfactory. Additionally, the form encourages narrative feedback on significant strengths or weaknesses observed during the project. The overall goal is to ensure that the government can verify contractor competencies and previous performances accurately to mitigate performance risks in future contracts.
    The Indian Health Service is issuing a solicitation in accordance with the Buy Indian Act, requiring Offerors to self-certify as “Indian Economic Enterprises.” The document mandates that enterprises maintain this status at the time of offer submission, contract award, and throughout the contract performance period. Should an enterprise lose this eligibility, immediate notification to the Contracting Officer is required. Individual Contracting Officers may demand documentation of eligibility, and any submission of false or misleading information is considered a violation of law, with significant penalties. Offerors must indicate if they meet the criteria of an “Indian Economic Enterprise” and must be registered with the System of Award Management (SAM). This document emphasizes compliance with federal regulations concerning Indian economic interests, aiming to support and empower tribal enterprises through targeted contracting opportunities.
    The file outlines the findings of an asbestos survey conducted by the Federal Occupational Health at the Santa Fe Service Unit in New Mexico for the Albuquerque Area Indian Health Service. The survey, carried out from December 10 to December 21, 2006, examined eight facility buildings for asbestos-containing materials (ACMs) using EPA-approved procedures. The inspections, conducted by accredited professionals, revealed the presence of suspect ACMs such as floor tiles, insulation, and various mastics in several buildings, while the main hospital and other structures were primarily non-modular. A detailed analysis determined the presence and condition of asbestos, leading to a comprehensive cost estimate for abatement works totaling $269,125.85. The report specifies classifications and handling procedures for identified materials, emphasizes the need for certified personnel during any removal, and outlines safety practices to mitigate health risks. Furthermore, it notes the limitations of the study concerning sample locations and underscores the importance of client discretion in risk management related to asbestos presence. This document serves informational purposes only, guiding future actions for compliance and safety in managing asbestos hazards.
    The document outlines the findings of a Lead-Based Paint (LBP) Inspection conducted by Federal Occupational Health at the Santa Fe Service Unit in New Mexico. The inspection, performed from December 10-21, 2006, evaluated eight buildings for lead presence using a non-destructive Niton XRF Spectrum Analyzer. The inspection revealed LBP in five buildings, with varying conditions, particularly noting that while interior LBP was generally in good condition, some exterior surfaces were deteriorating. The report suggests that abatement is not necessary unless these surfaces will be disturbed during renovations. However, it recommends encapsulating damaged exterior paint. A total estimated cost of $230,773.49 is provided for the chemical removal of LBP, plus an additional $13,494.83 for component demolition. The report emphasizes the importance of identifying and managing LBP to mitigate health risks, proposing the implementation of an Operations and Maintenance Program to ensure ongoing safety. Overall, it underlines the necessity of adhering to established guidelines for LBP management and maintaining safety during any construction or maintenance activities. The project's results serve as a guide for effective risk management in the context of federal health facilities.
    The document appears to serve as a preliminary communication regarding federal and state RFPs and grants, specifically indicating that it is provided solely for informational purposes. Given the lack of substantive content in the provided text, it does not present specific projects, funding details, or proposal requirements typical of RFP documents. Therefore, its primary goal may be to inform interested parties that further information will be available or to outline the procedural context in which future RFPs and grants will be issued. The succinct presentation suggests an intention to prepare stakeholders for upcoming opportunities without delving into specifics, indicating an early stage in the RFP process. As such, no actionable insights or opportunities for funding are highlighted in this document, reaffirming its role as an introductory notice rather than a comprehensive resource.
    The document serves as a notice emphasizing that it is intended for informational purposes only, highlighting its role in disseminating vital updates or resources related to federal government Request for Proposals (RFPs), federal grants, and state and local RFPs. Although specific details are not provided, the purpose of such documents typically includes informing stakeholders about upcoming funding opportunities, project specifications, and guidelines for submission. This approach is crucial for fostering transparency and ensuring that potential applicants and partners are aware of available resources and the procedural framework necessary for participation. The content thus underscores the importance of keeping interested parties informed, reinforcing the government's commitment to accessibility in public funding initiatives.
    The document serves as a general informational notice, indicating that it does not contain actionable content but may provide insights relevant to federal government requests for proposals (RFPs) and grants. It emphasizes the importance of understanding the framework and context behind federal and state/local funding opportunities. By delineating the intricate processes involved in RFPs, it highlights the significance of well-prepared applications for securing financial support. The document may also imply the need for potential applicants to examine specific requirements and eligibility criteria for various grants, thereby fostering informed participation in government procurement and funding initiatives. The overall intent is to enhance awareness and preparedness among stakeholders involved in seeking government funding.
    The provided document is categorized as "For Informational Purposes Only" and does not contain specific content requiring analysis or summarization. As a result, there are no identified main topics, key ideas, or supporting details to summarize. It appears to serve as a statement indicating the file's informational intent rather than presenting substantive data or topics related to federal RFPs, grants, or state/local requests. Given its lack of actionable content, a meaningful summary cannot be crafted without further details or context. The document's purpose and context appear to be limited to notifying readers that the information is not for official use. Therefore, no relevant analysis or summary can be generated from this file as it currently stands.
    The document serves as a general informational notice regarding federal government Requests for Proposals (RFPs), federal grants, and state and local RFPs. It seeks to provide clarity and guidance on the processes, requirements, and expectations associated with submitting proposals for government funding opportunities. Key points include the necessity for organizations to comply with specific eligibility criteria, deadlines, and application procedures, which vary depending on the type of funding. Additionally, the document outlines the importance of understanding the evaluation criteria used to assess proposals, as well as the potential impacts of these funding opportunities on community development and support for local initiatives. The overall purpose is to encourage participation from qualified entities and ensure adherence to government standards in securing grants or submitting RFPs, ultimately aiming to foster transparent and effective partnerships between government bodies and organizations seeking support.
    The document serves as an informational notice regarding federal government Requests for Proposals (RFPs), federal grants, and state and local RFPs. It outlines the objectives of these initiatives, designed to solicit various services and solutions from qualified organizations to address government needs. Central to the announcements are guidelines for potential applicants, detailing eligibility criteria, submission procedures, deadlines, and evaluation processes. Emphasizing transparency and accountability, the document highlights the importance of compliance with federal and state regulations. It encourages participation from diverse sectors to foster innovation and efficiency in government operations. Overall, the purpose is to facilitate effective procurement practices that enhance public service delivery and support local economic growth. By providing clear information on funding opportunities and application requirements, the document aims to engage a broad range of stakeholders in government contracting and grant processes.
    The document serves as an informational piece regarding federal and state/local requests for proposals (RFPs) and grants. It presents an overview of the government's approach to solicit bids for projects and funding opportunities. The purpose is to equip potential applicants with necessary insights into the RFP processes, addressing accessibility, eligibility requirements, and evaluation criteria. It also highlights the importance of compliance with governmental regulations, efficient project execution, and delivering value for taxpayer dollars. This guide emphasizes transparency and accountability in procurement, aiming to foster efficient partnerships between the government and various stakeholders. It reinforces how securing grants and responding to RFPs can effectively facilitate public service initiatives, thus contributing to community development and program sustainability. Overall, the document underscores the significance of collaboration between government entities and the private sector to achieve shared objectives through innovative solutions.
    The provided document indicates that it is meant for informational purposes only, without specific content details. Therefore, it does not present any main topic, key ideas, or supporting details for analysis. As such, it serves as a placeholder rather than a substantive government file related to federal RFPs, grants, or state/local initiatives. Since there are no explicit themes or information outlined, summarizing further with specific content or context is not applicable. It is essential to refer to actual documents for meaningful insights into government proposals or funding opportunities. The absence of applicable details suggests that it functions purely as a header or introductory note.
    The document serves as a general informational resource concerning federal and state government Requests for Proposals (RFPs) and grants. It emphasizes the importance of these solicitations in engaging both private and public sector entities to deliver services or projects that serve the governmental agenda. The file outlines the typical processes involved in RFPs, including submission guidelines, evaluation criteria, and funding opportunities. Additionally, it highlights the potential benefits for organizations participating in these programs, such as the chance to contribute to community development and access to federal or state funding avenues. By presenting a clear overview of the RFP environment, the document aims to streamline the process for prospective applicants and to foster transparency and collaboration between government bodies and their partners. Overall, it functions as a guiding tool for understanding the landscape of federal grants and RFPs at both levels of government.
    The document presents federal initiatives focused on RFPs (Requests for Proposals) and grants at both federal and state/local levels. It outlines the government’s systematic approach to solicit proposals from various organizations, aiming to foster innovation, enhance public services, and secure funding for projects that align with identified community needs. The main topics include specific objectives for which funding is available, eligibility requirements for applicants, evaluation criteria for proposals, and the submission process. Key details emphasize the importance of addressing community challenges, leveraging partnerships, and ensuring compliance with regulatory standards. The overall purpose is to communicate opportunities and guidelines to potential contractors and organizations, encouraging the development of proposals that meet federal objectives for resource allocation. Ultimately, the document seeks to streamline application processes and promote transparency in acquiring federal and state grants.
    The document outlines specifications for a polyvinyl chloride (PVC) roofing system to be implemented at the Santa Fe Indian Health Center as part of a project managed by the Indian Health Service. It details the requirements for an adhered PVC membrane roofing system, including material compatibility, performance standards, and submittal processes for product data and installation instructions. The document emphasizes the need for adherence to fire and windstorm classification standards, with specific performance metrics for roof insulation and membrane materials. Guidelines for insulation installation, mechanical fastening, adhered membrane roofing, base flashing, and post-installation protection are provided. The warranty commitments for both the manufacturer and contractor are stipulated, ensuring durability and compliance for a 20-year period post-completion. The specifications reflect stringent quality assurance measures to overseen both the installation and materials used, aligning with federal standards. Overall, the document serves as a critical guide for contractors, ensuring that roofing work meets the necessary safety, performance, and regulatory standards while safeguarding the interests of the government entity requesting the roofing project.
    Similar Opportunities
    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.
    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.
    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.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for two Information Technology Specialists to provide essential IT services at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, structured as a Firm-Fixed-Price agreement, includes a base year and four option periods, focusing on responsibilities such as managing Windows and VM Cloud systems, IT Helpdesk support, network administration, and data management. This opportunity is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal businesses in delivering healthcare services. Interested offerors must submit their quotes by December 29, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    MODIFICATION 001 - Two (2) Licensed Independent Social Workers - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking to procure the services of two Licensed Independent Social Workers for the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, identified as Solicitation No. 75H70726Q00016, is a firm-fixed-price agreement that spans a base year with four optional one-year periods, focusing on providing counseling, crisis intervention, and case management services to a diverse patient population. This procurement is particularly significant as it falls under the Buy Indian Act, emphasizing the need for services tailored to the Indian community, with a cascading set-aside for Indian Small Business Economic Enterprises. Interested offerors must submit their quotes by December 17, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Four (4) Medical Assistants - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for four Medical Assistants to serve at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The Medical Assistants will be responsible for various patient care tasks, including screenings, specimen collection, vaccination assistance, and phlebotomy, with a requirement for candidates to have relevant qualifications and certifications. This procurement is part of a Buy Indian Set-Aside initiative, emphasizing the importance of supporting Indian Small Business Economic Enterprises, and will result in a single award with a base year and four option periods based on performance. Interested offerors must submit their proposals by January 2, 2026, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Zuni Quarters Sewer Improvement Project,
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is preparing to solicit proposals for the Zuni Quarters Sewer Improvement Project located in Zuni, New Mexico. This project involves the reconstruction of sewer lines, including demolition and replacement of existing infrastructure at the Zuni Comprehensive Community Health Center, and is expected to be completed within a 90-day period following the issuance of the Notice to Proceed. The contract will be awarded as a Firm Fixed Price (FFP) and is set aside exclusively for small businesses under NAICS code 237110, with an estimated project value between $100,000 and $250,000. Interested contractors should monitor https://sam.gov for the solicitation release, anticipated around December 23, 2025, and are encouraged to contact Shaukat Syed or Jenny Scroggins for further inquiries.
    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.
    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.
    Albuquerque Area Indian Health Service Sustainable Products and Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for sustainable products and services in the Albuquerque area. This procurement aims to identify sources that can provide environmentally friendly and sustainable solutions tailored to the needs of the Indian Health Service. The goods and services procured will play a crucial role in enhancing healthcare delivery while promoting sustainability within the community. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should reach out to Eric Wright at eric.wright@ihs.gov or call 505-256-6752 for further details regarding this opportunity.