Demolition of Historic Federal Clinic Buildings, Colville Service Unit, Nespelem, WA
ID: 75H70125R00034Type: Presolicitation
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

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, specifically the Indian Health Service, is soliciting proposals for the demolition of historic clinic buildings located at the Colville Service Unit in Nespelem, Washington. The project involves the complete demolition of the original hospital building (Building 21) and the Nurse’s Quarters (Building 22), which have been dormant for 15 years and may contain hazardous materials such as asbestos and lead-based paint that require safe abatement prior to demolition. This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 238910, emphasizing the importance of utilizing local tribal resources and ensuring compliance with environmental regulations. Proposals are due by June 12, 2025, at 2 PM PT, and interested contractors should contact Toby Hayden at toby.hayden@ihs.gov for further details and to confirm participation in a mandatory site visit scheduled for May 13, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details an amendment to a federal solicitation (number 75H70125R00034) issued by the Indian Health Service in Seattle. Primarily, it extends the due date for proposals to June 9, 2025, at 2 PM PT, allowing additional time for responses to Requests for Information (RFIs). It emphasizes the importance of acknowledging receipt of the amendment by returning specified forms or communications to the designated office before the stated deadline, as failure to do so may result in the rejection of proposals. The document contains various administrative details such as contract identification codes, modification authorities, and the names of key officials involved. All other terms and conditions of the original solicitation remain unchanged. This amendment is part of standard procedures for government RFPs, ensuring transparency and fairness in the proposal process while accommodating participants' needs for adequate preparation time.
    The document outlines Amendment A00002 for a Request for Proposals (RFP) issued by the Indian Health Service (IHS) for the demolition of historic federal clinic buildings at the Colville Service Unit in Nespelem, Washington. The amendment includes revisions to the price schedule and extends the proposal due date to June 12, 2025. Additionally, it offers clarifications on contractor responsibilities regarding hazardous material abatement, particularly concerning asbestos and lead-based paint, as well as site restoration requirements. Key requirements include the complete demolition of buildings while adhering to environmental regulations and proper waste disposal methods. The proposal is set aside for Indian Small Business Economic Enterprises (ISBEE) only, highlighting the focus on utilizing local tribal resources. Essential safety measures, pre-demolition plans, and coordination with tribal employment regulations must be addressed by bidders. All proposals must be substantiated with detailed technical and pricing information to ensure compliance and successful award determination. This RFP amendment reflects the government's continued effort to promote employment on tribal land while ensuring the safe and effective management of hazardous materials during the demolition process.
    The document is a self-certification form from the Indian Health Service under the Department of Health & Human Services, pertaining to the Buy Indian Act. Its primary purpose is to ensure that offerors bidding for contracts specified under this act qualify as "Indian Economic Enterprises." Offerors must affirm their compliance with eligibility criteria at the time of their bid, contract award, and throughout the project duration. Any changes in eligibility must be reported immediately. Additionally, bidders are required to register in the System of Award Management (SAM). The document cautions about legal consequences for submitting false information, underlining the seriousness of compliance with the Buy Indian Act. It emphasizes the importance of ownership by federally recognized tribal entities, highlighting adherence to stringent self-representation and documentation requirements to secure contracts. Overall, this form plays a critical role in promoting economic opportunities for Indian-owned enterprises within the federal contracting framework.
    The Indian Health Service (IHS) is soliciting proposals for the demolition of two historic clinic buildings (Buildings 21 and 22) at the Colville Service Unit in Nespelem, WA, as part of Solicitation No. 75H70125R00034. This project is 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS 238910. The buildings, constructed in the 1930s, have been dormant for 15 years and may contain hazardous materials like asbestos and lead-based paint that must be safely abated prior to or during demolition. The contractor is required to manage the entire demolition process, including proper waste disposal, site reclamation, and adherence to environmental regulations. A mandatory site visit must be arranged with the IHS representative. Key requirements include submitting detailed demolition and safety plans, documenting the demolition process, and employing local labor in compliance with the tribal employment ordinance. The contract terms emphasize performance and payment bonds, and compliance with all federal, local, and tribal regulations. Completion is mandated within 90 days of the notice to proceed. This project reflects a commitment to safely remove outdated structures while considering local community and environmental standards.
    The Asbestos Survey Report conducted by Federal Occupational Health for the Portland Area Indian Health Service outlines the findings of bulk sampling for asbestos-containing materials (ACMs) at the Old Health Clinic and two support buildings on the Colville Reservation in Washington. The survey took place between November 12-16, 2007, resulting in the identification of various ACMs, including flooring materials and pipe insulation in Buildings 00020, 00021, and 00022, while Building 00060 was deemed asbestos-free. The report emphasizes the necessity for abatement or repair of exposed, residual asbestos materials, particularly in areas noted during the inspection. Recommendations include maintaining a comprehensive Operations and Maintenance Program for managing ACMs and ensuring proper removal protocols before any demolition or construction activities. Cost estimates for removal of asbestos across the site total approximately $167,580, derived from industry standards and local contractor consultations, and it accounts for logistical costs. This report serves as a critical guide for ensuring safety and regulatory compliance regarding asbestos exposure prior to any renovation or demolition activities at the facilities, highlighting the importance of proactive management of identified hazards.
    The Lead-Based Paint Inspection Report for the Old Health Clinic on the Colville Reservation provides an assessment of four buildings concerning lead-based paint hazards. Conducted for the Portland Area Indian Health Service, the inspection utilized a Niton X-ray Fluorescence (XRF) Spectrum Analyzer between November 12-16, 2007, to detect lead concentrations. Findings indicated that buildings 00020 (Support Building), 00021 (Old Health Clinic), and 00022 (Support Building) contained various surfaces with lead levels exceeding the safety threshold of 1.0 mg/cm², particularly in window sills, door casings, and plaster ceilings. Building 00060 was confirmed lead-free. No dust lead hazards were identified. The report outlines surfaces needing maintenance and recommends controls for managing lead paint risks rather than widespread abatement, unless renovations disturb existing painted surfaces. It suggests the creation of an Operations and Maintenance Program to ensure ongoing monitoring and safety. Also highlighted are specific procedures for safely working around lead-painted surfaces. The analysis concludes with an acknowledgment of project limitations, stressing that assessments are based on conditions observed and should not be construed as comprehensive evaluations of all hazards. This report guides appropriate actions for maintaining health and safety standards in the buildings inspected.
    The Historic American Building Survey Report outlines the Colville Indian Health Services Complex in Nespelem, Washington, detailing its historical background, architecture, and significance. Constructed by the Bureau of Indian Affairs between 1934-1936, the complex includes the Main Hospital, Doctor’s Residence, and Nurses’ Quarters, aimed at improving health and sanitary conditions for the Confederated Tribes of the Colville Reservation. The report discusses the complex's unique architectural features, like its neoclassical revival style, and historical context, reflecting federal and tribal relations of the era. It addresses notable health challenges faced by Native Americans over the years, including dependence on federal healthcare due to historical injustices. The report also underscores the continuous operation of the hospital facilities from their opening in 1936 into the early 21st century, adapting but ultimately remaining largely vacant. While the complex retains many original features, some areas have been altered for contemporary use, such as dental and diabetes clinics. Ultimately, the report captures the complex as a significant historical asset within the Colville Indian Agency, representing efforts in federal healthcare provision and its impact on tribal health services, providing insight into the intersection of architecture, community planning, and indigenous heritage.
    The U.S. Department of Labor has issued Wage Determination No. 2015-5557 under the Service Contract Act, detailing minimum wage rates and fringe benefits for various occupations within Washington's Kittitas and Okanogan counties. Contracts entered into or renewed on or after January 30, 2022, must pay a minimum of $17.75 per hour under Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour if not renewed after January 30, 2022. The document provides detailed wage rates for numerous job classifications, including administrative, automotive, food service, healthcare, and technical occupations. Workers are entitled to health and welfare benefits, vacation, and sick leave provisions in accordance with Executive Order 13706. It outlines a conformance process for job classifications not listed and specifies requirements for uniform allowances. This wage determination is essential for contractors ensuring compliance with federal regulations and providing fair compensation to workers involved in government contracts. The document emphasizes its application to federal contracts, supporting transparency and adherence to labor standards within public service contracts.
    The Past Performance Questionnaire (PPQ) is a critical document for evaluating contractor performance related to federal and state solicitations, specifically for the solicitation 75H70124Q00014. It requires contractors to provide detailed information about their previous contracts, including the nature of work performed, client information, and specific contract details. The questionnaire emphasizes the contractor's past performance through structured ratings—ranging from Exceptional to Unsatisfactory—across various quality and management criteria, including technical data quality, adherence to schedules, customer satisfaction, financial management, and safety compliance. Clients are encouraged to fill out the assessment, providing subjective ratings and comments that highlight strengths and weaknesses, which are essential for government agencies in making informed contract award decisions. The overarching purpose of this document is to gauge contractor reliability and capacity, ensuring that governmental interests are safeguarded and that potential contractors have a track record of meeting their obligations effectively. The findings will be used to assess the risk associated with awarding contracts, thereby impacting future procurement processes.
    The Indian Health Service (IHS) outlines requirements for self-certification by Offerors seeking to participate in government contracts under the Buy Indian Act. This document serves as a representation form for entities identifying as "Indian Economic Enterprises." Offerors must affirm their eligibility at three critical times: when submitting their offer, at contract award, and throughout contract performance. The IHS mandates immediate notification if eligibility changes during these periods. Successful Offerors must also be registered in the System of Award Management (SAM) to be considered for set-aside or sole source contracts. Providing false or misleading information is a serious violation, subject to legal penalties. The form requires the name of the enterprise's 51% owner, certifying signature, name of the affiliated tribal entity, business name, and DUNS number. This document ensures compliance with legal standards while promoting economic opportunities for Indian-owned businesses in federal contracting.
    The Self-Performed Calculation Sheet outlines requirements for contractors participating in the solicitation number 75H70125R00034, focusing on compliance with limitations on subcontracting as per federal regulations. Contractors must complete a detailed self-performance worksheet that calculates the portion of work performed by similarly situated entities (ISBEE). Key points include that no more than 50% of the payment received from the government can be given to firms that are not responsible ISBEEs for demolition service contracts. Contractors must track their proposed pricing, costs for materials, and payments made to non-similarly situated entities. Additionally, definitions of "Concern Status" categorize subcontractors based on their qualifications, impacting the calculation for compliances. The sheet also provides examples to clarify how subcontracted amounts are evaluated, reinforcing the importance of staying within federal regulations to uphold contracting standards. Compliance verification is mandatory upon contract completion to ensure the established limits on subcontracting are adhered to. This document plays an essential role in maintaining equitable opportunities for small business concerns in government contracting.
    The document contains images and drawings related to the crawl spaces of two buildings, specifically Building 21 and Building 22. Spanning eight pages, it primarily focuses on providing visual documentation of these areas, likely as part of a larger project related to inspection, maintenance, or remodeling. The inclusion of photographs and drawings suggests an intention to inform stakeholders about the current condition and layout of the crawl spaces. This evidence may support future federal or state proposals (RFPs), grants, or initiatives aimed at improving infrastructure or addressing structural issues within the buildings. Although the specific context surrounding the crawl spaces is not detailed in the document, the visuals indicate a thorough assessment effort, crucial for ensuring compliance with safety and regulatory standards in any planned renovations or repairs.
    The document provides a price schedule related to a federal Request for Proposal (RFP) for the demolition and abatement of historic clinic buildings at the Colville Service Unit in Nespelem, WA, as specified in Solicitation No. 75H70125R00034-A00002. It details various Contract Line Item Numbers (CLINs) which include tasks such as the abatement and demolition of Building 21 and Building 22 and other necessary work to complete the project. Each listed item consists of a job quantity of one, indicating a fixed price arrangement for the contractor. The form requires the offeror to fill in their name and the System for Award Management Unique Entity Identifier (UEI) to ensure compliance with federal contracting procedures. The purpose of the document is to detail the costs associated with these essential demolition and abatement activities while adhering to federal guidelines for project bidding and execution. This procurement effort underscores government intent to safely manage hazardous materials and maintain historical considerations during the demolition process.
    The document presents an attendee list from a site visit related to the Request for Proposal (RFP) for the demolition of historic federal clinic buildings in Nespelem, Washington, issued under contract number 75H70125R00034. The list comprises representatives from various demolition and construction companies, indicating potential bidders for the project. Key attendees include personnel from Northwest Demolition, EQM, Paragon Native, Sealaska Constructors, and other local firms. The purpose of the site visit likely involves familiarization with the project scope and conditions prior to bidding, emphasizing the importance of collaboration among contractors experienced in demolition and abatement services. This document serves as a record to facilitate communication and engagement among interested parties in a federally funded project aimed at the careful and compliant dismantling of historic structures.
    Similar Opportunities
    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.
    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.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Fort Thompson Duplex Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the construction of duplex buildings to serve as staff quarters at the Fort Thompson Service Unit in South Dakota. The project entails constructing one duplex with an option for an additional unit, adhering to specifications and requirements outlined in the solicitation documents. This initiative is crucial for providing adequate housing for healthcare staff in the area, emphasizing compliance with federal regulations and tribal requirements. Proposals are due electronically by December 18, 2025, at 2 PM Pacific, and interested contractors should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    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.
    FY26 GSU THC Pharmaceutical Medication Returns [base+3options]
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is soliciting proposals for pharmaceutical medication returns at the Tohatchi Health Center in New Mexico. This procurement, set aside for small businesses, requires offerors to provide waste disposal services, including waste characterization, container provision, staff training, and ongoing support, with a contract period spanning from January 1, 2026, to December 31, 2026, and options for three additional years. The services are critical for managing hazardous pharmaceutical waste in compliance with regulatory standards, ensuring safe disposal and environmental protection. Interested parties must submit their proposals by December 19, 2025, at 3:00 PM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    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.
    Mid-Atlantic Tribal Health Center Building and Roadside Signage
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the design, fabrication, and installation of exterior building and roadside signage for the Mid-Atlantic Tribal Health Center located in Charles City, Virginia. This opportunity is a total small business set-aside under the Indian Small Business Economic Enterprise (ISBEE) program, emphasizing the importance of clear identification for the new clinic that serves the Native American population with medical and dental care. Interested contractors must adhere to specific design requirements, comply with federal regulations, and complete the project within 150 days of contract award, with a firm-fixed-price contract structure. For further inquiries, interested parties can contact Paul Carr at paul.carr@ihs.gov or Henry Daniels at henry.daniels@ihs.gov, and site visits can be arranged by contacting Remedios Holmes at Remedios.Holmes@ihs.gov or 804-622-0011.