Yakama Building Automation Controls
ID: 75H70126Q00001Type: Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINTENANCE OF OTHER HOSPITAL BUILDINGS (Z1DZ)

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 bids for the Yakama Building Automation Controls project located in Toppenish, Washington. The procurement aims to upgrade the existing Building Automation System (BAS) at the Yakama Indian Health Center, which includes replacing outdated components and enhancing system capabilities, with a focus on compliance with various codes and standards. This project is crucial for improving operational efficiency and ensuring a safe healthcare environment, with an estimated construction magnitude between $25,000 and $100,000 and a performance period of 90 calendar days from the Notice to Proceed. Interested contractors, particularly small businesses, must submit their quotes by November 14, 2025, at 2:00 PM CST, and direct inquiries to Robert S. Miller at robert.miller2@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines the requirements for a construction contract to upgrade the obsolete Building Automation System (BAS) at the Yakama Indian Health Center in Toppenish, WA. The project focuses on upgrading the existing Johnson Controls Metasys system from version 5.2.0.5400 to version 13.0 or newer, including associated hardware and software. Key tasks involve replacing Network Automation Engines (NAE) with Series of Network Engines (SNE), updating graphics and user interfaces, and providing on-site training and documentation. The contract mandates compliance with various codes and standards, requires specific submittals for pre-construction, material, and post-construction phases, and details material specifications for the Metasys ADS, workstation, and SNE controller. Quality assurance, infection control, and interim life safety measures are also critical components of the work execution requirements.
    The Interim Life Safety Measures Plan outlines a comprehensive preliminary assessment and deficiency identification process for projects affecting life safety in government facilities. It requires evaluating project impact on life safety features, assessing risks to patients, visitors, and staff, and determining if Interim Life Safety Measures (ILSM) are warranted. The plan details specific deficiencies to check, such as alternative exits, unobstructed routes, personnel training, emergency access, fire alarm system integrity, and temporary system provisions. It also covers construction partition standards, additional firefighting equipment, smoking policies, housekeeping, drill requirements, hazard surveillance, and safety education programs. The document emphasizes meticulous documentation for monitoring inspections, training, and drills to ensure continuous safety and compliance during projects.
    The Infection Control Risk Assessment 2.0 (ICRA) outlines a four-step process for managing infection risks during construction, renovation, and operations in healthcare settings. Step One categorizes construction activities into four types (A-D) based on their invasiveness and potential for dust and debris generation. Step Two identifies patient risk groups (Low, Medium, High, Highest) affected by the project. Step Three combines the construction activity type and patient risk group to determine the required Class of Precautions (I-V), with higher classes indicating more stringent infection control measures. Step Four assesses potential risks to surrounding areas, considering noise, vibration, dust, ventilation, pressurization, and impact on other systems. The document also details specific mitigation activities for each precaution class, both before and during work, and upon completion, emphasizing cleaning, barrier management, negative air requirements, and HVAC system verification. An infection preventionist or designee and engineering representative must inspect Class III, IV, and V work areas for discontinuation or downgrading of ICRA precautions.
    The provided document is a cost estimation table, likely part of a government Request for Proposal (RFP) or grant application, detailing proposed expenses for materials, labor, and adjustments. The table outlines quantities and costs for items such as software licenses, UPS batteries, UI design, and HVAC integration hardware under "Materials/Equipment." It also includes "Labor" costs for a BAS Technician and Staff Training. The "Estimate Adjustments" section accounts for TERO Tax, Bond, and Insurance. All listed costs are currently zero, indicating either a template or a preliminary stage where specific financial figures have not yet been entered. The main purpose of this document is to provide a structured format for calculating and presenting total project costs.
    The "Pre-Quote Inquiry Form" (Attachment 6) is a document used for contractors to request information regarding a federal government solicitation, specifically Solicitation No. 75H701-26-Q-00001, which pertains to the "Yakama Building Automation Controls" project (Project Number PO4YA754C6). Contractors are required to fill out their name, contact information, and detail any problems or information requested, being as specific as possible. The form also includes sections for government response, tracking number, amendment number, and project manager/COR details, indicating it is a formal communication tool for inquiries during the pre-quote phase of a government procurement process. Inquiries are directed to Robert.Miller2@ihs.gov.
    General Decision Number WA20250119 outlines prevailing wage rates for building construction projects in Yakima County, Washington, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered federal contracts, with annual adjustments. The document lists specific wage and fringe benefit rates for various crafts like insulators, bricklayers, carpenters, electricians, and laborers, along with modification dates. It also provides guidance on conformance requests for unlisted classifications and information regarding paid sick leave for federal contractors under Executive Order 13706. Additionally, the document explains identifiers for union, weighted union average, and survey rates, and details the appeals process for wage determinations through the Department of Labor.
    The Indian Health Service (IHS) requires offerors to self-certify as an "Indian Economic Enterprise" (IEE) in accordance with the Buy Indian Act (25 U.S.C. 47) for solicitations, sources sought, and RFIs. This certification must be maintained from the time of offer through contract award and for the full term of contract performance. Contractors must notify the Contracting Officer immediately if they no longer meet IEE eligibility. While Contracting Officers may request documentation, successful offerors must also be registered with the System for Award Management (SAM). Providing false or misleading information is a violation of law, punishable under 18 U.S.C. 1001, with false claims during performance subject to penalties under 31 U.S.C. 3729-3731 and 18 U.S.C. 287. The form includes a representation section for the offeror to confirm or deny IEE status, requiring signatures and identification of the 51% owner, tribal entity, business name, and DUNS number, as exemplified by "Yakama Building Automation Controls" with DUNS 75H70126Q0001.
    The Indian Health Service (IHS) is issuing a Sources Sought/Request for Information (RFI) for a new HVAC Control System Upgrade at the Yakama Building in Toppenish, Washington. This RFI, identified as 75H701-26-Q-00001, aims to identify qualified firms, especially small businesses including Native American/Indian-Owned Businesses (IEE), for replacing an unsupported Johnson Controls Building Automation System (BAS) with security vulnerabilities. The project magnitude is estimated between $25,000 and $100,000, falling under PSC code Z1DZ and NAICS code 238220. Responses are due by 2:00 pm CST on October 8, 2025, via email to Robert S. Miller at Robert.Miller2@ihs.gov. Submissions must include company information, point of contact, intent to propose, business type, bonding capacity, and detailed experience on at least two to five similar projects completed within the last six years, along with specific questions regarding quality control, construction management, and self-performed disciplines. Preference will be given to Indian Economic Enterprises (IEE) under the Buy Indian Act.
    The Indian Health Service (IHS) Division of Engineering Services in Dallas has issued Request for Quote (RFQ) 75H70126Q00001 for the Yakama Building Automation Controls project. This is a 100% Small Business Set-Aside under NAICS 238220 with an estimated construction magnitude between $25,000.00 and $100,000.00. The project, located at 401 Buster Rd, Toppenish, WA, involves building automation controls with a performance period of 90 calendar days from the Notice to Proceed. Key requirements include adherence to the U.S. Department of Labor Wage Determination WA20250119, no bid or payment/performance bonds (unless the award exceeds $35,000), and specific invoicing procedures through the IPP system. The contractor must commence work within 10 days of receiving the Notice to Proceed, provide a site superintendent, ensure employee identification, and comply with various FAR and HHSAR clauses covering aspects like accident prevention, insurance, and subcontracting. Questions must be submitted in writing to Robert S. Miller by 7 days before the quote due date of 11/14/2025 at 2:00 PM CST.
    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.
    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.
    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.
    Zuni Roof Replacement and Fall Protection Construction
    Buyer not available
    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.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Building Automation System" project at the Temple and Waco Veterans Affairs Medical Centers in Texas. This procurement involves upgrading HVAC and related systems to a digital control system, specifically the Metasys BACNET MSTP network, with a project value estimated between $10 million and $20 million. The upgrades are critical for enhancing the efficiency and reliability of environmental controls within the facilities, ensuring a better operational environment for both patients and staff. Proposals must be submitted via email by January 12, 2026, with pre-bid site visits scheduled for December 10th and 11th, 2025. For further inquiries, interested parties can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    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.
    Landscape Services for IHS, Mashpee Wampanoag Health Service Unit
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting quotes for landscape services at the Mashpee Wampanoag Health Service Unit in Mashpee, Massachusetts. The procurement aims to maintain the landscaping and gutter services for three modular units, ensuring a professional appearance and preventing infestation, with services required from March 1, 2026, to October 31, 2026, and four optional one-year extensions. This opportunity is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses. Interested vendors must submit their quotes, including required documentation, to Courtney Davis at courtney.davis@ihs.gov by 3:00 p.m. Central Time on December 15, 2025, to be considered for the contract, which will be awarded based on the lowest price technically acceptable.
    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.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Buyer not available
    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.