U&O Pavement in Fort Duchesne, Utah, Uintah County
ID: 75H701-25-R-00051Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

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, through the Indian Health Service, is soliciting proposals for the U&O Pavement project at the Fort Duchesne PHS Indian Health Center in Utah. The project aims to replace existing asphalt paving, construct new parking areas, and address various concrete and drainage issues, ensuring compliance with high-quality standards and regulatory requirements. This construction opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 237310, with an estimated contract value between $1,000,000 and $5,000,000. Proposals are due by September 25, 2025, and interested contractors should contact Kelly Britton at kelly.britton@ihs.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service (IHS) has released a representation form under the Buy Indian Act, requiring Offerors to self-certify their status as “Indian Economic Enterprises.” This certification is essential for responding to solicitations and includes stipulations that eligibility must be maintained at the time of both the offer and contract award, as well as throughout the contract duration. Offerors must notify the Contracting Officer if they no longer meet eligibility criteria. To qualify for contracts set aside under this act, businesses must be owned by a federally recognized tribal entity and registered with the System of Award Management (SAM). Submission of false or misleading information is punishable under federal law. The form requires the identification of the 51% owner and relevant business information, underscoring compliance with the Buy Indian Act's objectives to promote economic development within Indian communities.
    This document outlines a Request for Proposal (RFP) for the U&O Pavement project (Solicitation 75H701-25-R-00051, Project PH23UO01C6) by the Indian Health Service. The project, located at the Fort Duchesne PHS Indian Health Center in Utah, involves replacing and constructing asphalt pavement, restriping parking lots, and improving concrete infrastructure, drainage, irrigation, and landscaping. This is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside with an estimated construction magnitude of $1,000,000 to $5,000,000. Key requirements include a 365-calendar day performance period, adherence to tribal regulations and fees, specific insurance coverages, and detailed project management plans. The contractor must submit various documents, including a construction schedule, schedule of values, and subcontractor information. Strict compliance with federal, state, local, and tribal codes, as well as specific reporting and payment procedures, are emphasized. Key personnel, including a Project Manager, Superintendent, and Safety Officer, are required to ensure successful project execution and safety.
    The Indian Health Service (IHS) is soliciting proposals (RFP 75H701-25-R-00051) for the U&O Pavement project (PH23UO01C6) at the Fort Duchesne PHS Indian Health Center on the Uintah & Ouray Reservation in Utah. This project, a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside with an estimated value of $1,000,000 to $5,000,000, involves replacing and constructing asphalt pavement, restriping parking lots, and replacing concrete elements. A mandatory site visit is scheduled for August 14, 2025, and proposals are due by September 25, 2025. The contractor must adhere to tribal requirements, including TERO compliance, and follow strict project management, safety, and payment guidelines. The period of performance is 365 calendar days after receiving the notice to proceed.
    The Indian Health Service is soliciting proposals for the U&O Pavement project at the Fort Duchesne Indian Health Center in Utah. This project involves replacing existing asphalt paving, constructing new asphalt parking areas, and addressing drainage issues while ensuring compliance with federal, state, and local codes. Proposals are due by September 11, 2025, and a site visit is scheduled for August 14, 2025. The procurement is designated as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a construction cost estimate between $1,000,000 and $5,000,000. Contractors must secure required permits, pay applicable taxes, and adhere to the Ute Tribe employment regulations, ensuring local tribal employment goals are met. The contractor is responsible for daily operations, safety compliance, and project coordination, maintaining communication with the Contracting Officer and facility management. Detailed performance and reporting expectations, including a construction schedule and daily reports, are outlined to ensure project accountability. The emphasis is placed on effective project management due to the operational nature of the health center. The contract's comprehensive guidelines underscore the commitment to quality, compliance, and engagement with local resources throughout the project lifecycle.
    The Indian Health Service's solicitation (75H701-25-R-00051) seeks bids for the U&O Pavement project at the Fort Duchesne PHS Indian Health Center in Utah. The project, designated PH23UO01C6, involves replacing asphalt paving, constructing new parking areas, and addressing drainage issues, scheduled to commence following a site visit on August 14, 2025, and concluding with all work completed within 365 days. This procurement is designated as a 100% Indian Small Business Economic Enterprise set-aside, with an estimated project cost between $1,000,000 and $5,000,000. Contractors must adhere to all federal, state, and local codes and secure required permits. The document outlines various sections detailing proposal requirements, construction specifics, and compliance with tribal regulations, emphasizing the need for local hiring as per the Ute Tribe’s employment policies. Additionally, it highlights that proposals must include accurate information, and offers less than 60 days for government acceptance will be rejected. Detailed compliance with taxation, wage rates, inspections, and subcontractor management is mandated to ensure project integrity and performance standards. The thorough guidelines aim to foster effective contractor engagement and adherence to legal and operational requirements necessary for successful project execution.
    Amendment A00001 modifies solicitation 75H701-25-R-00051 for the PH23UO01C6, U&O Pavement Project, issued by the Indian Health Service. The primary change is the rescheduling of the Pre-proposal site visit (L.3) from August 14, 2025, at 1:00 PM MST (2:00 PM MDT local time) to August 14, 2025, at 10:00 AM MST (11:00 AM MDT local time). Offers must acknowledge this amendment via specified methods (completing items 8 and 15, acknowledging on each offer copy, or separate communication) before the solicitation's offer receipt deadline. Failure to acknowledge may result in offer rejection. All other terms and conditions of the original solicitation remain unchanged.
    Amendment A00002 to Solicitation 75H701-25-R-00051 for the PH23UO01C6 U&O Pavement Project outlines significant updates and clarifications. Key changes include providing the Site Visit Agenda and Sign-in Sheet from August 14, 2025, and furnishing responses to Pre-proposal Inquiries 1-4. The amendment also revises SF1442 Block 11, changing the reference from “F.2. FAR 52.211-10” to “F.2 PERIOD OF PERFORMANCE,” and adds Attachment J01d, the Geotechnical Report – U&O Pavement. The project, a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 237310 with a $45 million size standard, involves replacing and constructing asphalt paving, concrete work, drainage corrections, new irrigation, and grass sowing. The construction magnitude is between $1,000,000 and $5,000,000. Important dates include an RFI cut-off of September 1, 2025, a proposal due date of September 11, 2025, and an estimated contract award by October 8, 2025. Phasing of the project is required to ensure continued clinic services.
    Amendment A00003 to Solicitation 75H701-25-R-00051 for the U&O Pavement project (PH23UO01C6) at the Fort Duchesne PHS Indian Health Center provides a response to Pre-proposal Inquiry #5. The inquiry sought clarification on the scope and budget for lowering existing utilities within the detention pond area, as noted on Sheet C4. The Indian Health Service's approved response directs the contractor to verify existing underground utility depths and relocate them deeper as necessary, emphasizing that specific situations will vary. Contractors are advised to submit a Request for Information (RFI) during construction if such a situation arises. This amendment serves to update the solicitation with this crucial information, and contractors must acknowledge its receipt to ensure their offer is considered.
    Amendment A00004 to Solicitation Number 75H701-25-R-00051 extends the proposal due date for the "U&O Pavement" project from September 11, 2025, to September 25, 2025, at 2:00 PM MST. This amendment also includes an updated SF1442, specifically updating Block 13. The project, located at the Fort Duchesne PHS Indian Health Center in Utah, is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 237310 (Highway, Street, and Bridge Construction) with a size standard of $45 million. The construction magnitude is estimated to be between $1,000,000 and $5,000,000. Offers must acknowledge receipt of this amendment by completing items 8 and 15 on the form, acknowledging it on each offer copy, or by separate written or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the new deadline may result in the rejection of the offer.
    Amendment A00005 to Solicitation 75H701-25-R-00051 for the U&O Pavement Project addresses pre-proposal inquiries and revises critical quality control specifications. The amendment incorporates responses to Pre-proposal Inquiry #6 and replaces Attachment J01a Specifications – U-O Pavement with updated sections on Quality Requirements (014000), Quality Control (014500), and Testing Laboratory Services (014529). Key changes include revised page counts for the solicitation and a complete replacement of the U&O Pavement Specifications with a 380-page document. The proposal due date of September 25, 2025, remains unchanged. The revised sections detail comprehensive quality assurance and control procedures, contractor responsibilities for testing, and stringent requirements for accredited testing laboratories, including specific test methods (e.g., ASTM, AASHTO) for earthwork, landscaping, asphalt, and concrete. This ensures the project adheres to high-quality standards and regulatory compliance.
    This government document serves to amend a solicitation for a project identified as PH23UO01C6, related to U&O Pavement, under the Indian Health Service's Division of Engineering Services. The primary purpose of the amendment is to notify contractors about a change in the schedule for a pre-proposal site visit, which has been moved from August 14, 2025, at 1:00 PM MST to the same day at 10:00 AM MST. The amendment outlines procedures for contractors to acknowledge receipt, which can be done by completing specified document items or through electronic communication that references the solicitation and amendment numbers. The document maintains that all other terms and conditions remain intact. It emphasizes the importance of timely acknowledgment to avoid potential rejection of offers, highlighting the formal process typical in federal RFPs and contracts.
    The Fort Duchesne Uintah & Ouray Health Clinic Pavement Project (IHS Project No. PH23UO01C6) involves replacing existing asphalt paving, constructing new asphalt parking areas, restriping parking lots, and replacing concrete elements like curbs, gutters, and sidewalks. It also includes new curb ramps, drainage corrections, new irrigation lines, and grass sowing in Fort Duchesne, Utah. Prepared by Apogee Consulting Group, PA, the project requires phased construction to maintain clinic operations, with strict safety and security protocols, including a detailed security plan and adherence to IHS security management. The contractor is responsible for site preparation, demolition, utility maintenance, and protection of existing infrastructure. Key requirements include detailed construction schedules, documentation, and a warranty management plan for the Indian Health Service.
    This government file outlines the project specifications for the Fort Duchesne Uintah & Ouray Health Clinic Pavement Project (IHS Project No. PH23UO01C6), prepared by Apogee Consulting Group, PA. The project, dated January 14, 2025, involves replacing existing asphalt paving, constructing new asphalt parking areas, restriping parking lots, replacing concrete curb and gutter, installing new concrete sidewalks and curb ramps, correcting drainage issues, and installing new irrigation lines and grass sowing in Fort Duchesne, Utah. Key aspects include phased construction to maintain clinic operations, strict safety and security requirements for all personnel, and detailed procedures for site operations, utility management, and waste disposal. The contractor is responsible for professional surveying, layout of work, and maintaining as-built drawings. The document also specifies requirements for project meetings, construction progress documentation, and a warranty management plan, emphasizing adherence to FAR clauses and other contract documents.
    The Fort Duchesne Uintah & Ouray Health Clinic Pavement Project involves comprehensive renovations to improve existing asphalt paving and related infrastructure on the clinic's premises. The project comprises demolition of old paving, installation of new asphalt areas, restiping of parking lots, and addressing drainage issues, all conducted in phases to ensure minimal disruption to clinic operations. Key phases include work on parking areas west and east of the main building, as well as the renovation of drive aisles. The project is designed to meet specific safety and quality requirements, with ongoing documentation and communication mandated throughout construction to maintain transparency and coordination among contractors, subcontractors, and governmental representatives. Additionally, environmental control measures and strict adherence to security protocols are emphasized to ensure compliance with regulatory standards. The Indian Health Service is overseeing the project, with support from Apogee Consulting Group as the engineering and architectural firm. This undertaking reflects the government's commitment to enhancing healthcare facilities while ensuring operational continuity and safety.
    The document details the "FORT DUCHESNE UINTAH & OURAY CLINIC PROJECT #PH23UO01C6 U&O PAVEMENT PROJECT," initiated by the Indian Health Service in 1955. This project involves pavement work, including demolition and construction, with specific notes on normal and inverted gutter pan configurations where pavement slopes towards or away from the curb. The file contains technical drawings, a list of abbreviations and definitions for various engineering and construction terms, and tables for recording northing, easting, and elevation points with corresponding descriptions. The project's scope appears to be infrastructure upgrades related to paving at the Fort Duchesne Uintah & Ouray Clinic, with a stated date of 01/13/2025 on multiple pages.
    The Indiana Health Service has outlined a pavement project (Project #PH23UO01C6) at the Fort Duchesne Uintah & Ouray Clinic, scheduled for completion by January 13, 2025. This initiative focuses on astutely managing infrastructure improvements that incorporate both grading and drainage, along with water and sewer management systems. The document features various technical specifications, including various abbreviations pertaining to construction elements such as asphalt concrete, concrete, and catch basins, ensuring compliance with engineering standards. The project emphasizes the installation of new curbing and guttering systems and a detailed approach to both existing and finish grades. Additionally, it outlines demolition and construction processes necessary for successful project execution. The inclusion of detailed points for construction measurements and phases is intended to guide contractors and facilitate extensive planning. Ultimately, the document serves as an official request for proposal (RFP) and a call for government grants related to community health infrastructure projects, emphasizing the need for proper construction and engineering practices to promote public welfare and health within the Indiana community.
    The document, titled "U&O Pavement - ATTACHMENT J01c: LOCATION MAPS - FORT DUCHESNE PHS INDIAN HEALTH CENTER," provides a series of location maps for the Fort Duchesne PHS Indian Health Center in Fort Duchesne, Utah. It includes a Phoenix Area Map for the Indian Health Service, a service unit map highlighting the Uintah & Ouray Service Unit, a Utah map focusing on Fort Duchesne, and a detailed map of the Fort Duchesne PHS Indian Health Center itself. The document's purpose is to visually identify the health center's location within its regional and local context, likely as a supporting attachment for a government RFP or grant application related to infrastructure or services at the facility.
    The document is a collection of location maps for the Fort Duchesne Public Health Service (PHS) Indian Health Center in Utah, specifically designed for Indian Health Service (IHS) purposes. It includes four key components: an overview map of the IHS Phoenix Area, a specific service unit map for the Uintah & Ouray Service Unit which includes Fort Duchesne PHS, a detailed local map of Fort Duchesne, and a representation of the Indian Health Center itself. These maps serve as essential visual aids to support various federal government requests for proposals (RFPs) or grants pertinent to health service delivery in this region. They are intended to facilitate understanding of the geographical context and spatial relationships for stakeholders involved in health services planning and funding opportunities. Overall, the file underscores the governmental focus on enhancing healthcare accessibility within Native American communities through informed infrastructure and program development.
    The document outlines a federal grant or RFP, focusing on a comprehensive framework for evaluation and compliance. It details evaluation criteria, including performance metrics, technical requirements, and financial considerations. The document also emphasizes adherence to regulatory standards, data reporting, and quality assurance protocols. Key sections address the scope of work, eligibility requirements, and the submission process. Overall, it provides a structured approach for applicants to understand the expectations and for the awarding agency to assess proposals effectively, ensuring transparency and accountability in the selection and implementation of the project.
    The document appears to be a corrupted file with garbled content, which makes it impossible to determine a coherent topic or extract meaningful information. Attempts to identify key ideas, details, or structure are hindered by the lack of readable text. Therefore, it is not feasible to summarize or analyze the document accurately. The context regarding government RFPs, federal grants, and state/local RFPs cannot be addressed without accessible and meaningful content. This situation underscores the importance of ensuring the integrity of digital documents for effective government communication and documentation processes.
    Attachment J03, titled “Self-Performed Calculation Sheet” for Solicitation Number 75H701-25-R-00051, outlines the requirements and methodology for offerors to calculate self-performed work in accordance with federal regulations, specifically FAR 52.219-14 (Limitations on Subcontracting) and 13 CFR 125.6 (Prime contractor performance requirements). The document provides a detailed worksheet for calculating self-performance, requiring offerors to subtract profit, material costs, and expenses for non-similarly situated entities from the total proposed price to determine the cost of performance by similarly situated entities. It also mandates a list of prime contractors and subcontractors with their concern status and work values. Key definitions, such as “Concern Status” and “Similarly situated entity,” are provided, emphasizing small business program status. The document details subcontracting limitations for general construction (85%) and special trade contractors (75%), excluding material costs. Examples illustrate how subcontracts to similarly situated entities affect these calculations, highlighting that such subcontracts are generally not counted against the limitation if the work is performed by the subcontractor's own employees. The form requires signatures upon proposal submission and contract completion to confirm actual results.
    The Self-Performed Calculation Sheet outlined in Solicitation Number 75H701-25-R-00051 provides guidelines for contractors regarding the limitations on subcontracting as per federal regulations (FAR 52.219-14 and FAR 52.219-17). It requires offerors to calculate their self-performed work to ensure compliance with the subcontracting limitations, which stipulate that general construction contractors should not subcontract more than 85% and special trade contractors no more than 75% of the contract amount to firms that are not similarly situated. The document includes a worksheet for offerors to detail their total proposed price, deduct profit, fees, materials costs, and costs related to non-similarly situated entities to calculate the final self-performed cost. Offerors must also report the work activities and values of both the prime contractor and subcontractors, specifically noting their business status (e.g., small business, 8(a) participant). Definitions of terms like “concern status” and “similarly situated entities” are provided to clarify eligibility criteria, emphasizing the importance of adhering to these regulations for contract qualification and execution. The completion of calculations is required both at proposal submission and contract completion, reflecting a focus on transparency and compliance within federal contracting processes.
    This document is a Utah Sales Tax Exemption Certificate outlining various exemptions for government entities, Native American tribes, and specific organizations. It details the conditions under which purchases of tangible personal property, services, and construction materials are exempt from sales tax. Exemptions include the United States Government, Native American Tribes, construction materials for schools, public transit districts, airports, Utah local and state governments, foreign diplomats, and the Heber Valley Historic Railroad. The certificate requires the purchaser to provide institutional details, an authorized signature, and check the applicable exemption box. It specifies that the certificate should be kept by the seller for audit and by the purchaser for records, and is not to be sent to the Tax Commission. Contact information for the Utah Tax Commission is provided for questions and ADA accommodations.
    The document outlines a sales tax exemption certificate utilized by various government entities in Utah, designed for claiming tax exemptions on purchases essential for governmental operations. It details several exemption categories, including those for the U.S. government, Native American tribes, construction materials for schools and public transit, foreign diplomats, and local or state government entities. Purchasers must provide pertinent information such as their name, address, signature, and the specific exemption category claimed. The certificate emphasizes that it should remain on file for audit purposes, not submitted to the Tax Commission. Specific restrictions are noted, such as not being valid for lodging-related purchases and the importance of direct payment with government funds. Contact information for inquiries and requests for accommodations under the Americans with Disabilities Act is also included. This document serves as a vital tool for managing tax exemptions in the context of federal and state procurement processes.
    Attachment J05 is a specialized experience form for construction projects, part of Solicitation Number 75H701-25-R-00051. This document requires companies to provide detailed information on relevant construction projects completed within the last six years to demonstrate their experience with similar scope and complexity. For each project, firms must specify the project type, their company's name, project name, location, owner, general scope, facility type, building size (gross square feet and stories), their role (Prime, Joint Venture, Subcontractor) and self-performed work, dollar value of the contract, extent and type of subcontracted work, construction dates, owner's performance evaluation, and any terminations or liquidated damages. Additionally, the form requests the owner's point of contact for reference, including their name, company, and telephone number. This information is critical for evaluating a company's qualifications under Factor 1 – Specialized Experience, and is designated FOR OFFICIAL USE ONLY, SOURCE SELECTION INFORMATION.
    This document outlines the requirements for responding to Solicitation Number 75H701-25-R-00051, specifically focused on the specialized experience in construction. It mandates that companies provide detailed information on relevant construction projects completed within the past six years. Each project must be documented on a separate form, covering essential aspects such as project type, firm name, project name, location, owner details, general scope, facility type, size, the company's role in the project, contract dollar value, subcontracting details, and construction timelines. Additionally, it requests performance evaluations and inquiries regarding termination or liquidated damages, along with a reference contact for verification purposes. This form serves as a critical component of the evaluation process in federal RFPs, emphasizing the importance of demonstrated experience and accountability in construction projects for the government.
    The document, Attachment J06, is a Past Performance Questionnaire (PPQ) Form PPQ-0, used in response to Solicitation 75H701-25-R-00051. It is a critical component for evaluating contractor experience and past performance in government procurement processes. The form requires contractors to provide detailed information about their company and specific contracts, including roles (prime, subcontractor, joint venture), contract type, title, location, dates, and pricing. A key section involves the contractor describing the project and its relevance to the current submission. The latter half of the document is to be completed by the client, who rates the contractor's performance across various categories such as Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, and Safety/Security. These ratings—Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, or Not Applicable—are clearly defined with specific justifications. Clients are encouraged to submit the completed questionnaire directly to the offeror for inclusion in their proposal, with the government reserving the right to verify all information. The form also includes sections for client remarks, narrative feedback on strengths, weaknesses, and deficiencies, and questions regarding financial issues or contract terminations.
    The Past Performance Questionnaire (PPQ-0) is a critical component of federal procurement, specifically related to the solicitation number 75H701-25-R-00051. It serves to evaluate the past performance of contractors seeking government contracts. The form requires contractors to provide detailed information about their company, contract specifics, project relevance, and client engagement. The client completes additional fields to assess contractor performance across various criteria, including project quality, timeliness, customer satisfaction, and management effectiveness. Performance ratings range from Exceptional to Unsatisfactory, guiding government evaluations of contractor reliability. Clients are encouraged to return completed questionnaires directly to the contractor or the contracting agency, with the understanding that the government may verify provided information. This document is essential in evaluating contractor qualifications and ensuring the federal government’s reliance on contractors who demonstrate success in their past performance. Overall, the PPQ facilitates informed decision-making in the contracting process, fostering accountability and quality in government contracts.
    The Indian Health Service (IHS) requires potential contractors to self-certify as an “Indian Economic Enterprise” (IEE) under the Buy Indian Act (25 U.S.C. 47) for solicitations, sources sought, RFIs, and subsequent contracts. This form, issued by the Department of Health & Human Services, ensures offerors meet the IEE definition at the time of offer, contract award, and throughout the contract performance period. Contractors must immediately notify the Contracting Officer if they no longer meet eligibility. Individual Contracting Officers may request documentation, and awards are subject to protest if eligibility is questioned. Successful offerors must also register with the System for Award Management (SAM). False information or claims are subject to severe penalties under federal law.
    The Department of Health & Human Services' Indian Health Service has issued a representation form under the Buy Indian Act. This form serves as self-certification for Offerors, ensuring they qualify as an “Indian Economic Enterprise” as per federal regulations. The enterprise must maintain this status during the offer submission, contract award, and performance periods, proactively notifying the Contracting Officer if eligibility changes. Documentation may be requested for verification, and submission of false information is punishable by law. The form requires the Offeror to affirm whether they meet the definition of an Indian Economic Enterprise and includes fields for identifying the business and its owners. This initiative supports the federal goal of empowering Indian-owned businesses, ensuring they can compete effectively for federal contracting opportunities while reinforcing accountability and compliance. The form must be signed by the 51% owner of the enterprise, certifying their eligibility and tribal affiliation.
    Similar Opportunities
    Loading similar opportunities...