Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract
ID: 75H70125R00044Type: Sources Sought
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for a requirements contract titled "Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Update." The objective of this procurement is to establish accurate construction cost data location factors for various geographic areas, including the Lower 48 States and Alaska, to enhance the IHS's budgeting capabilities for health facility projects from fiscal years 2026 through 2030. These location factors are crucial for adjusting base construction costs to reflect regional variations, thereby ensuring effective financial planning for infrastructure development. Interested contractors must submit their proposals by June 20, 2025, and can direct inquiries to primary contact Matt D Sanders at matt.sanders@ihs.gov or secondary contact Andrew E. Hart at andrew.hart@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the self-certification requirements for Offerors under the Buy Indian Act within the Indian Health Service. It specifies that the Offeror must confirm their status as an "Indian Economic Enterprise" at three key points: during the submission of their offer, at the contract award, and throughout the performance of the contract. If the Offeror's eligibility changes at any time, they must notify the Contracting Officer immediately. The document also emphasizes that false information provided can lead to legal penalties. Successful Offerors must be registered with the System of Award Management (SAM). The form requires the Offeror to indicate whether they meet the criteria of Indian ownership and provides spaces for various required details such as the owner’s name, tribal affiliation, business name, and DUNS number. This process aims to uphold the integrity of federal contracts set aside for Indian-owned businesses, fostering economic development within Native American communities while ensuring adherence to legal standards.
    The Indian Health Service (IHS) commissioned a comprehensive report on the 2025 Special Location Factors, focusing on the construction costs associated with 35 specific locations across the United States. This research aimed to update the special location factors utilized for planning and budgeting. The methodology included collecting data on material costs, labor rates, and regional economic trends, with a particular emphasis on challenging areas like Supai, AZ. The report highlights the significant logistical barriers in remote areas where transportation of materials is primarily via mules or helicopters. It also details the various factors influencing construction costs, such as prevailing wage laws, local taxes, and market dynamics. The findings indicate a notable increase in costs for certain locations, with the Supai area having the highest location factor due to its unique challenges. The report concludes with a macroeconomic perspective on construction trends, emphasizing an expected rise in costs driven by labor shortages and material price fluctuations, particularly influenced by energy market volatilities. Overall, this analysis serves as a vital tool for IHS and related stakeholders in managing project funding and execution within the impacted regions.
    The "2025 Facility Budget Estimating System Construction Cost Data, Special Location Factors Update" report provides a detailed analysis of construction cost factors specifically for facilities in Alaska. Generated by Estimations, Inc., the report is primarily intended to assist the Indian Health Service (IHS) in setting budget estimates for health facilities based on location-sensitive variables such as labor costs, freight rates, and environmental considerations. The report identifies key challenges such as rising freight costs and labor shortages in rural areas, which tend to inflate construction expenses. It outlines a methodology for calculating location factors, utilizing construction cost estimates from clinics of varying sizes in combination with modifiers to adapt these costs to specific locations across Alaska. The report also provides comprehensive appendices listing material pricing, logistics impacts, and factors for weather-related construction challenges, local hire efficiencies, and general contractor overheads. Overall, the report serves as a vital tool for federal and local entities involved in infrastructure development, offering insights into budget tailoring based on geographic and environmental factors, which are critical for effective project planning within Alaska's unique landscape.
    The document is a Past Performance Questionnaire intended for clients to evaluate a contractor proposing a construction contract with the Indian Health Service. It consists of two main parts: Part I for the contractor's details and Part II for the client’s performance assessment. Clients are asked to provide their contact information, evaluate the contractor across several categories—Quality, Schedule, Cost Control, Management, Small Business, and Regulatory Compliance—using a rating system from Exceptional to Unsatisfactory. Each rating is defined, guiding the client in their assessment. The purpose of this questionnaire is to collect feedback on the contractor’s past performance to support their proposal submission. It underscores the significance of contractor reliability and effectiveness in federal projects, emphasizing the need for compliance with contract requirements and overall performance standards.
    The Indian Health Service (IHS) seeks proposals for a requirements contract titled "Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Update" under solicitation number 75H70125R00044. This total small business set-aside aims to establish accurate construction cost data location factors for both the lower 48 states and Alaska for fiscal years 2026 through 2030. Contractors must provide comprehensive research to develop these factors, which account for geographic variations in construction costs. The proposals are due by June 20, 2025, and should comply with specified instructions and requirements outlined in various sections of the solicitation document. Deliverables include interim status reports and final special location factors reports, with detailed methodologies and historical factor comparisons. The contractor's performance will be evaluated based on the general quality of work, adherence to the statement of work, and compliance with contract terms. The primary objective is to enhance the FBES for IHS by accurately reflecting location-specific construction costs, thus supporting efficient budgeting for health facility projects across the U.S.
    The document is an amendment to a federal solicitation (75H70125R00044) regarding the FBES Construction Cost Data Special Location Factors Update. The primary purpose of this amendment is to correct an error in the original request for proposals (RFP), specifically changing the classification from a "total small business set-aside" to "unrestricted." This amendment aligns the solicitation with the information provided on SAM.gov, confirming that the competition is full and open. Offers must acknowledge receipt of this amendment before the specified deadline through designated methods, such as completing specific items on the form or via electronic communication. The document outlines essential instructions for contractors regarding modifications to their offers and emphasizes the importance of submission timing to avoid rejection. Overall, this amendment serves to clarify the solicitation framework and ensure compliance with federal standards.
    Similar Opportunities
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Installation and Logistical Software as a Service (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for a Software as a Service (SaaS) solution to manage the procurement, installation, and tracking of medical equipment and furnishings, fixtures, and equipment (FF&E) for new healthcare facilities. The objective is to replace current spreadsheet-based tracking methods that have resulted in project delays and cost overruns, with a system capable of accurate tracking, reporting, and management from planning to commissioning. This software solution is crucial for supporting the logistics of healthcare facility construction and renovations, aiming to facilitate the tracking of hundreds to thousands of items and to support over 500 tribes and IHS employees in the future. Proposals are due by December 22, 2025, at 3:00 pm EST, and interested vendors can contact Colleen Henry at colleen.henry@ihs.gov or Andrew Hart at andrew.hart@ihs.gov for further information.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Fort Thompson Duplex Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the construction of duplex buildings to serve as staff quarters at the Fort Thompson Service Unit in South Dakota. The project entails constructing one duplex with an option for an additional unit, adhering to specifications and requirements outlined in the solicitation documents. This initiative is crucial for providing adequate housing for healthcare staff in the area, emphasizing compliance with federal regulations and tribal requirements. Proposals are due electronically by December 18, 2025, at 2 PM Pacific, and interested contractors should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    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.
    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.
    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.
    Remote Coding Services for the Albuquerque Indian Dental Clinic
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for Remote Coding Services for the Albuquerque Indian Dental Clinic. The procurement aims to secure non-personal healthcare services that include professional billing and coding, with a focus on maintaining a 95% accuracy rate and ensuring timely turnaround for coding tasks. These services are critical for the efficient management of clinical visits, accurate diagnostic coding, and compliance with data privacy regulations such as HIPAA. Proposals are due by December 19, 2025, at 12 PM MT, and interested offerors must contact Stephanie Begay at stephanie.begay3@ihs.gov or call 505-256-6750 for further inquiries. The contract will be awarded as a firm-fixed-price purchase order for one base year with four optional renewal periods, and eligibility requires registration in the System for Award Management (SAM).
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@ihs.gov.