Yakama Emergency Egress Improvements
ID: 75H70125Q00011Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Indian Health Service (IHS) is seeking qualified contractors for the Yakama Emergency Egress Improvements project located at the Yakama Health Clinic in Toppenish, Washington. The objective of this federal contract is to construct compliant walkways that enhance emergency exit pathways, addressing safety risks associated with unclear egress routes in the clinic's Dental, Medical waiting, and Laboratory areas. This project is critical for ensuring compliance with life safety regulations and improving the overall safety infrastructure for health services provided to the Yakama Nation. The contract is set aside for small businesses, with an estimated value between $25,000 and $100,000, and proposals are due by February 27, 2025. Interested contractors can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Yakama Health Clinic is seeking improvements to its emergency exit pathways due to safety compliance issues highlighted in their fire plan. Currently, the clinic's Dental, Medical waiting, and Laboratory exits do not offer clear egress routes, risking evacuation effectiveness during emergencies. This project aims to construct durable walkways adhering to established safety regulations, particularly NFPA 101 and IBC standards, enhancing emergency evacuation efficiency. Key tasks include submitting shop drawings, constructing compliant walkways, performing slip resistance testing, and conducting necessary inspections. The work must comply with pertinent codes, including the Washington State Building Code and OSHA regulations. Contractors are required to present a detailed project schedule, safety plans, materials specifications, and obtain COR approval before commencing different phases of the project. Quality assurance measures demand certified contractors ensure all work complies with state guidelines, while testing and inspection protocols will validate material and construction quality. Project closeout will involve final reporting, operation manuals, and warranty submissions. This initiative is critical for meeting life safety regulations and improving the safety infrastructure for the clinic, contributing to the readiness and compliance of health services provided to the Yakama Nation and recognized tribes.
    The document is a site map for the Yakama Indian Health Services (IHS) Unit, serving as a visual representation of the facility's layout. The purpose of the site map is to provide crucial information regarding the physical organization of the IHS, which is essential for planning health services and ensuring efficient operations. It details the placement of various facilities and resources within the site, aiding in the management and delivery of healthcare services to the Yakama community. The map's clarity and detail support effective navigation and resource allocation, emphasizing its importance for staff, patients, and stakeholders involved in health program development. This document is likely associated with federal initiatives to improve health access and services for Indigenous populations and reflects broader government efforts in the field of health care delivery and community well-being.
    The document outlines a cost estimate for a construction project involving concrete work and associated materials. It details the quantities and types of materials required, such as concrete, curing, and finishing, along with their respective costs, all currently listed as zero. The sections break down the estimated costs into materials and labor, concluding with an overall proposed total, also marked as zero. Additionally, the document accounts for possible estimate adjustments, including TERO tax, bond, and insurance, which have not been assigned values. The purpose of this estimate is likely to serve as a preliminary budget for government Request for Proposals (RFPs) or grants related to construction projects, although it lacks specific financial figures at this stage. Overall, this document serves as a framework for budgeting within the context of federal and local government contracts that require clear financial planning and oversight.
    This document outlines the General Decision Number WA20250119, effective January 3, 2025, pertaining to construction projects in Yakima County, Washington, specifically focused on building construction subject to the Davis-Bacon Act. It details wage rates for various construction occupations, ensuring compliance with minimum wage standards as per Executive Orders 14026 and 13658. Contractors must pay covered workers at least $17.75 per hour for contracts executed after January 30, 2022, and $13.30 per hour for earlier contracts unless otherwise specified. The document lists specific wage rates and fringe benefits for various trades, including electricians, carpenters, and laborers, highlighting both union and non-union wage categories. Additionally, it emphasizes the right of workers to paid sick leave under Executive Order 13706 and provides information on the appeals process regarding wage determinations. Overall, the document serves as a regulatory guideline for federal contractors ensuring fair wages and worker protections, aligning with federal labor standards for public contracts and promoting compliance in state and local contracting processes. It emphasizes the expectation of adherence to prevailing wage laws and outlines the process for handling wage determination disputes.
    The document outlines wage determination details for building construction projects in Yakima County, Washington, under the Davis-Bacon Act and relevant Executive Orders. It specifies minimum wage rates that contractors must pay their workers based on contract dates and renewals, with rates adjusted annually. For contracts entered into after January 30, 2022, the minimum wage is set at $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour. The wage determination includes various classifications, wage rates, and fringe benefits for construction workers, electricians, laborers, and other trades. Employers must adhere to these rates, and if any necessary classifications are missing, they can submit a conformance request. The document also discusses typical prevailing wage identifiers for union, survey, and state-adopted rates. Furthermore, it informs about employee rights for paid sick leave under Executive Order 13706. Additionally, it provides guidance on the wage determination appeals process, outlining steps for disputing decisions within the Department of Labor. Overall, this document serves as a comprehensive resource for contractors to ensure compliance with federal wage regulations in government contracts.
    The document outlines the amendment A00001 for the Yakama Emergency Egress Improvements project, Contract No. 75H70125Q00011, issued by Indian Health Services (IHS). The amendment provides responses to contractor inquiries, a revised Statement of Work (SOW), and an updated bid schedule, while maintaining the original proposal date of February 27, 2025. The project's objective is to construct compliant walkways at the Yakama Health Clinic, addressing safety risks posed by unclear emergency exit pathways. The work will involve submitting shop drawings, performing slip resistance testing, and ensuring compliance with relevant safety codes and standards. The document specifies materials, construction methods, and quality assurance requirements, including necessary contractor qualifications and testing protocols. Additionally, it highlights the need for a kickoff and closeout meeting to ensure project coordination. The intended outcome of the project is to enhance safety and emergency evacuation efficiency for clinic visitors, complying with life safety regulations. This document exemplifies a federal RFP, conveying structured information vital for contractors participating in the bidding process.
    The Indian Health Service (IHS) under the Department of Health and Human Services issued a self-certification form concerning the Buy Indian Act, designed to ensure that Offerors meet the criteria of an “Indian Economic Enterprise” during the solicitation process and throughout the contract duration. The document establishes that Offerors must declare their eligibility status and notify the Contracting Officer if they fail to meet criteria at any time. Additionally, it mandates registration with the System of Award Management (SAM) for successful bidders. Providing false information is legally punishable under U.S. law. The form includes sections for the names of owners and tribal entities, ensuring accountability and compliance with federal regulations. This mechanism aims to promote economic development within Indian communities by supporting Indian-owned businesses in accessing federal contracting opportunities.
    The Indian Health Service (IHS) has issued a Sources Sought Request for Information regarding the Yakama Emergency Egress Improvements project in Toppenish, Washington. This notice is aimed at identifying interest and qualifications from various small businesses, particularly those owned by Native Americans, women, or service-disabled veterans. It is important to note that this is not a solicitation for proposals, and no proposals are being accepted at this time. The project involves necessary improvements to emergency exits at Yakama Health clinics, aiming to comply with life safety regulations. The estimated project cost is between $25,000 and $100,000, categorized under PSC code Z2DA for repairs to hospitals. Interested parties are required to submit company information, including bonding capacity and relevant project experience from the past six years. Native American businesses must also provide specific documentation of their eligibility. Responses to this request must be submitted by January 27, 2025, to the designated contact. The solicitation emphasizes that the information gathered will assist in market research and should align with federal contracting standards, ensuring that potential contractors understand the qualifications needed to participate in future solicitations.
    The Indian Health Service (IHS) is issuing a pre-solicitation notice for Solicitation 75H70125Q00011, related to a construction project at the Yakama Health Clinics in Yakama County, Washington. This project involves upgrading dental, medical waiting areas, and laboratory emergency exits to ensure compliance with life safety regulations regarding clear egress routes. It is designated as a Total Small Business Set-Aside under the NAICS code 236220, with a business size standard of $45 million in annual revenue. The solicitation is expected to be released around February 1, 2025, with a response deadline of at least 30 days post-issuance. A formal site visit is scheduled for approximately February 18, 2025. The construction timeline lasts for 90 days following the Notice to Proceed, and the estimated project value ranges between $25,000 and $100,000. The contract type will be a Firm Fixed Price (FFP), and registration in the System for Award Management (SAM) is mandatory for all contractors interested in bidding. This notice serves as preliminary information, and potential bidders should regularly check www.sam.gov for updates and not rely on this notice for bidding purposes.
    The Indian Health Service (IHS) issued a Request for Quote (RFQ) for the Yakama Emergency Egress Improvements project, located at 401 Buster Road, Toppenish, WA. This federal solicitation identifies the work necessary for enhancing egress systems at the specified project location and is designated as a 100% Small Business Set Aside under NAICS 236220, with an estimated construction cost between $25,000 and $100,000. The contractor must complete the project within 90 calendar days following the issuance of a Notice to Proceed (NTP). Proposals must adhere to specific requirements, including the submission of sealed bids and a performance guarantee. The document outlines crucial parameters such as labor compliance under the Davis-Bacon Act and provides detailed pricing schedules for various construction components. Additionally, it includes essential contractor obligations regarding safety compliance, insurance requirements, subcontracting stipulations, and worksite protocols. The contractor is required to provide daily reports and maintain communication with the Contracting Officer. The procurement is managed under standard government contracting guidelines, ensuring transparency and accountability throughout project execution. Overall, this solicitation reflects the government's commitment to enhancing infrastructure while supporting small business involvement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Non-Lethal Security Guard Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors to provide non-lethal security guard services for the Yakama Indian Health Center (YIHC) in Toppenish, Washington. The contract requires the provision of up to three trained security personnel to ensure the safety of the facility, including conducting regular patrols, assisting at the front desk, and responding to emergencies during operational hours from 7:30 AM to 7:00 PM, five days a week. This initiative underscores the importance of maintaining safety and order within healthcare environments, particularly in facilities serving Indian communities. Interested contractors must ensure compliance with the Indian Economic Enterprise (IEE) set-aside requirements and can contact Stacy Hill at Stacy.Hill@ihs.gov or by phone at 509-865-1739 for further details.
    Roof Replacement at Little Shell Tribal Health Clinic, Great Falls, Montana
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the roof replacement project at the Little Shell Tribal Health Clinic located in Great Falls, Montana. This procurement is set aside for small businesses and aims to ensure the clinic's infrastructure is secure and functional, which is vital for providing health services to the community. The project falls under the NAICS code 238160 for Roofing Contractors and the PSC code Y1DA for the construction of hospitals and infirmaries. Interested parties can reach out to Lisa Menken at Lisa.Menken@ihs.gov or Jenny Scroggins at jenny.scroggins@ihs.gov for further details regarding the solicitation process.
    Betty Jane Bagley OSS Replacement (Suquamish)
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors for the installation of a new onsite septic system for Betty Jane Bagley in Bremerton, Washington. The project involves the construction of a comprehensive wastewater management system, including a 2-compartment septic tank, advanced treatment unit, pump chamber, and low-profile chamber drainfield, all to be completed within 30 calendar days after receiving the Notice to Proceed. This initiative is part of the federal commitment to enhance sanitation facilities in tribal communities and is classified as a Total Small Business Set-Aside, with an estimated budget ranging from $25,000 to $100,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to prepare for the forthcoming solicitation expected to be released around October 23, 2024. For further inquiries, potential bidders can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    TPPIHC Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the roof replacement and fall protection project at the Taos-Picuris Pueblos Indian Health Center (TPPIHC) in Taos, New Mexico. The project aims to replace the existing roofing system and implement necessary fall protection measures, with an estimated construction cost between $1 million and $5 million. This initiative is crucial for maintaining the safety and functionality of health facilities, ensuring compliance with safety regulations, and enhancing the overall infrastructure of the center. Proposals are due by March 20, 2025, following a mandatory site visit on March 5, 2025. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further details.
    Santa Fe Indian Health Center (SFIHC) Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the roof replacement and fall protection project at the Santa Fe Indian Health Center (SFIHC) in New Mexico. This procurement aims to ensure the safety and integrity of the facility by addressing critical roofing needs and implementing necessary fall protection measures. The project is vital for maintaining the operational capacity of the health center, which serves the local Indian community. Interested contractors, particularly those qualifying under the Indian Small Business Economic Enterprise (ISBEE) set-aside, should contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further details.
    Cheyenne River CT Renovation
    Buyer not available
    The Indian Health Service, under the Department of Health and Human Services, is soliciting proposals for the renovation of the Cheyenne River Health Center located in Eagle Butte, South Dakota. This project, designated under Solicitation Number 75H70125Q00006, is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to renovate the radiology department to accommodate new CT equipment, with an estimated construction cost between $25,000 and $100,000 and a performance duration of 120 days post-notice to proceed. The renovation includes demolition, installation of new medical equipment, and compliance with health and safety regulations, including the Davis-Bacon wage determinations. Interested contractors should contact Thupten Tsering at Thupten.Tsering@ihs.gov or 206-615-2452 for further details.
    J Davis Septic and Water Line
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified small businesses to undertake the construction of the J Davis Septic and Water Line project in Warm Springs, Oregon. This procurement involves the installation of a septic system and water service line for a newly built home, requiring compliance with local regulations and the Davis-Bacon Act for prevailing wages. The project is critical for enhancing community infrastructure and ensuring reliable water service, with an estimated budget between $25,000 and $100,000 and a performance timeline of 45 days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and are encouraged to contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further details, with quotes due 30 days after the solicitation release expected around February 6, 2025.
    Indian Health Services (IHS) Makah Sewer Outfall, Neah Bay, WA
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors for the replacement of the Makah Sewer Outfall in Neah Bay, Washington, managed by Indian Health Services (IHS). The project involves replacing approximately 2,800 linear feet of high-density polyethylene (HDPE) pipe, necessitated by the deterioration of the existing outfall pipe, which has been compromised and is no longer anchored securely. This construction effort is crucial for maintaining the sewage infrastructure in the area, with an estimated project cost between $1,000,000 and $5,000,000 and a completion period of 120 days. Interested businesses, particularly small firms, must be pre-registered in the System for Award Management (SAM) and submit their responses by February 21, 2025, to the primary contact, Javon Miller, at javon.m.miller@usace.army.mil.
    Claremore Site Prep for New Clinical Modular Building
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the site preparation of a new clinical modular building at the Claremore Indian Hospital in Oklahoma. The project entails extensive site work, including demolition, utility connections, and the construction of a foundation for a five-section modular facility, with a focus on compliance with local and federal regulations, including ADA standards. This initiative aims to enhance healthcare services in response to increased demand, particularly following the COVID-19 pandemic. Interested contractors should note that the project is set aside for Indian Small Business Economic Enterprises, with a contract value estimated between $1 million and $5 million. Proposals are due by February 25, 2025, and potential bidders are encouraged to contact Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
    Furnish and install a septic tank and lagoon Mayette, KS
    Buyer not available
    The Indian Health Service (IHS) under the Department of Health and Human Services is soliciting quotes for the furnishing and installation of a septic tank and lagoon system in Mayetta, Kansas. The project requires the contractor to construct a wastewater lagoon and install a 1,000-gallon septic tank, adhering to specific materials and installation guidelines as outlined in the Statement of Work and accompanying drawings. This procurement is significant for enhancing local health infrastructure, particularly for Indian populations, and is set aside exclusively for Indian-owned businesses under the Indian Small Business Economic Enterprise (ISBEE) program. Interested contractors must submit their quotes by February 28, 2025, with an estimated award amount between $25,000 and $100,000. For further inquiries, potential bidders can contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.