PIMC Pharmacy, ATS & Standpipe
ID: 75H701-25-R-00029Type: Presolicitation
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

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

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

    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the PIMC Pharmacy, ATS & Standpipe construction project located at the Phoenix Indian Medical Center in Arizona. The project entails relocating the Inpatient Pharmacy, installing an Automatic Transfer Switch (ATS) for generator testing, and converting the existing standpipe system to a wet system with additional hose valves. This construction initiative is crucial for enhancing the facility's operational efficiency and safety, with an estimated contract value between $1 million and $5 million. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by September 23, 2025, with a site visit scheduled for July 31, 2025. For further inquiries, contact Kelly Britton at Kelly.Britton@ihs.gov or call 602-245-2206.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the procedural requirements for contractors wishing to participate in procurements under the Buy Indian Act, specifically for the Indian Health Service (IHS). It mandates self-certification from Offerors, affirming their status as an “Indian Economic Enterprise” at the time of bid submission, contract award, and throughout the contract duration. Any change in eligibility requires immediate notification to the Contracting Officer. Additionally, Offerors must register with the System of Award Management (SAM) and are warned against providing false information, which is punishable under federal law. The representation form within the document enables Offerors to declare their ownership status in relation to an Indian Economic Enterprise, ensuring compliance with the Buy Indian Act provisions. This ensures that contracts are awarded to eligible firms, fostering economic opportunities for Indian enterprises within the context of government contracts and grants. Overall, the document emphasizes the importance of integrity and compliance in fulfilling the requirements of federally funded projects aimed at benefiting Indian communities.
    The Indian Health Service (IHS) has issued Solicitation Number 75H701-25-R-00029 for the PIMC Pharmacy, ATS & Standpipe project at the Phoenix Indian Medical Center. This Request for Proposal (RFP) seeks an Indian Small Business Economic Enterprise (ISBEE) for construction work valued between $1,000,000 and $5,000,000. The project involves relocating the internal pharmacy, installing an automatic transfer switch (ATS), and converting a standpipe system in Building 233. Key dates include a site visit on July 31, 2025, and proposals due by September 23, 2025. The contract emphasizes strict adherence to specifications, safety protocols, and a 270-calendar-day performance period after the notice to proceed. Detailed requirements cover pricing, inspections, payments, subcontracting, insurance, key personnel, construction schedules, and daily reporting, all to ensure project completion with minimal disruption to hospital operations.
    The Indian Health Service (IHS) is seeking proposals for the PIMC Pharmacy, ATS & Standpipe project (Solicitation Number: 75H701-25-R-00029). This Request for Proposal (RFP) is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 236220 with a construction magnitude between $1,000,000 and $5,000,000. The project at the Phoenix Indian Medical Center involves relocating the internal pharmacy, incorporating an automatic transfer switch (ATS), and converting a Class I standpipe system. Key dates include a site visit on July 31, 2025, and a proposal due date of September 23, 2025. The contractor must commence work within 10 calendar days of receiving the notice to proceed and complete it within 270 calendar days. The RFP details various requirements, including pricing, payment processes, insurance, key personnel, construction schedules, submittals, and compliance with federal, state, and local codes.
    The Indian Health Service (IHS) has issued Solicitation Number 75H701-25-R-00029 for the PIMC Pharmacy, ATS & Standpipe project at the Phoenix Indian Medical Center. This Request for Proposal (RFP) is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 236220, with a construction magnitude estimated between $1,000,000 and $5,000,000. The project involves relocating the internal pharmacy, incorporating an automatic transfer switch (ATS) for generator testing, and converting the Class I standpipe system to a wet system within Building 233 of PIMC. Key dates include a site visit on July 31, 2025, and a proposal due date of September 5, 2025. The selected contractor must commence work within 10 calendar days of receiving the notice to proceed and complete the project within 270 calendar days. The solicitation outlines detailed requirements for pricing, inspections, payments, subcontracting, insurance, key personnel, project management, and adherence to various federal regulations and standards, including strict safety and infection control measures due to the operational hospital environment.
    The Indian Health Service is requesting proposals (RFP) for a construction project at the Phoenix Indian Medical Center (PIMC), focusing on the relocation of the Internal Pharmacy and the installation of an automatic transfer switch (ATS) as part of Project PH23PH06H6. This project is designated as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 236220, with an estimated construction value between $1 million and $5 million. Proposals must be submitted by September 5, 2025, following a site visit on July 31, 2025. Key contract terms include adherence to applicable local tax provisions, comprehensive work specifications, safety regulations, and execution timings, including a requirement for completion within 270 calendar days of notice to proceed. Contractors must ensure compliance with all relevant building codes and address inspection processes thoroughly, including both substantial and final inspections. Moreover, contractors are responsible for maintaining safety protocols and coordination with hospital operations throughout the construction period. This RFP reflects the agency's commitment to enhancing healthcare infrastructure while prioritizing patient safety and regulatory compliance.
    This document is an amendment (A00001) to Solicitation 75H701-25-R-00029 for the "Project PH23PH06H6, PIMC Pharmacy, ATS & Standpipe." The amendment's purpose is to provide a Site Visit Agenda and Sign-in Sheet from July 31, 2025, incorporate clause changes in Sections F, I, and L per HHS FAR Class Deviations 2025-05, update links for Civilian Agency Acquisition Council (CAAC) letters, and replace Attachment J02 Wage Determination AZ20240039 with AZ20250039 Mod 6. Key changes include updating the "Period of Performance" clause, deleting specific FAR clauses (e.g., 52.211-6, 52.219-6), and revising the wage determination for Maricopa County, Arizona. The project involves relocating the Internal Pharmacy, adding an Automatic Transfer Switch (ATS), and converting the standpipe system. This solicitation is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside with a NAICS code of 236220. Important dates include an RFI cut-off of August 26, 2025, and a proposal due date of September 5, 2025.
    Amendment A00002 modifies Solicitation 75H701-25-R-00029 for Project PH23PH06H6, PIMC Pharmacy, ATS & Standpipe, correcting typographical errors from Amendment A00001 regarding the period of performance (which remains 270 days) and the wage determination number (correctly AZ20250039). It also incorporates updated FAR clauses from HHS FAR Class Deviations 2025-06, specifically replacing FAR 52.229-3 Federal, State, And Local Taxes (Feb 2013) with its DEVIATION (RFO AUG 2025) version. Additionally, Attachment J02 Wage Determination: General Decision Number AZ20250039 is replaced with Mod 7, dated August 1, 2025, which includes updated wage rates for various construction trades in Maricopa County, Arizona, and details on Executive Order minimum wage requirements and the wage determination appeals process.
    Amendment A00003 to Solicitation 75H701-25-R-00029 for the PIMC Pharmacy, ATS & Standpipe Project in Phoenix, AZ, rescinds previous clause changes from Amendment A00002. This amendment clarifies that the HHS FAR Class Deviations 2025-06 do not result in clause changes applicable to this solicitation, specifically ensuring FAR 52.229-3 Federal, State, And Local Taxes (Feb 2013) remains unchanged. It also provides responses to pre-proposal inquiries, including increasing the page limit for the Technical Proposal (Volume I) from 15 to 35 pages and for the Indian Economic Enterprise Representation & Price Proposal (Volume II) from 20 to 30 pages. Additionally, it confirms acceptance of alternative past performance questionnaire formats and specifies that nine Class 1 hose cabinets have already been removed from the main tower. The proposal due date of September 5, 2025, remains unchanged.
    Amendment A00004 to Solicitation 75H701-25-R-00029, for the Project PH23PH06H6, PIMC Pharmacy, ATS & Standpipe, extends the proposal due date from September 5, 2025, to September 12, 2025, at 2:00 PM MST. This amendment also includes a response to pre-proposal inquiry #5, modifying Attachment J01a, Spec Section 230900, paragraph 2.1.C to explicitly list "Automated Logic, a Carrier Company" as an acceptable manufacturer for the Energy Management and Control System (EMCS). The solicitation, issued by the Indian Health Service, Division of Engineering Services (DES) - Seattle, is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 236220, with a construction magnitude between $1,000,000 and $5,000,000. Offers must acknowledge receipt of this amendment by the revised due date to avoid rejection.
    Amendment A00005 to Solicitation 75H701-25-R-00029 for the PIMC Pharmacy, ATS & Standpipe project extends the proposal due date to September 23, 2025, at 2:00 PM MST. This amendment also incorporates clause changes in accordance with HHS FAR Class Deviations 2025-07 and HHSAR Class Deviation 2502-02 Update. Key updates include a revised "H.17 Preconstruction Conference" clause and the deletion of several FAR Provisions and Clauses, such as 52.236-4, 52.236-26, and 52.236-28. The project, with an estimated construction magnitude between $1,000,000 and $5,000,000, is set aside for 100% Indian Small Business Economic Enterprise (ISBEE).
    Amendment A00006 for Solicitation 75H701-25-R-00029, Project PH23PH06H6 (PIMC Pharmacy, ATS & Standpipe), addresses pre-proposal inquiries and modifies several key aspects of the solicitation. The amendment provides responses to 20 inquiries (questions 6-25), revises the H.1 Work Hours clause to allow for scheduled work outside normal business hours for ATS replacement, and updates Section J attachments. Key changes include adding Attachment J01g (Addendum #1) and replacing Attachment J02 (Wage Determination). The Addendum further details changes to drawings and specifications, notably removing sections for Toilet Accessories and Rolling Shades, and adding a new section for Transfer Switches (263600). The amendment also clarifies demolition requirements for medical gas systems and outlines personnel responsibilities and material specifications, ensuring compliance and smooth project execution.
    This document is an amendment to Solicitation 75H701-25-R-00029 concerning the PH23PH06H6 project at the Phoenix Indian Medical Center. The amendment includes a Site Visit Agenda for July 31, 2025, and updates several clauses in compliance with HHS FAR Class Deviations. It also presents a revised Wage Determination and clarifies the overall project scope, which involves relocating the internal pharmacy, installing an automatic transfer switch, and upgrading the standpipe system. Key changes include updates to the Period of Performance section, requiring work to commence within 10 days and to be completed within 365 days of receiving notice to proceed. The solicitation is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) with a construction NAICS code of 236220. The project timeline includes a pre-bid site visit, a cut-off date for Requests for Information, and a proposal due date, followed by an estimated contract award date in October 2025. Additionally, the amendment details compliance with Davis-Bacon Wage Determinations, ensuring all workers are paid appropriate minimum wage rates as specified by Executive Orders. Compliance with insurance requirements, performance bonds, and proposal preparation instructions is also emphasized. This document serves as a critical update for contractors interested in participating in the bidding process.
    The Indian Health Service (IHS) Project No. PH23PH06H6 outlines the construction documents and specifications for the PIMC Pharmacy, ATS, & Standpipe project in Phoenix, Arizona. The project involves relocating the pharmacy, adding an Automatic Transfer Switch (ATS) for generator testing, and converting a standpipe system. Key consultants include BWS Architects, EEC, Inc. (Civil), Zona Technical Eng (MEP), Turner Structural Eng (Structural), and M3 Engineering (Security). The detailed specifications cover general requirements, existing conditions (demolition, asbestos removal), metals, wood, thermal and moisture protection, doors and windows, finishes, specialties, equipment, furnishings, special construction, fire protection, plumbing, HVAC, electrical, and electronic safety and security. The document emphasizes strict adherence to safety regulations, including OSHA and NFPA standards, and requires comprehensive Accident Prevention Plans (APP) and Activity Hazard Analyses (AHA) from the contractor. A cloud-based project management system is mandated for document control. Regular inspections and meetings are required to ensure compliance and progress.
    This document outlines the construction specifications and safety requirements for the Indian Health Service (IHS) PIMC Pharmacy, ATS, & Standpipe project (IHS Project No. PH23PH06H6) at 4212 N 16th Street, Phoenix, AZ 85016. The project involves relocating the pharmacy, adding an Automatic Transfer Switch (ATS), and converting the standpipe system. Key consultants include BWS Architects, EEC, Inc (Civil), Zona Technical Eng (MEP), Turner Structural Eng (Structural), and M3 Engineering (Security). The document details general requirements, demolition, various construction divisions (e.g., metals, finishes, fire protection, plumbing, HVAC, electrical, security), and specific safety protocols. It mandates an Accident Prevention Plan (APP), Activity Hazard Analyses (AHAs), and outlines training requirements for all personnel, including OSHA 30-hour for Competent Persons and 10-hour for other workers. Regular site inspections and accident reporting are also critical components to ensure safety and compliance throughout the project.
    The Indian Health Service (IHS) Project No. PH23PH06H6 aims to alter and relocate the Pharmacy at the Phoenix Indian Medical Center (PIMC) from Level 2 to Level 4 while adding an Automatic Transfer Switch (ATS) for uninterrupted elevator operation. The project, with preparations dated April 25, 2025, involves various engineering disciplines including civil, MEP, structural, and security services from consultants based in Tucson, AZ. The construction documents include comprehensive specifications organized by divisions detailing project requirements, safety protocols, communication procedures, and documentation processes. Key sections highlight the importance of coordination meetings, progress reporting, stringent safety requirements, and the implementation of a robust Accident Prevention Plan (APP). The APP mandates the appointment of a Site Safety and Health Officer (SSHO) and competent personnel to oversee safety measures and compliance with OSHA regulations during construction. The contractor must document all site activities, manage submittals electronically, and ensure comprehensive training in safety protocols for all workers. This project illustrates a significant effort by the IHS to enhance healthcare infrastructure whilst ensuring safety and compliance within federal guidelines.
    The U.S. Department of Health and Human Services, Indian Health Service, Division of Facilities Engineering, Phoenix Area, is undertaking a project at the Phoenix Indian Medical Center (PIMC) to relocate the pharmacy from Level 2 to Level 4, add an Automatic Transfer Switch (ATS) for generator testing without disrupting elevator operations, and convert the Class I standpipe system to a wet system with hose valves at ground and basement levels. The project, designated IHS Project No.: PH23PH06H6, falls under "Level 2 Alteration" per NFPA 101. Burns Wald-Hopkins Shambach Architects leads the design, with consultants for civil, MEP, structural, and security aspects. The construction documents adhere to various 2021 International Codes and NFPA standards, including accessibility requirements for the physically handicapped. The project emphasizes maintaining fire ratings, proper coordination of equipment, and adherence to demolition and renovation guidelines within Building 223 of PIMC.
    This government file details the PIMC Pharmacy, ATS, & Standpipe project for the Indian Health Service, Phoenix Area, led by Burns Wald-Hopkins Shambach Architects. The project, located at 4212 N 16th Street, Phoenix, AZ, involves the relocation of the pharmacy from Level 2 to Level 4 in building 223, the addition of an Automatic Transfer Switch (ATS) for generator testing, and the conversion of a Class I standpipe system to a wet system with added hose valves on the ground and basement levels. The renovation is classified as an Alteration (Level 2) under NFPA 101 and adheres to various 2021 International Codes, 2020 NEC, 2022 NFPA 13, 2015 ABA, 2023 USP 797, and 2019 USP 800. The document includes general notes, code analysis, site plans, and demolition/floor plans for the fourth and fifth floors, detailing architectural, mechanical, electrical, plumbing, fire protection, and technology components.
    The document outlines the construction plans for the relocation of the Pharmacy and the installation of an Automatic Transfer Switch (ATS) at the Phoenix Indian Medical Center (PIMC). This project includes a Level 2 alteration that will shift the Pharmacy from the second to the fourth floor, as well as upgrade the existing standpipe system to enhance fire safety. No changes in area, use, or occupancy are proposed. The construction must comply with various local and national building codes, including the 2021 NFPA codes and the International Building Code. The plans detail demolition and construction processes, requiring precise coordination among civil, mechanical, electrical, and structural consultants involved. The project requires specific safety protocols, ensuring minimal disruption to hospital operations, including maintaining primary elevator services during construction. Overall, this initiative illustrates the commitment of the U.S. Department of Health and Human Services to improve healthcare facilities while meeting safety and accessibility standards for the Indian Health Service.
    The provided document is a site map of the Phoenix Indian Medical Center (PIMC) located at 4212 N. 16th Street, Phoenix, Arizona 85016, at the major cross streets of Indian School Road and 16th Street. The map details the layout of the facility, including various parking lots (numbered #1 through #8, plus overflow parking), the Primary Care Medicine Clinic (PCMC), a warehouse, and key access roads like North, South, East, and West Hospital Lanes. It also indicates potential onsite storage container (CONEX) locations and areas for contractor parking and additional storage. The legend clearly identifies PIMC and outlines the building index. The document appears to be an attachment, specifically
    The document outlines the site map and layout for the Phoenix Indian Medical Center (PIMC) located at 4212 N. 16th Street, Phoenix, Arizona. It highlights the major cross streets as Indian School Road and 16th Street. The layout includes various parking lot designations, including overflow and contractor parking, and indicates potential locations for onsite storage containers (CONEX). The site features primary care facilities, as denoted by the "Primary Care Medicine Clinic (PCMC)" designation. The document serves as a reference for site organization and infrastructure planning, crucial for stakeholders involved in federal RFPs and grants concerning PIMC. This site layout is essential for addressing logistical needs while ensuring compliance with health and safety regulations, facilitating smooth operational flow within the medical center's facilities.
    The Phoenix Indian Medical Center (PIMC) Inpatient Pharmacy has a Preliminary Commissioning Plan, prepared by Zona Technical Engineering, PLLC, to ensure its energy-related systems meet design intent and owner requirements, adhering to the 2021 International Energy Conservation Code (IECC) Section C408. The plan details the commissioning process for the 1,079 sq ft medical facility, focusing on HVAC systems, including packaged heat pump units, exhaust fans, control valves, and fan filter units. Key objectives involve documenting system performance through functional performance testing, verifying operation and maintenance materials, and ensuring code compliance. The commissioning team, led by the commissioning provider, coordinates activities, writes test procedures, oversees performance tests, and compiles reports. The process includes preparing a commissioning plan, writing functional performance test procedures, completing testing, adjusting, and balancing (TAB), executing functional performance testing with a 10% sampling strategy for terminal units and lighting controls, and documenting issues in an Issues and Resolutions Log. The plan concludes with the preparation of preliminary and final commissioning reports, which include test results, deficiency dispositions, and operational manuals, ensuring the facility's systems perform as intended.
    The PIMC Inpatient Pharmacy Commissioning Plan outlines the systematic process for ensuring the performance of energy-related systems at the Phoenix Indian Medical Center. It provides guidance on commissioning tasks during the construction of the facility, specifying the processes to be followed and the roles of various team members, including the commissioning provider, general contractor, and subcontractors. Key commissioning objectives include verifying system performance, documenting functional tests, and ensuring compliance with the 2021 International Energy Conservation Code. The plan details the commissioning scope, focusing on HVAC systems, including packaged heat pumps, exhaust fans, control valves, and fan filter units. Functional performance testing procedures are described for each system, ensuring they operate according to design specifications. Additionally, the document addresses key elements such as an Issues and Resolutions Log and the submission requirements for Operations and Maintenance manuals. This commissioning plan serves as a vital document in the context of government contracts and grants, aligning with federal and local requirements to ensure safe and efficient operation of the medical center's infrastructure and compliance with established energy codes. Overall, it emphasizes a collaborative approach among stakeholders to meet project goals effectively.
    The Infection Control Risk Assessment (ICRA) document outlines protocols for managing infection risks during construction and maintenance activities in healthcare facilities. It categorizes projects into four risk types (A, B, C, D) based on the potential for dust generation and disruption, and four risk groups (Low, Medium, High, Highest) based on the sensitivity of the work area. The document details specific control measures for each combination of project type and risk group, ranging from minimizing dust and sealing vents (Class I and II) to establishing critical barriers, maintaining negative air pressure, and utilizing HEPA filtration (Class III and IV). These measures include strict protocols for waste containment, cleaning, HVAC system isolation, and personnel movement to prevent contamination. The ICRA permit process, requiring signatures from both the project requester and infection control, ensures adherence to these guidelines, prioritizing patient and staff safety during facility modifications.
    The document outlines the Infection Control Risk Assessment (ICRA) necessary for construction activities in health care settings, detailing procedures for managing risks associated with dust and contamination. It categorizes project types into four levels (A, B, C, D) based on the potential for dust generation and health risks, ranging from low-risk non-invasive inspections (Type A) to major demolition and construction (Type D). Risk is classified into four classes, with corresponding measures for each to minimize infection risks. Class I involves basic dust control, while Class IV dictates extensive procedures, including maintaining negative air pressure, isolating HVAC systems, and implementing strict protective measures for personnel. The document also identifies various risk groups associated with different areas within healthcare facilities, ranging from low-risk office environments to high-risk sterile areas. The ICRA permit process is essential for ensuring that all construction activities adhere to infection control protocols to protect patients and staff. This document serves as a guidance framework for contractors and project managers involved in health care facility renovations or construction to ensure compliance with infection prevention standards.
    The "Above Ceiling Work Permit" is a two-part government form for contractors performing work above ceilings, likely for federal, state, or local government projects. Part one, the "Above Ceiling Work Permit," is completed by the contractor and approved by a PIMC Inspector before work begins. It details contractor information, work type (e.g., electrical, plumbing, HVAC, fire systems, data, medical gases), and project duration. The inspector notes initial discussions about fire and smoke barriers, foreign materials near sprinkler pipes, ceiling tile gaps, and painting of medical gas pipes. Part two, the "Above Ceiling Work Inspection," is completed by the inspector after work. It details post-work inspection of fire and smoke barrier penetrations, foreign materials touching sprinkler pipes, ceiling tile gaps, and painting of medical gas pipes, noting any concerns. This permit ensures safety, compliance, and proper installation in sensitive areas, especially concerning fire safety and critical infrastructure. It serves as a regulatory document for managing and inspecting construction or maintenance activities in government facilities.
    The Above Ceiling Work Permit serves as a formal authorization for contractors to conduct various types of work above ceiling structures, including inspections, electrical installations, and piping work related to medical gases and fire systems, among others. It outlines essential details such as the contractor's information, project duration, and specific types of work to be performed. Before commencing work, contractors must address concerns highlighted by a PIMC Inspector, including ensuring no foreign materials touch fire sprinkler pipes and that there are no gaps in ceiling tiles. Following the completion of work, another inspection is conducted to verify compliance with safety and regulatory standards related to fire and smoke barriers. This permitting process ensures that all work adheres to necessary safety protocols, thereby upholding health and safety regulations pertinent to construction and renovation projects in government facilities.
    Addendum No. 1 to the Indian Health Service (IHS) Project No. PH23PH06H6, PIMC Pharmacy, ATS, & Standpipe, dated September 4, 2025, revises the Contract Documents from April 4, 2025. Key updates include re-issued drawings A2.61, A4.70, E3.20, and E6.00, which detail additional elevator machine room images, a missing keynote, and revisions for a new Automatic Transfer Switch (ATS) in the Elevator Machine Room, including demolition of the existing feeder and ATS. The drawing index has been updated to remove specification sections 102800 (Toilet Accessories) and 122413 (Rolling Shades) and add section 263600 (Transfer Switches), which outlines requirements for contactor-type automatic transfer switches, accessories, performance, installation, and testing. This addendum mandates bidder acknowledgment to prevent disqualification and ensures all associated work is included in bids.
    The General Decision Number AZ20250039 outlines prevailing wage rates for building construction projects in Maricopa County, Arizona, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into or renewed after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, not subsequently renewed). The document lists specific wage rates and fringes for various trades, including bricklayers, carpenters, electricians, power equipment operators, ironworkers, plumbers, pipefitters, sheet metal workers, and other laborers. It also addresses annual adjustments to Executive Order minimum wage rates and the process for conformance requests for unlisted classifications. Additionally, it references Executive Order 13706 regarding paid sick leave for federal contractors. The document concludes with a detailed wage determination appeals process, outlining steps for review and reconsideration of decisions related to wage determinations.
    The document outlines a federal government Request for Proposal (RFP) for a comprehensive upgrade and modernization project. It details requirements for various systems, including mechanical, plumbing, and fire suppression, and emphasizes adherence to VA standards and local regulations. The RFP highlights the need for engineers and architects to assess existing conditions, manage demolitions, and install new equipment while ensuring coordination among different trades. Key aspects include enhancing sprinkler systems, ductwork, and piping, with a focus on maintenance accessibility and integration of modern equipment. The project also mandates strict safety protocols, including infection control and fire watches, underscoring the government's commitment to modernizing facilities while prioritizing safety and compliance.
    The document outlines the wage determination for construction projects in Maricopa County, Arizona, under the Davis-Bacon Act. It specifies the applicability of Executive Orders 14026 and 13658, which mandate minimum wage rates for federal contracts. For contracts awarded or extended after January 30, 2022, workers must be paid at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour. The document lists prevailing wage rates and fringe benefits for various construction trades, including bricklayers, carpenters, electricians, and plumbers. It emphasizes the annual adjustment of these rates and provides details on the appeals process for wage determinations. The document serves as a guideline for contractors ensuring compliance with federal wage laws, promoting fair compensation for labor in federally funded building projects. Overall, it reflects the government’s commitment to worker protections and adherence to regulations regarding wage standards in public construction contracts.
    The document outlines wage determination regulations for building construction projects in Maricopa County, Arizona, under the Davis-Bacon Act. It specifies minimum wage requirements set by Executive Orders 14026 and 13658, depending on the contract award date and whether it is renewed or extended. For contracts entered into on or after January 30, 2022, the minimum wage is $17.75 per hour, while for contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is $13.30 per hour. The document lists prevailing wage rates and classifications for various skilled labor categories such as electricians, plumbers, and carpenters, along with their corresponding fringe benefit rates. Additionally, it addresses processes for wage determination appeals, emphasizing the right for interested parties to contest wage decisions through established channels within the Department of Labor. Key resources are provided for contractor obligations regarding worker protections and wage compliance. Overall, the document serves as guidance for contractors engaged in federal projects, ensuring adherence to labor standards and promoting fair wages.
    The document, Attachment J03 - Self-Performed Calculation Sheet (Solicitation Number: 75H701-25-R-00029), outlines the requirements and calculations for self-performed work in federal government contracts, adhering to FAR 52.219-14 and CFR Title 13, Part 125. It mandates offerors to complete a worksheet detailing their self-performance, accounting for total proposed price, profit/fees, material costs, and work performed by both similarly and non-similarly situated entities. For construction firms, the amount paid to non-similarly situated entities cannot exceed 85% (75% for special trade contractors) of the government's payment, excluding material costs. The document defines "similarly situated entity" based on small business program status and NAICS code. It clarifies that subcontracts to similarly situated entities, if they perform work with their own employees, are not counted towards subcontracting limitations. The sheet requires signatures at both proposal submission and contract completion to verify actual results.
    The document is a Self-Performed Calculation Sheet associated with the federal solicitation number 75H701-25-R-00029, detailing the requirements for prime contractors regarding self-performance in compliance with the "Limitations on Subcontracting" FAR clauses. It outlines a calculation method for prime contractors to determine their percentage of work performed by "similarly situated" entities, which includes small businesses with specific designations. The sheet includes a series of computations to establish the total proposed price and the value of work conducted by subcontractors, ensuring that no more than 85% (or 75% for special trade contractors) is paid to firms that are not considered similarly situated. Importantly, costs for materials are excluded from these calculations. The document also emphasizes the necessity for compliance during proposal submission and contract completion, along with providing detailed definitions of "concern status" and examples illustrating compliance scenarios. The overall aim of this document is to ensure that prime contractors adhere to federal contracting regulations regarding the preservation of small business opportunities within government contracts, thereby fostering a fair contracting environment.
    The Arizona Department of Revenue has granted an Exemption Letter to the Department of Health & Human Services, Phoenix Area Indian Health Service, effective January 1, 2025. This designation as a "Qualifying Hospital" exempts the organization from Arizona Transaction Privilege Tax and Use Tax for specific business classifications, including Utilities, Pipeline, Publication, Job Printing, Restaurant, Personal Property Rental, Retail, and Use Tax. The exemption also extends to Cities Privilege Tax and Use Tax for a similar range of classifications, with additional city-specific exemptions like Jet Fuel Tax and Commercial Lease. This exemption applies to the organization as the customer, with limitations on deductions for transient lodging/hotel. All exempt locations are listed in Appendix "A." The letter is valid from the start date and may be rescinded if the provided information is inaccurate or if the organization no longer qualifies. To utilize the exemption, vendors must be presented with this letter and a completed Arizona Form 5000HC for the relevant Appendix "A" location.
    The Arizona Department of Revenue issued an Exemption Letter to the Department of Health & Human Services, Phoenix Area Indian Health Service, affirming its status as a Qualifying Hospital. This exemption, effective January 1, 2025, allows the organization to be exempt from the Arizona Transaction Privilege Tax and Use Tax for specific business classifications, including Utilities, Retail, and Restaurant services, among others. The exemptions extend to the Cities Privilege Tax in similar classifications. An important aspect is that transactions tied to transient lodging or other specific areas remain taxable unless exceptions apply. The Exemption Letter also lists all eligible locations for tax exemption under Appendix A. The letter clarifies that inaccuracies or loss of qualifying status may lead to rescission of the exemption. Necessary documentation to apply these exemptions, including an Arizona Transaction Privilege Tax Exemption Certificate, must be presented to vendors to substantiate the exempt status. For further clarification, the Department provides contact information and directs to additional resources on procedural requirements for claiming exemptions.
    The Arizona Form 5000HC, Transaction Privilege Tax Healthcare Exemption Certificate, is prescribed by the Department of Revenue for documenting tax-exempt transactions for qualified healthcare purchasers. This certificate applies to Qualifying Hospitals, Qualifying Health Care Organizations (QHCOs), Qualifying Rehabilitation Programs for Mentally or Physically Disabled Persons, and Qualifying Community Health Centers. To be exempt, purchases by QHCOs and organizations with programs for disabled persons must be used solely for health and medical-related educational and charitable services or for the organization’s programs. Vendors must retain this certificate and the organization's annual “Exemption Letter.” The form requires detailed information from the purchaser, including facility name, location, and the specific reason for exemption. Incomplete certificates are not accepted in good faith. The purchaser must describe the tangible personal property purchased or leased and its use within the organization. Misuse of the certificate can result in tax, penalty, and interest liabilities for the purchaser, with willful misuse leading to criminal penalties.
    The Arizona Form 5000HC is a Transaction Privilege Tax Healthcare Exemption Certificate issued by the Department of Revenue, allowing qualifying organizations to document tax-exempt transactions. Eligible entities include Qualifying Hospitals, Qualifying Health Care Organizations (QHCO), rehabilitation programs for disabled persons, and community health centers. Organizations must ensure that the items purchased are exclusively used for health-related educational or charitable services. Purchasers complete the certificate, specifying the exemption's reason and detailing the tangible personal property being acquired. Vendors must retain the certificate and the organization's annual “Exemption Letter” for valid transactions. The document outlines various types of qualifying organizations, including hospitals and nursing care institutions, with specific criteria outlined for each. Misuse of the certificate can lead to tax liabilities and criminal penalties. This form is critical for facilitating tax exemptions and ensuring compliance with Arizona state tax laws within the healthcare sector, emphasizing the importance of accurate documentation and adherence to regulations in financial transactions related to healthcare services.
    Attachment J05, titled "Company Specialized Experience – Construction Form," is part of Solicitation Number 75H701-25-R-00029, a federal government Request for Proposal (RFP). This form is designed for companies to demonstrate their specialized construction experience over the past six years, providing examples of relevant projects similar in scope and complexity. For each project, firms must detail the project type, their company's name, project name and location, owner information, general scope of work, facility type, building size (including gross square feet and stories), their role (Prime, Joint Venture, or Subcontractor) and self-performed work, contract dollar value, extent and type of work subcontracted, construction dates, and performance evaluation by the owner. The form also requires disclosure of any terminations or liquidated damages, along with an explanation if applicable. Finally, it asks for the owner's point of contact for reference, including their name, company, and current telephone number. This attachment is crucial for evaluating a bidder's qualifications under Factor 1, Specialized Experience, and is classified as "FOR OFFICIAL USE ONLY, SOURCE SELECTION INFORMATION."
    The document is part of the response to Solicitation Number 75H701-25-R-00029, specifically regarding the specialized construction experience required from companies bidding for federal projects. It outlines a form that companies must complete to detail their past relevant construction projects within the last six years, demonstrating experience with projects of similar scope and complexity. Key elements required include the type of project, company name, project location, general scope, facility type, building size, role in the project, contract value, extent of subcontracting, project timelines, performance evaluations, and references. This information is crucial for evaluating the firm’s qualifications and capabilities to undertake the proposed construction work, ensuring compliance with federal contract standards and regulations. The structured format helps assess bidders systematically, contributing to informed decision-making in the procurement process. Overall, the document underscores the importance of documented experience and performance in federal project procurement processes.
    The Past Performance Questionnaire (PPQ) Form J06 is a critical document for federal government solicitations, specifically for Response to Solicitation 75H701-25-R-00029. It serves as a comprehensive tool to evaluate a contractor's past performance by gathering detailed information from both the contractor and their clients. The form is divided into sections covering contractor information, contract details, project description, and client information. A significant portion of the document is dedicated to defining adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) for various performance areas, including quality, schedule, customer satisfaction, management, cost/financial management, and safety/security. Clients are required to complete specific sections, providing ratings and narrative feedback to assess the contractor's performance. The information gathered is used by the government to verify past performance and evaluate performance risk for future contracts, with the government reserving the right to verify all submitted information.
    The Past Performance Questionnaire (PPQ) attached to Solicitation 75H701-25-R-00029 is designed to evaluate contractors' performance history for federal projects. It provides a structured format for contractors to submit essential contract details, including their role, contract type, completion dates, and a project description. Clients, in turn, are tasked with assessing the contractor's performance using a rating system ranging from Exceptional (E) to Unsatisfactory (U) across various metrics. These metrics include quality of work, timeliness, customer satisfaction, and financial management. The document emphasizes the importance of direct client feedback, encouraging submission either to the contractor or directly to the government. Such evaluations aid in determining the contractor's suitability for future projects, underlining the government's focus on accountability and performance metrics within the contracting process. This structured feedback mechanism is integral to improving service delivery and ensuring that contractors meet federal standards and regulations.
    The Indian Health Service (IHS) requires offerors to self-certify as an "Indian Economic Enterprise" (IEE) to be eligible for contracts under the Buy Indian Act (25 U.S.C. 47). This certification must be maintained from the time of offer submission through contract award and the full performance period. Contractors must immediately notify the Contracting Officer if they no longer meet IEE eligibility. Documentation of eligibility may be required for set-aside or sole-source contracts, and awards are subject to protest if eligibility is questioned. Additionally, successful offerors must be registered with the System for Award Management (SAM). Providing false information is a violation of law, subject to penalties under 18 U.S.C. 1001, with false claims subject to 31 U.S.C. 3729-3731 and 18 U.S.C. 287. The form requires the offeror to state whether they meet the IEE definition and includes spaces for the 51% owner's name, certifying signature, printed name, Federally Recognized Tribal Entity name, Business Name, and DUNS Number.
    The document outlines the requirements for participation under the Buy Indian Act within the Indian Health Service's contracting process. It serves as a self-certification form for Offerors, certifying their status as an "Indian Economic Enterprise." To qualify, the enterprise must meet specific criteria at the time of the offer, contract award, and throughout the contract's duration. Any change in eligibility must be immediately communicated to the Contracting Officer. Successful Offerors must also be registered with the System of Award Management (SAM). The document emphasizes the consequences of submitting false information, including legal penalties. It concludes with spaces for essential details, including ownership information, certification signatures, and the name of the Federally Recognized Tribal Entity, ensuring transparency and accountability in the contracting process.
    The "Declaration for Federal Employment" (Optional Form 306) is a vital document used by federal and federal contract employers to assess an applicant's suitability for employment and enrollment in the Government's Life Insurance program. It collects personal data, citizenship status, Selective Service registration, and military service history. The form also delves into an applicant's background, including criminal convictions (excluding minor traffic violations and juvenile offenses), past employment terminations, and federal debt delinquencies. Applicants must disclose any relatives working for the agency and any prior federal retirement benefits. All information provided must be truthful, as false statements can lead to non-hiring or termination, and potential legal penalties. The form also outlines privacy act information, routine uses of the collected data, and public burden statements. Appointees are required to review and update their information and certify its accuracy. Additionally, it addresses life insurance elections for those with previous federal employment.
    The document outlines the Declaration for Federal Employment (Optional Form 306), which is utilized to determine candidates' eligibility and fitness for federal employment and the government's life insurance program. Applicants must complete this form, typically after receiving a tentative job offer, providing truthful responses regarding their personal, military service, and legal background. The form requires detailed information, including the applicant's name, Social Security number, citizenship, military history, and any convictions or employment issues within specified timeframes. Moreover, it emphasizes the importance of accuracy, as false statements may result in disqualification or legal consequences. It includes a Privacy Act Statement explaining the authorized use and potential sharing of information provided. The estimated time for form completion ranges from 5 to 30 minutes, depending on individual circumstances. The form serves crucial functions in ensuring the integrity of the federal hiring process while facilitating compliance with regulations regarding life insurance eligibility for government employees.
    The "Addendum to Declaration for Federal Employment (OF 306)" form, specifically for Indian Health Service Child Care & Indian Child Care Worker Positions, is mandated by the Crime Control Act of 1990 and the Indian Child Protection and Family Violence Prevention Act. This addendum requires applicants to disclose any arrests or charges involving a child, and any convictions or pleas of nolo contendere for felonies or misdemeanors related to violence, sexual offenses, or crimes against children. Individuals applying for these positions must undergo a criminal history background check to ensure they meet minimum character standards. The form emphasizes that responses are subject to perjury penalties and informs applicants of their right to obtain and challenge their criminal history report. The document also includes information on public reporting burden and where to send comments regarding the form.
    The Addendum to the Declaration for Federal Employment (Form OF 306) for the Indian Health Service relates to job applications for child care and Indian child care worker positions. It incorporates additional agency-specific questions mandated by legislation aimed at safeguarding children, requiring applicants to disclose any arrests or convictions for crimes involving children. This legal framework stems from the Crime Control Act of 1990 and the Indian Child Protection and Family Violence Prevention Act. Applicants must acknowledge that a criminal background check will be conducted and certify that their answers to the inquiries are made under penalty of perjury. The application process aims to enforce minimum character standards for individuals working with children, ensuring a thorough character investigation is completed. A public burden statement indicates an average completion time of 12 minutes for respondents. This addendum underscores the importance of safety and accountability in hiring practices within the Indian Health Service, particularly for positions that involve direct contact with minors, aligning with broader federal initiatives related to child welfare and protection.
    Lifecycle
    Title
    Type
    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.
    Pharmaceutical Dispensing Machine Implementation to Interface with ScriptPro
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking written quotes for the implementation of pharmaceutical dispensing machines to interface with ScriptPro systems across three locations: Clinton, El Reno, and Watonga, Oklahoma. The procurement includes six line items, encompassing both the implementation of the systems and 12 months of monthly service fees, with a performance period of 12 months from the date of award. This initiative aims to enhance the efficiency of pharmacy operations by automating package tracking and reducing errors, thereby improving service delivery to the Indian Health Centers. Interested vendors must submit their quotes by December 22, 2025, at 10:00 AM CDT to Misti Bussell via email at misti.bussell@ihs.gov, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    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.
    Rental and Support for Pharmacy Will Call Management System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors to lease, install, and support a Pharmacy Will Call Management System for the Lawton Indian Hospital and Anadarko Indian Clinic in Oklahoma. The system must utilize RFID and barcode technology to enhance medication dispensing accuracy, facilitate audits, ensure secure storage of controlled substances, and integrate with existing electronic health record systems, while also complying with HIPAA regulations. This procurement is crucial for improving pharmacy operations and ensuring the safety and efficiency of medication management within federal IHS sites. Interested parties can contact Audrey Yackeyonny at audrey.yackeyonny@ihs.gov or by phone at 580-354-5381 for further details regarding the solicitation.
    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.
    Pine Ridge Multiplex Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is preparing to solicit proposals for the construction of a multiplex at the Pine Ridge Hospital in South Dakota. This project aims to address the critical shortage of staff housing by constructing a pre-designed multiplex, which has been thoroughly planned to include civil, electrical, mechanical, plumbing, architectural, and fire protection elements. The anticipated contract, valued between $5 million and $10 million, will be awarded as a Firm Fixed Price contract, with a performance period of 730 calendar days from the notice to proceed. Interested contractors, particularly those qualifying under the Indian Small Business Economic Enterprise (ISBEE) set-aside, should prepare for the solicitation release expected in late December 2025 or early January 2026 and can contact Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@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 located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% 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 issuance of a Notice to Proceed. Proposals are due electronically by 2 PM Pacific Time on January 6, 2026, and interested parties should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or call 206-615-2452.
    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.
    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.
    Notice of Intent to Award / Sole Source - Pyxis Automated Dispensing Systems for controlled drugs & medication services - Tsaile Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, intends to award a sole source contract to CareFusion Solutions LLC for the provision of Pyxis Automated Dispensing Systems, which are critical for managing controlled drugs and medication services at the Tsaile Health Center in Arizona. This procurement is essential to ensure uninterrupted patient care, as the existing systems are already installed and operational, and CareFusion holds proprietary rights to the necessary technology. The anticipated period of performance for this contract is from January 1, 2026, to December 11, 2026, with four additional one-year option periods. Interested parties may contact Bennett Arvessto at bennett.arvessto@ihs.gov for further information, although responses to this notice will not be considered competitive proposals.