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. This project aims to replace the existing roofing systems and install a fall protection system, with a construction magnitude estimated between $1,000,000 and $5,000,000, and a performance period of 180 calendar days. The procurement is a total small business set-aside, emphasizing the importance of adhering to safety protocols and minimizing disruption to facility operations during construction. Interested contractors must submit their proposals by December 16, 2025, and can reach out to primary contact Daniel Cotto at daniel.cotto@ihs.gov or 240-461-7841 for further information.

    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.
    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
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Buyer not available
    The Department of Health and Human Services, through 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 renovations, including the replacement of the membrane roof system and various HVAC components to ensure compliance with ASHRAE 170 standards, addressing deficiencies identified during facility assessments. The project is critical for modernizing the health center's infrastructure, with an estimated construction magnitude between $1,000,000 and $5,000,000, and is set aside for Indian Small Business Economic Enterprises (ISBEE). Interested contractors must submit proposals by December 16, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further information.
    IHS Nationwide Multiple Award Task Order Contract
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the IHS Nationwide Multiple Award Task Order Contract (MATOC) aimed at providing design-build and design-bid-build services for the construction, renovation, alteration, and repair of medical facilities across various IHS geographic regions. This Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract will primarily focus on facilities in areas such as Albuquerque, Billings, California, Great Plains, Nashville, Navajo, Oklahoma City, Phoenix, and Portland, with a maximum contract capacity of $10 million per awardee and a guaranteed minimum order of $1,000. The selected contractors will be responsible for a range of services, including the modernization of the Kyle Health Center in South Dakota, which has a seed project budget between $1 million and $5 million, and must comply with various federal regulations, including the Buy Indian Act. Interested parties must submit their proposals by December 5, 2025, and can direct inquiries to Matt D Sanders at matt.sanders@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    FY26 GSU THC CEILING TILE SUPPLIES
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, is soliciting offers for ceiling tile supplies for the Tohatchi Health Center in New Mexico. This procurement is set aside for Indian-owned Small Business Economic Enterprises (ISBEE) and requires offerors to demonstrate technical capability, delivery timelines, and pricing in their proposals. The contract performance period is from January 1, 2026, to January 31, 2026, with proposals due by December 5, 2025, at 11:00 AM MS. Interested parties should contact Ken Parrish at Ken.Parrish@ihs.gov or call 928-871-1342 for further information.
    Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade – Construction (Gallup, NM)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade project located in Gallup, New Mexico. This construction project aims to redesign and install a new fire alarm system across multiple buildings within the medical center, ensuring compliance with NFPA codes and replacing an outdated system. The contract, valued between $1,000,000 and $5,000,000, is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) and has a performance period of 180 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Joshua VanSkike at joshua.vanskike@ihs.gov or by phone at 240-485-7526. Proposals must adhere to the guidelines outlined in the solicitation documents, with all relevant information available for download at the SAM website.
    FY26 GSU THC FLOORING SUPPLY & SERVICE
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is seeking qualified small businesses to provide flooring supplies and installation services at the Tohatchi Health Center in New Mexico. The project involves the removal of existing floor tiles and cove base, application of filler and self-leveling products, and installation of new vinyl flooring and cove base over approximately 1,434 square feet in designated rooms of Building 2004. This procurement is critical for maintaining a safe and functional healthcare environment, with a performance period set from January 1, 2026, to January 31, 2026. Interested offerors must submit their proposals by December 10, 2025, at 10:00 AM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.
    Pine Ridge Multi Phase Door Replacement
    Buyer not available
    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 requires adherence to specific construction standards and regulations, with a performance period of 270 calendar days following the issuance of a 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.
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@ihs.gov.
    Belcourt RTU & Cabinet Replacement
    Buyer not available
    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 entails 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 a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, with a performance period of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, at 2:00 PM PST, and should direct any inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.
    NNMC Wellness Program Project
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking to award a non-competitive contract for consultation services to the Central Consolidated School District in Shiprock, New Mexico, as part of the NNMC Wellness Program Project. The contract aims to support the Health Promotion Disease Prevention (HPDP) department at the Northern Navajo Medical Center by providing unique consultation services, including access to local facilities for rehabilitation and community wellness initiatives. This opportunity is significant as it addresses health and wellness needs within the community, with a contract period spanning from January 15, 2026, to January 14, 2031, including a base year and four option years. Interested vendors may submit a capabilities statement by December 16, 2025, to Bertina Jones at bertina.jones@ihs.gov.