Zuni Roof Replacement and Fall Protection Construction
ID: 75H70126R00007Type: 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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a digital signature from Daniel Cotto, dated November 26, 2025, at 07:51:05 -08'00'. This signature, likely from a government official or contractor, authenticates and validates an associated document, possibly within a federal RFP, grant application, or state/local RFP context. It serves as an official endorsement, confirming the integrity and approval of the content it accompanies. The digital signature highlights the use of secure electronic processes in government transactions to ensure accountability and verification.
    This government file addresses an amendment to a solicitation for the Zuni Roof Replacement and Fall Protection Construction project. The amendment responds to questions, revises the Statement of Work, adds attachments, and extends the offer due date to December 16, 2025. Key clarifications include the requirement to remove existing roofing down to the lightweight concrete topping (which remains), the acceptance of alternative roofing systems if they are the lowest offer and meet specific criteria, and the confirmation that the project is a Lowest Price Technically Acceptable (LPTA) solicitation. The document also provides details on fall protection systems, clarifies that no asbestos-containing materials are on the roof, and outlines requirements for noise, odor, and work coordination due to the occupied hospital environment. Contractors are responsible for their own due diligence regarding taxes and fees, and limited staging areas are available.
    The Zuni Roofing Replacement and Fall Protection Project addresses aging infrastructure at the Zuni Comprehensive Community Health Center (ZCCHC) by replacing the current roofing system and implementing fall protection measures. The contractor must provide all necessary construction services, labor, equipment, materials, and transportation. Key requirements include real-time air monitoring, strict dust and fume control, and adherence to infection control guidelines to ensure the hospital remains operational. Demolition involves removing all materials off-site, with a waste disposal manifest required at project completion. The contractor must provide a one-year warranty on parts, labor, and workmanship, ensuring all materials are new and defect-free. The project has a 180-calendar-day performance period, with requirements for maintaining as-built drawings and submitting material submittals. Coordination with the owner is crucial, as the facility will remain occupied. The contractor must develop a phasing plan, manage staging areas, and comply with all work restrictions, including limitations on work hours, utility interruptions, noise, and odors. Smoking and controlled substances are prohibited on site, and the contractor is responsible for providing their own sanitation facilities. All work must strictly adhere to federal, state, and local regulations and safety standards.
    The Zuni Roofing Replacement and Fall Protection Project (AQ22ZS004) addresses aging roofing issues at the Zuni Comprehensive Community Health Center. The project requires the contractor to provide all necessary construction services, labor, equipment, materials, and transportation for the roof replacement and fall protection system installation, following BWS Architects' September 12, 2023, drawings and specifications. Key requirements include real-time air monitoring, dust and fume control, and adherence to infection control guidelines to ensure the hospital remains operational. Demolition involves off-site disposal of materials at the contractor's expense, with a waste disposal manifest required upon completion. The contractor must provide a one-year warranty on parts, labor, and workmanship, ensuring all materials are new and defect-free. The period of performance is 180 calendar days, with strict coordination requirements due to owner occupancy, including a phasing plan, utility mark-ups, and adherence to work restrictions regarding hours, utility interruptions, noise, and odors. Contractors are responsible for their own sanitation facilities, and smoking/controlled substances are prohibited on site. All work must comply with OSHA, state, and local regulations, with the work area kept clear of excess materials.
    This document outlines the construction documents for the Indian Health Service (IHS) Albuquerque Area Roofing & Fall Protection Design project at the Zuni Comprehensive Community Health Center. The project, identified as BWS 1818.017 and IHS AQ22ZS002, involves re-roofing and related work. It details administrative and procedural requirements for construction progress, submittals, and rigorous safety protocols. Key sections include a project manual with technical specifications for various divisions (e.g., thermal and moisture protection, metals, electrical, fall protection), and comprehensive safety requirements covering accident prevention, activity hazard analyses, training, inspections, and specific safety plans for fire, electrical work, and personal protective equipment. The document emphasizes adherence to OSHA, NFPA, and other applicable regulations, with a strong focus on contractor responsibilities for safety, documentation, and coordination with the Contracting Officer's Representative.
    The Zuni Comprehensive Community Health Center's "ROOFING & FALL PROTECTION" project, detailed in IHS Contract No.: HHSI102201800003I, TO 75H70123F30019 and IHS Project No.: AQ22ZS002, involves extensive roof replacement and fall protection system installation. The project includes removing existing roofing (EPDM, wood fiber insulation, built-up and gravel roofing, perlite insulation, vapor barrier) down to the lightweight insulating concrete topping, and installing a new 60 mil PVC roofing system with all necessary flashings and accessories. Key components of the project also include the installation of painted steel pipe fall protection guardrails, horizontal lifeline systems, roof access ladders, roof hatches, and ladder approach protection with guardrails and self-closing gates. The plan also details the replacement or protection of existing roof drains, lightning protection systems, and various rooftop equipment, ensuring proper sealing and flashing for all penetrations and equipment supports. Architectural and engineering firms, including Burns Wald-Hopkins Shambach Architects, Zona Technical Engineering, Turner Structural Engineering, and Abacus Project Management, Inc., are involved, with the project slated for construction documents on September 3, 2024.
    The provided government file contains only dates: 9-3-24. Without additional context or content, it is impossible to determine the main topic, purpose, or any specific details related to government RFPs, federal grants, or state/local RFPs. Therefore, a meaningful summary cannot be generated from this limited information. The document appears to be incomplete or merely a placeholder.
    The Federal Occupational Health (FOH) conducted asbestos surveys at seventeen buildings within the Zuni Service Unit in Zuni, New Mexico, from July 9-20, 2007. This was in response to a request from the Albuquerque Area Indian Health Service. The survey identified asbestos-containing materials (ACMs) in residential structures, a medical center, and maintenance facilities, with a total estimated abatement cost of $189,157.54. FOH utilized non-destructive sampling methods and followed EPA AHERA regulations, sending samples to Fiberquant Analytical Services for analysis. The report details specific ACMs found, their condition, and disposal recommendations, including floor tiles, mastics, sheet vinyl, pipe insulation, caulking, and roofing materials. The project's limitations highlight that the findings are based on a balanced approach to cost and uncertainty, and the client retains the final decision on risk acceptance.
    The "General Decision Number: NM20250024 09/19/2025" outlines prevailing wage rates for building construction projects in McKinley County, New Mexico, 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 on or after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed). The document lists specific wage rates and fringe benefits for various occupations, including carpenters, power equipment operators, ironworkers, laborers, painters, plumbers, and sheet metal workers, with different effective dates. It also references Executive Order 13706 regarding paid sick leave for federal contractors. The file includes information on wage determination appeals and explanations of rate identifiers (Union, Union Average, Survey, State Adopted) for clarity on how wage rates are established and updated.
    Attachment J07, "Self-Performed Calculation Sheet," outlines the requirements for prime contractors on federal government contracts to calculate self-performed work in accordance with FAR 52.219-14 and CFR Title 13, Part 125.6. This document is crucial for understanding limitations on subcontracting, especially for small business set-aside contracts. It details the maximum percentage of work that can be subcontracted to "non-similarly situated entities" (85% for general construction, 75% for special trade contractors), excluding material costs. The attachment provides a worksheet for offerors to calculate their self-performance percentage and requires both a submission-time and completion-time sign-off. Key definitions, such as "Concern Status" and "Similarly situated entity," are provided, along with examples illustrating how subcontracts to similarly situated entities impact the calculation and compliance with subcontracting limitations.
    Attachment J08 is an optional Past Performance Questionnaire (PPQ) form, Solicitation 75H70125R00081, used in federal government procurements to evaluate a contractor's past performance. It requires both the contractor to provide contract details and the client to assess the contractor's performance across various categories, including quality, schedule, customer satisfaction, management, cost/financial management, and safety/security. The client rates performance using adjectives like Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory, with specific definitions and justifications for each. The completed questionnaire is submitted by the offeror with their proposal, though clients can send it directly to IHS. The government reserves the right to verify all information. This form is crucial for evaluating risk and informing future contracting decisions.
    The Indian Health Service (IHS) is seeking proposals for the Zuni Roof Replacement and Fall Protection Construction project (Solicitation No. 75H70126R00007). This Request for Proposal (RFP) is a total small business set-aside with an estimated construction magnitude between $1,000,000 and $5,000,000. The project involves comprehensive roof replacement and the installation of fall protection systems at the Zuni Comprehensive Health Center in Zuni, New Mexico. Key requirements include adherence to a 180-calendar-day performance period, strict safety and infection control protocols, and the use of approved construction management software for submittals. The contractor must coordinate all work to minimize impact on facility operations and ensure compliance with all federal, state, and tribal regulations, including wage determinations and subcontractor verification.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Zuni Quarters Sewer Improvement Project
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Zuni Quarters Sewer Improvement Project located at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. This project, which is a total small business set-aside, aims to replace aging sewer lines and improve the overall sewer infrastructure, with an estimated contract value between $100,000 and $250,000. The scope includes constructing new sanitary sewer lines, reconnecting service laterals, and adhering to strict safety and environmental regulations throughout the 90-calendar-day performance period. Interested contractors must attend a site visit on January 7, 2026, and submit their proposals by January 26, 2026; for further inquiries, they can contact Shaukat Syed at shaukat.syed@ihs.gov or Jenny Scroggins at Jenny.Scroggins@ihs.gov.
    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, is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive construction services, including the design and replacement of HVAC systems and the membrane roof to comply with ASHRAE 170 standards, addressing deficiencies identified during facility assessments. The project is significant for enhancing the operational efficiency and safety of healthcare services provided at the center, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by January 8, 2026, 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 period of performance set at 180 calendar days from the notice to proceed. This project is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by January 13, 2026, at 2:00 PM PST, and can direct inquiries to Joshua VanSkike at joshua.vanskike@ihs.gov or by phone at 240-485-7526.
    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.
    Solicitation_75H70726Q00022_Podiatrist-Non-Personal_Healthcare_Services_ZCCHC
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for non-personal healthcare services from a qualified podiatrist for the Zuni Comprehensive Community Health Center in Zuni, New Mexico. The contract, identified as Solicitation No. 75H70726Q00022, is set aside for Indian Small Business Economic Enterprises (ISBEE) as the primary tier, with additional cascading set-asides for other small business categories if necessary. This procurement is crucial for providing comprehensive podiatric medical services, including clinical and surgical care, while adhering to strict performance standards and compliance requirements. Interested parties must submit their technical qualifications, past performance documentation, and price quotes by January 12, 2026, at 3:00 PM MT, and can direct inquiries to Shannon Eldridge-Shorty at shannon.eldridge-shorty@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.
    Asbestos Removal GIMC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for asbestos removal services at the Gallup Indian Medical Center (GIMC) in Gallup, New Mexico. The project, titled "General Surgery, OR-5 (2S85) and OR Sterilizer (4S71) Asbestos Removal," involves the safe removal of asbestos-containing floor tiles and mastic from designated operating and sterilizer rooms, with a performance period of 30 days from the Notice to Proceed. This procurement is crucial for ensuring a safe healthcare environment, adhering to all applicable federal, state, and local regulations regarding asbestos removal. Interested small businesses must submit questions by December 23, 2025, at 12:00 p.m. MDT, and can contact Melissa Lake at melissa.lake@ihs.gov or 505-930-1975 for further information.
    Medical Storage Cabinets Upgrade
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the upgrade of medical storage cabinets at the Inscription House Health Center located in Tonalea, Arizona. The project entails the provision and installation of new, durable, and easy-to-clean medical cabinetry systems, including countertops and plumbing fixtures, while also requiring the removal of old cabinetry and related site preparation work. This procurement is designated as an Indian-Owned, Small Business Economic Enterprise (ISBEE) Set-Aside, emphasizing the importance of supporting Indian Economic Enterprises in federal contracting. Interested vendors must submit their proposals by January 6, 2025, and can direct inquiries to Flora Washington at flora.washington@ihs.gov or by phone at 928-380-8345.
    Hospital Leadership and Management Support (HLMS) for Readiness Agency wide IDIQ (Single or MultiAward)
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for the Hospital Leadership and Management Support (HLMS) contract, which will be awarded as a single or multi-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement aims to provide consultation and professional support services to federal IHS healthcare facilities, focusing on healthcare leadership, accreditation, and operational and financial management. The contract, valued between $50 million and $55 million, includes a one-year base period with four one-year options and emphasizes compliance with CMS Conditions of Participation and accreditation requirements. Interested contractors should direct inquiries to Darryl Smith at darryl.smith@ihs.gov, and the solicitation process will follow a two-phase evaluation approach, with proposals due as specified in the solicitation documents.
    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.