Fort Thompson Duplex Construction
ID: 75H70125R00076Type: Presolicitation
Overview

Buyer

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

NAICS

New Multifamily Housing Construction (except For-Sale Builders) (236116)

PSC

CONSTRUCTION OF FAMILY HOUSING FACILITIES (Y1FA)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of Health and Human Services, Indian Health Service (IHS), 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 duplex, adhering to specific design and construction standards outlined in the solicitation documents. This initiative is crucial for providing adequate housing for staff within the Crow Creek Sioux Reservation, emphasizing compliance with federal regulations and tribal requirements. Proposals are due electronically by 2 PM Pacific on December 12, 2025, and interested contractors should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal government procurement initiative, focusing on the acquisition of various supplies and services. It details specific product categories, including but not limited to electrical components, plumbing supplies, and general hardware, alongside requirements for related services. The file emphasizes compliance with federal acquisition regulations, quality standards, and delivery specifications. It also includes provisions for bidding, contractor qualifications, and evaluation criteria, highlighting the government's commitment to securing reliable and high-quality solutions. The document appears to be a Request for Proposal (RFP) or a similar solicitation, guiding potential vendors through the submission process and outlining the contractual obligations for successful bids.
    This Statement of Work outlines the construction of new duplexes for staff quarters at the Fort Thompson Health Center, managed by the Indian Health Service (IHS). The project involves constructing one new duplex with an option for an additional one, utilizing existing complete designs. Key aspects include site grading, utility establishment, and adherence to all specified codes and standards. The contractor is responsible for providing all necessary engineering, design, materials, labor, equipment, and supervision. Important requirements cover a one-year warranty, strict safety protocols including OSHA adherence, waste management, site restoration, and the submission of detailed schedules and submittals. The project emphasizes security of the worksite and government property, with the contractor bearing full responsibility for any damage or injury. Tribal requirements, specifically compliance with the Crow Creek Sioux Tribe Tribal Employment Rights Office (TERO), are mandatory. The document also details payment procedures, the role of the Contracting Officer's Representative (COR), closeout documents, and the mandatory use of the Invoice Processing Platform (IPP) for electronic invoicing.
    The document outlines the construction plans for Duplex Building & Site Locations for the Indian Health Service (IHS) - Great Plain Area, located at 701 Fifth Avenue, Seattle, Washington. Prepared by Short Elliott Hendrickson, Inc. (SEH) and IMEG, the construction documents cover architectural, civil, mechanical, plumbing, structural, and fire protection aspects. The project involves building two duplex units, with detailed plans for each, including floor plans, elevations, utility layouts, and structural components across four sites: Pine Ridge, Kyle, Wanblee, and Fort Thompson. The document also provides extensive code analysis, including compliance with the International Residential Code (IRC), International Energy Conservation Code (IECC), and NFPA standards, detailing requirements for fire-resistant construction, insulation, egress, and safety systems. General notes emphasize adherence to codes, site verification, and coordination among trades, highlighting the comprehensive nature of the construction project for residential dwellings.
    The "DUPLEX BUILDING & SITE LOCATIONS Indian Health Service - GREAT PLAIN AREA" document outlines existing conditions, demolition plans, and civil site plans for duplex building projects in Pine Ridge, Kyle, Wanblee, and Ft Thompson. Prepared by Short Elliott Hendrickson, Inc. (SEH) for the Indian Health Services (IHS), Department of Health and Human Services, the document details various infrastructure elements including utility lines (power, telephone, water, sanitary sewer, fiber optic, television), pavement (concrete, asphaltic), sidewalks, curbs, gutters, fences, and specific structures like inlets, manholes, and bollards. The plans include detailed removal schedules for existing materials such as concrete pavement, asphalt, curb and gutter, sidewalks, CMP culverts, fences, and trees. The civil site plans specify new constructions and installations, including concrete driveways, mountable curbs and gutters, and chainlink fences and gates. Elevation and coordinate data for each site are based on NGS benchmarks and South Dakota State Plane South Zone (4002) NAD 83 (2011) coordinates. The document emphasizes adherence to engineering standards and regulatory requirements for all phases of the project.
    The Fort Thompson Duplex Construction file outlines the self-performed work calculation requirements for federal government contractors, focusing on limitations on subcontracting in accordance with FAR 52.219-14 and 13 CFR 125.6. Contractors must ensure that for general construction, no more than 85% of the government-paid amount (75% for special trade contractors) is paid to firms that are not “similarly situated”—entities with the same small business program status as the prime contractor. The cost of materials is excluded from this calculation. The document provides a worksheet for offerors to detail proposed and actual self-performance costs, subtracting profit, fees, materials, and costs incurred for non-similarly situated entities. It also includes definitions of
    ATTACHMENT 6, the Specialized Experience Form, is a crucial document for government RFPs, grants, and state/local RFPs, designed to gather detailed information about a contractor's relevant project experience. It requires applicants to provide contract details such as the number, project title, award value, and performance period. The form distinguishes between prime and subcontractor roles, requesting the percentage of work completed if a subcontractor. Key information includes the agency's name, address, and point of contact. A detailed description of project responsibilities is mandatory. The form also assesses project relevance, specifically looking for experience in constructing duplexes or similar structures, and projects of similar size and complexity. For joint ventures, it mandates disclosure of prior collaboration and submission of the joint venture agreement. This form ensures that bidding entities possess the necessary experience and qualifications for the proposed government contract.
    The Past Performance Questionnaire (PPQ) Form is a critical component for federal government solicitations, such as Solicitation 75H70125R00076 and 75H70125R00039, designed to evaluate contractor experience and performance. This form requires contractors to provide detailed information about their company, the nature of work performed (prime, sub, joint venture), contract specifics, and a project description highlighting its relevance. Clients are then responsible for completing sections that rate the contractor's performance across various categories including Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, and Safety/Security. The questionnaire utilizes a defined rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with clear justifications for each. Clients are encouraged to submit the completed PPQ directly to the offeror for inclusion in their proposal, though direct submission to IHS is also an option. The government reserves the right to verify all submitted information, ensuring a comprehensive assessment of performance risk for future contracts.
    The Indian Health Service (IHS) requires offerors 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 resultant contracts. This form, applicable to projects like "Fort Thompson Duplex Construction," mandates IEE status at the time of offer, contract award, and throughout performance. Failure to maintain eligibility requires immediate notification to the Contracting Officer. The IHS may request documentation for eligibility, and awards are subject to protest. Offerors must also register with the System for Award Management (SAM). False information carries severe penalties under 18 U.S.C. 1001 and 31 U.S.C. 3729-3731. Offerors must explicitly state whether they meet the IEE definition and provide details of the 51% owner, tribal entity, business name, and DUNS number.
    The Indian Health Service (IHS) is soliciting proposals for the Fort Thompson Duplex Construction project (Solicitation Number: 75H70125R00076). This Request for Proposal (RFP) is designated as an Indian Small Business Economic Enterprise (ISBEE) Set Aside. Proposals are due by November 3, 2025, at 12:00 PM Pacific. The project requires the contractor to begin work within 10 calendar days of receiving a notice to proceed and complete it within 365 calendar days. The contractor will be responsible for all labor, materials, equipment, and taxes, with payments structured around a schedule of values and progress payments. Key requirements include adherence to safety regulations, use of construction management software, and submission of various plans and reports, such as a site-specific safety plan and weekly payrolls. The project emphasizes strict compliance with federal regulations and coordination with IHS personnel to ensure minimal disruption to facility operations.
    Amendment 1 to solicitation 75H70125R00076, dated October 31, 2025, incorporates Specifications Volume I and II (dated July 18, 2022) and a Geotech Report (dated May 18, 2022). The due date for offers has been changed to November 7, 2025, at 2 PM Pacific. All other terms and conditions remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date may lead to rejection of the offer. Changes to previously submitted offers must also reference the solicitation and amendment and be received before the opening date.
    Amendment 2 to solicitation 75H70125R00076, for the Indian Health Service - DES Seattle, updates the RFP by incorporating Specification Section 085313 - Vinyl Windows and Drawing Sheets A002, A102, and A411 Duplex Package - Crawlspace. The due date for offers is extended to 2 PM Pacific on November 18, 2025. The vinyl window specifications detail performance requirements, acceptable manufacturers (Pella, JEN-WELD, Anderson, Milgard, or equivalent), frame and sash materials (impact-resistant, UV-stabilized PVC), glazing systems, hardware, weather stripping, and insect screens. The document also outlines installation procedures, warranty information (10 years for windows and glazing units), and relevant building codes and standards for a duplex with a crawl space, including fire-resistant construction, insulation, thermal envelope, and emergency egress requirements. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 3 to solicitation 75H70125R00076, effective November 7, 2025, incorporates updated specification sections for Plastic Laminate Clad Architectural Cabinets (064116) and Asphalt Shingles (073113), along with Drawing Sheets M601 Mechanical Details & M701 Mechanical Schedule. The due date and time for offers remain unchanged at 2 PM Pacific on November 18, 2025. All other terms and conditions of the original solicitation remain in full force. The asphalt shingle specifications include detailed warranty periods (30-year material, 15-year wind-speed up to 130 mph, 25-year algae-resistance, 10-year workmanship, and 5-year installer), performance requirements (Class A fire, Class F and H wind resistance, ENERGY STAR), and product/installation guidelines for glass-fiber-reinforced laminated-strip shingles, synthetic underlayment, and rigid ridge vents.
    Amendment 4 to solicitation 75H70125R00076, for the Indian Health Service - DES Seattle, incorporates RFI responses 1-71 and extends the offer due date to 2 PM Pacific on December 2, 2025. This amendment clarifies various project specifications, including material requirements for waterproofing, appliances, window shades, and flooring. It also addresses design changes such as the revision from I-joist to floor trusses and from ground source to air source heat pumps. The document confirms that Fort Thompson is within the Crow Creek Reservation and clarifies the scope of utility installations for two duplex units. It also specifies requirements for submittals, photographic documentation, delegated designs, and warranty periods. Key clarifications include the use of R6-Zip sheathing, the acceptability of either glue-down or floating vinyl plank flooring, and confirmation that motor-operated window shades and cameras are not required. The amendment also details painting requirements and confirms that asphalt paving, stormwater systems, and curb and gutter are not part of the project.
    Amendment 5 to solicitation 75H70125R00076, for projects GP21CC601Q7/GP22CC600Q7, modifies the original solicitation by extending the offer due date to 2 PM Pacific on December 12, 2025. All other terms and conditions of the solicitation remain unchanged. The document, a Standard Form 30 (Amendment of Solicitation/Modification of Contract), outlines the procedures for acknowledging the amendment, including returning signed copies or sending separate communications referencing the solicitation and amendment numbers. Failure to acknowledge the amendment by the specified time may result in the rejection of an offer. This amendment is issued by the Indian Health Service - DES Seattle.
    Terracon Consultants, Inc. prepared a geotechnical engineering report for the proposed Indian Health Services Duplex Project in Fort Thompson, South Dakota. The project involves constructing new two-story duplex buildings with crawlspaces or basements, supported by shallow, reinforced concrete, spread footing foundations. The report details subsurface soil conditions, identifies low-strength soils requiring stabilization, and provides recommendations for earthwork, shallow foundations, floor slabs, seismic considerations (Site Class D), and corrosivity. Key recommendations include using at least 24 inches of low volume change material beneath foundations and slabs, compacting engineered fills to 95% of maximum dry density, and designing for proper drainage. The report emphasizes the need for continuous geotechnical observation and testing during construction to address varying subsurface conditions and ensure stability.
    This document, likely part of an RFP or RFI process, details questions and responses regarding construction specifications for duplexes. Inquiries cover various technical aspects, including the definition of a T-BUR line (Telephone - Buried), availability of specification books and geotechnical reports, and material specifications for waterproofing membranes. The document also addresses inclusion and specifications for appliances and window shades. Furthermore, it touches on potential design changes, such as modifying the I-Joist floor assembly, and seeks clarification on structural details like stair framing, TJI bearing, and party wall construction. Responses frequently refer to specific sections of the project specifications or indicate that questions will be forwarded to designers, highlighting an ongoing clarification process for the construction project.
    This document contains a series of Questions and Answers (Q&A) related to a federal government solicitation, likely an RFP, concerning the construction of duplexes. The queries address various technical and logistical aspects of the project, including specifications for materials (cabinets, waterproofing membranes, countertops), appliance inclusion, structural details (floor assemblies, stair framing, party walls), utility systems (water service lines, fire sprinklers, ground source heat pumps, plumbing relocation), and administrative clarifications (applicability of previous RFI responses, inspection authorities, submittal requirements, and project location confirmation). Responses indicate that many questions are being forwarded to designers for further clarification, some refer to updated SAM.gov postings or existing specifications, and others provide direct confirmations regarding project scope and requirements.
    The document is a Request for Information (RFI) for a government construction project, likely concerning the building of duplexes, possibly for the Northern Cheyenne Tribe or within the Crow Creek Sioux Reservation. It addresses numerous inquiries regarding design specifications, materials, structural details, utility installations, and contractual requirements. Key areas of clarification include the type and color of cabinets, waterproofing membrane material, inclusion and specifications of appliances and window shades, structural framing of floors and party walls, water service line sizing for fire sprinklers, and the choice between ground source heat pumps and forced air systems. Other questions concern the relocation of water lines in garages due to freeze concerns, the applicability of previous RFI answers, countertop materials, window sills, restroom bracket types, and the scope of site utilities, particularly for water and sewer mains and services for the two duplexes currently being constructed. The responses indicate that many questions will be forwarded to designers, while others confirm specific details like the absence of stairs and the requirement to install new sewer mains and services for the current units.
    The document is an RFI (Request for Information) log from a federal government solicitation, likely for duplex construction within a tribal reservation. It addresses numerous technical and logistical questions from potential bidders regarding the project's specifications, drawings, and scope. Key areas of inquiry include material specifications (e.g., waterproofing, appliances, cabinets, countertops, flooring, sheathing, roofing, siding, windows), structural details (e.g., floor assembly, party walls, foundation bearing), utility infrastructure (e.g., water service, sanitary, stormwater, fire sprinklers, ground source heat pumps), and project management procedures (e.g., submittals, quality control, warranties, photographic documentation). The responses clarify certain aspects, confirm some assumptions, and indicate that other questions will be forwarded to designers for further review. Notably, previous RFIs from a 2023 solicitation for the same project will not be considered. The document also confirms the project's location within the Crow Creek Sioux Reservation and outlines requirements for commissioning agents and seismic design. It emphasizes adherence to manufacturer recommendations for installations and specifies minimum wear layers for flooring products.
    The document is an RFI (Request for Information) for a federal government construction project, likely involving duplexes, and details numerous questions from contractors regarding design specifications, materials, utilities, and project management. Key inquiries cover T-BUR lines, availability of specification books, appliance and window shade inclusion, structural framing clarifications, party wall framing, water service line sizing for fire sprinklers, ground source heat pump vs. forced air systems, plumbing relocation for freeze concerns, and the applicability of previous RFI answers. Other important questions address cabinet and countertop materials, window sills, restroom shelf brackets, and the overall scope of site utilities, including water and sewer mains for two or four units. The RFI also seeks clarification on various architectural and engineering specifications, such as roof and siding systems, acoustical panels, residential appliances, wall dimensions, and the use of specific software for project management. Further questions delve into quality control, temporary facilities, warranty periods, commissioning agents, seismic requirements, and the specific types and locations of materials for fire-retardant treatment, sheathing, air barriers, and flooring. The responses provided clarify some points, confirm certain aspects (e.g., no stairs, R6 Zip panels meet shear wall parameters), and indicate that many questions will be forwarded to designers, suggesting ongoing refinement of the project's scope and specifications.
    The document is a collection of Questions and Answers (Q&A) regarding a government Request for Information (RFI) for duplex construction. It addresses various technical and logistical aspects of the project, including specifications for materials (e.g., T-BUR line, waterproofing membrane, cabinets, countertops, flooring, sheathing), structural design (e.g., I-Joist vs. floor trusses, stair framing, foundation bearing), utility systems (e.g., water service, fire sprinklers, sanitary, stormwater), HVAC design, and project management procedures. Key clarifications include the use of floor trusses, air source heat pumps, and R6-Zip sheathing, as well as confirmation that previous RFI answers are not applicable to this new solicitation. The Q&A also clarifies that there is no asphalt paving or stormwater system required, and that only services for the currently constructed units are needed. The document emphasizes the need for submittals for various components and confirms that the project is for the Northern Cheyenne Tribe, with Fort Thompson, SD, being within the Crow Creek Sioux Reservation.
    The US Department of Health and Human Services, Indian Health Service, is undertaking the "Duplex Buildings and Site Locations" project in the IHS Great Plains Area, South Dakota. This project involves constructing numerous 2,375 SF wood-frame, two-bedroom duplexes for staff, with options for basements or slab-on-grade foundations based on soil conditions. Each unit will include an attached garage and all associated mechanical, electrical, and site development work. The construction documents, dated July 18, 2022, detail extensive project specifications across multiple divisions, including general requirements, concrete, masonry, wood, thermal and moisture protection, openings, finishes, specialties, equipment, furnishings, fire protection, plumbing, HVAC, electrical, communications, security, fire alarm & detection, earthwork, exterior improvements, and utilities. Key administrative and procedural requirements are outlined, covering project management, coordination, construction progress documentation, photographic documentation, and submittal procedures. The project emphasizes adherence to the Buy American Act, environmental coordination, and the contractor's responsibility for permits and compliance with all applicable laws and regulations. Various professionals, including architects, structural engineers, mechanical engineers, and electrical engineers, have certified the technical submissions for this project.
    The document outlines construction specifications for Duplex Buildings and Site Locations, managed by the US Department of Health and Human Services, Indian Health Service, in the Great Plains Area, South Dakota. It covers various construction divisions, from general requirements and site work to specialized systems like fire protection, plumbing, HVAC, electrical, communications, and security. Key aspects include detailed requirements for selective demolition, emphasizing proper waste disposal and protection of existing structures, and comprehensive specifications for fire protection systems, including design, installation, and testing of wet-pipe sprinkler systems. The document also provides extensive details on plumbing materials and methods, focusing on quality assurance, code compliance, and installation of piping, valves, sleeves, and escutcheons, with a strong emphasis on coordination between trades, safety, and operational training for government personnel.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    Firm fixed price, non-personal, commercial medical service purchase order for Radiology Interpretive Services for the Fort Thompson Health Care Center-Indian Health Service, Fort Thompson, South Dakota.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a firm-fixed-price, non-personal commercial medical service purchase order for Radiology Interpretive Services at the Fort Thompson Health Care Center in South Dakota. The contract, which is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside, includes a base year plus four option years, requiring all-inclusive unit pricing for approximately 300 X-ray and 30 Ultrasound interpretive readings per month. This procurement is vital for ensuring quality radiological services within the healthcare center, and proposals are due by December 15, 2025, at 5:00 PM CST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) methodology. Interested contractors should direct inquiries to William Kohl at william.kohl@ihs.gov or call 605-742-3686, and must submit questions by December 1, 2025.
    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.
    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.
    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.
    JOFOC - Hospitalist, CRHC
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified providers to deliver temporary hospitalist services at the Cheyenne River Health Center in Eagle Butte, South Dakota. This urgent contract, awarded for a duration of 60 days, aims to address immediate healthcare needs within the community, emphasizing the critical role of internal medicine in supporting patient care. Interested parties can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or by phone at 605-964-0605 for further details regarding the procurement process. The contract is vital for maintaining healthcare services in the region, and all inquiries should be directed promptly to ensure timely engagement.
    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.