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.