Cheyenne River Quarters French Door Replacement
ID: 75H70124R00053Type: 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

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

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

    The Indian Health Service, under the Department of Health and Human Services, is soliciting proposals for the Cheyenne River Quarters French Door Replacement project located in Eagle Butte, South Dakota. The project entails the replacement of 113 French doors and associated hardware in residential quarters, addressing issues such as drafts and damage from inadequate sealing, with a total project cost estimated between $500,000 and $1,000,000. This procurement is a total small business set-aside, emphasizing the government's commitment to supporting small businesses while ensuring compliance with federal construction standards. Proposals must be submitted electronically by September 12, 2024, at 2 PM Pacific Time, and interested contractors can 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
    This document outlines wage determination guidelines per the Davis-Bacon Act for building construction projects in Dewey County, South Dakota. Applicable minimum wage rates are based on Executive Orders 14026 and 13658, with specific rates set depending on the contract's award date. Contracts entered into on or after January 30, 2022, require a minimum wage of $17.20 per hour, while earlier contracts require a minimum of $12.90 per hour if not renewed afterward. The document lists various classifications of labor, including wage rates, fringe benefits, and detailed explanations for trades such as asbestos workers, bricklayers, and electricians. In addition, it provides detailed identifiers for union rates, survey rates, and state-adopted rates, clarifying the classification of wages. Notably, it includes an appeal process for interested parties wishing to challenge wage determinations. The document underscores lawful labor practices, ensuring contractors uphold robust wage standards and protections for workers while engaging in federally funded projects, aligning with the context of RFPs and grants. Additionally, it emphasizes the importance of compliance with labor standards for all construction-related federal contracts.
    The document outlines the Cheyenne River Health Center and its associated facilities, specifically focusing on the IHS GPA - Eagle Butte Quarters. It contains a comprehensive list of room numbers and their corresponding designations, indicative of a structured facility that supports various health services. The diagrams highlight spatial organization within the health center and its quarters, suggesting a well-planned infrastructure for operational efficiency. This information is crucial for federal and state funding opportunities, as it showcases the center's capacity and planning in meeting health needs within the local community. The inclusion of maintenance and operational areas indicates ongoing commitment to facility upkeep, aligning with best practices in health service management. Overall, the document serves to inform stakeholders about the infrastructure and services of the Cheyenne River Health Center, positioning it for potential RFPs and grants aimed at enhancing local healthcare provisions.
    The U.S. Department of Labor's Form WH-347 is a payroll document that contractors and subcontractors can choose to use voluntarily, although it is mandatory for those involved in federally financed or assisted construction projects. The form requires detailed reporting of employee wages and hours worked, alongside a signed "Statement of Compliance" confirming all laborers have been paid the prevailing Davis-Bacon wage rates. Key components include the contractor's information, payroll numbers, project details, worker classifications, gross earnings, and deductions for taxes. Acknowledging provisions of the Copeland Act, the document emphasizes the responsibility of contractors to submit accurate payroll records weekly to federal agencies, ensuring all employees receive legally mandated wages and benefits. The document also includes a public burden statement estimating an average completion time of 55 minutes and outlines severe penalties for falsifying information. Overall, the form serves as a tool for compliance verification in government-funded construction contracts, reflecting federal commitment to fair labor practices and wage regulations.
    The document outlines the Contractor's Application for Payment, a structured form used by contractors to request progress payments or final payment under a government contract, specifically within the Indian Health Service of the Department of Health & Human Services. It details various sections where contractors must provide information regarding the original contract amount, modifications, work completed, and payments to subcontractors. Key elements include the breakdown of the original contract and work modifications, calculations for net earned progress, and payments due after accounting for retainage and previous payments. Contractors must certify payment requests per federal regulations, ensuring funds were used according to contract terms, and that timely payments were made to subcontractors. The form also verifies the contractor's status (e.g., as a small business) and includes necessary data points like TIN and project title. This structured payment process serves to ensure accountability and proper financial management in fulfilling governmental contracts, particularly emphasizing compliance with federal standards and regulations in the construction and service industry related to health services.
    The document is a "Release of Claims" form issued by the Indian Health Service under the Department of Health & Human Services for a specific contractor relating to a designated project. It outlines the conditions under which the government is released from liabilities associated with the contract, except for claims that are explicitly noted. Contractors must state any excepted claims, including their dollar amounts and specific descriptions, in alignment with the Federal Acquisition Regulation's definition of a claim. The form is structured to include spaces for the contractor's name, project details, a signature area for formal acknowledgment, and a segment for detailing any exceptions to the release. This form is part of contract management processes, ensuring that both the government and contractors have clarity on claim responsibilities and liabilities upon project completion. The primary purpose is to formalize the release of the government from certain claims while allowing for exceptions to be documented.
    The document outlines the calculation requirements for self-performed work by prime contractors in accordance with the FAR regulations related to limitations on subcontracting. It mandates that offerors complete a worksheet to track their proposed and actual costs associated with both similarly situated entities and those that are not, emphasizing that contractors cannot subcontract more than 85% (or 75% for special trade contractors) of the amount received from the government to firms not classified as "similarly situated." Key definitions, including what constitutes a "similarly situated entity," are provided, emphasizing the necessity for compliance to maintain the small business eligibility of contractors. Examples clarify how to apply these regulations in various contracting scenarios, illustrating acceptable and unacceptable subcontracting practices. The overarching aim is to ensure that small businesses remain primary performance actors on government contracts, thereby protecting opportunities for eligible firms and maintaining adherence to federal procurement standards.
    The document outlines the Company Experience Form (Past Performance) as part of a federal solicitation (75H70124R00053). It serves as a standard questionnaire for contractors to detail their previous work, including essential contract information, project descriptions, and client evaluations. Contractors must indicate their role (prime, subcontractor, etc.), provide contract specifics like numbers, types, and completion dates, and relate project relevance to current submissions. Clients will evaluate contractor performance based on several criteria: quality of work, schedule adherence, customer satisfaction, management effectiveness, cost management, safety compliance, and general responsiveness. The document introduces a rating system ranging from "Exceptional" to "Unsatisfactory," guiding clients on how to assess and document contractor performance effectively. The completed questionnaires are to be submitted to the offeror for inclusion in proposals, with a note emphasizing that the government retains the right to verify the provided information. The form facilitates a structured evaluation of contractors, crucial for compliance in federal and state procurement processes, thereby aiming to enhance transparency and performance accountability.
    The Indian Health Service has issued Solicitation Number 75H70124R00053 for the Cheyenne River Quarters French Door Replacement project in Eagle Butte, South Dakota. This RFP is designated as a total small business set-aside with a project cost range of $500,000 to $1,000,000. The contractor will be responsible for replacing 113 French doors and associated hardware in residential quarters, addressing issues such as drafts and damage from inadequate sealing. The project stipulates comprehensive work specifications, including demolition, installation, and compliance with safety and performance standards. Key regulations and guidelines including wage determinations, insurance requirements, and specific oversight roles are outlined to ensure adherence to federal standards. Significant attention is given to contractor responsibilities for site safety, environmental protection, and schedule management. A detailed project timeline, performance evaluation, and invoicing procedures are also mandated, ensuring the project aligns with the Government’s operational policies. The RFP establishes clear expectations for contract execution, reflecting the Government’s commitment to maintaining its facilities in a safe and efficient manner while supporting small business participation.
    This document serves as Amendment 1 to solicitation 75H70124R00053, issued by the Indian Health Service - DES Seattle. It includes important instructions regarding the acknowledgment of receipt of this amendment, stating that offers must be acknowledged by specified methods before the deadline to avoid rejection. The amendment maintains the original offer due date of September 12, 2024, at 2 PM Pacific Time and incorporates a picture of a comparable door for reference. No other terms and conditions have been altered. Additionally, it emphasizes that contractors are not required to sign the document being returned. This amendment is critical to ensure clarity in the bidding process and compliance with solicitation amendments, which are standard in federal government contracting and procurement procedures.
    The document amends solicitation 75H70124R00053 from the Indian Health Service, specifying requirements for submitting acknowledgments of the amendment and detailing a site visit for potential contractors. Key updates include the incorporation of RFI responses regarding demolition responsibilities, painting requirements for new installations, and conditions surrounding work schedules. The amendment clarifies that all demolished materials will belong to the contractor for offsite disposal, and emphasizes the necessity for contractors to inspect the project site prior to submitting offers. The offer deadline remains unchanged, set for 2 PM Pacific Time on September 12, 2024. This document underscores the government's efforts to maintain transparency and provide vital operational details to prospective contractors while ensuring compliance with federal regulations. Overall, it serves to facilitate a smooth bidding process for the specified construction project.
    Similar Opportunities
    Pine Ridge Radiology Upgrades
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is soliciting proposals for the Pine Ridge Radiology Upgrades project located in Pine Ridge, South Dakota, under solicitation number 75H70124R00054. The project entails comprehensive renovations to the radiology department, including the removal and replacement of casework, countertops, flooring, ceiling tiles, and lighting, along with necessary electrical and plumbing upgrades. This initiative is crucial for modernizing healthcare facilities in Native American communities, ensuring compliance with current healthcare standards and technologies. The contract is a 100% Small Business Set Aside, with an estimated value between $250,000 and $500,000, and proposals are due electronically by the specified deadline. Interested contractors should direct inquiries to Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) under the Department of Health and Human Services is seeking proposals for Medicare Cost Reporting Services, aimed at supporting the financial management of healthcare services for American Indians and Alaska Natives. The selected contractor will be responsible for preparing and submitting up to 53 Medicare cost reports annually, conducting financial analyses, and ensuring compliance with Medicare and Medicaid regulations, which are critical for the reimbursement processes of over 600 healthcare facilities. This procurement is significant as it underscores the federal government's commitment to maintaining healthcare service levels in underserved populations while ensuring financial accountability. Proposals are due by 07:30 AM (EST) on September 23, 2024, and should be submitted electronically to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 for each option period.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for Medicare Cost Reporting Services to support its mission of delivering healthcare to American Indians and Alaska Natives. The selected contractor will assist in the preparation and submission of Medicare cost reports, ensuring compliance with Medicare regulations and optimizing reimbursement processes for various healthcare facilities. This initiative is crucial for maintaining approximately $1 billion in annual Medicare and Medicaid collections, which are essential for sustaining healthcare services in underserved communities. Proposals are due by 5:00 PM (EST) on September 19, 2024, and should be submitted to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 per year for the base and each option period.
    Locate eligible & qualified SB Indian Economic Enterprises (IEE) able to provide Custodial or Janitorial (Housekeepers) Services within the IHS Great Plains Area for PHS/IHS Rosebud Hospital located in Rosebud, SD 57570
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking qualified Indian Economic Enterprises (IEE) to provide custodial and janitorial services for the PHS/IHS Rosebud Hospital located in Rosebud, South Dakota. The objective is to identify eligible firms capable of delivering comprehensive cleaning and sanitation services, particularly during staffing shortages, to maintain a safe environment for patients and staff at the 35-bed facility. This procurement is critical for ensuring high hygiene standards and operational continuity within the hospital, which serves a significant Native American population. Interested parties must respond to the sources sought notice by submitting their qualifications and capabilities to Ursula Maslonka at ursula.maslonka@ihs.gov, with a focus on compliance with the Buy Indian Act and relevant federal guidelines.
    Physical Therapist Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for Physical Therapist Services at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. This opportunity involves a Firm Fixed-Price, Non-Personal Healthcare Service contract structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with a performance period of one year and four optional years, aimed at enhancing healthcare delivery to Native American communities. Interested small businesses under NAICS Code 621340 must comply with various regulatory requirements, including background checks and credential verification, and are encouraged to submit their proposals via email by the specified deadline. For further inquiries, interested parties can contact Wenda Wright at wenda.wright@ihs.gov or call 605-226-7724.
    Medical and Dental Coding, Auditing, and Data Entry Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a Firm Fixed-Price, Non-Personal Service Contract to provide Medical and Dental Coding, Auditing, and Data Entry Services at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with an initial performance period of one year and four optional renewal years, emphasizing the importance of accurate coding and auditing in delivering high-quality healthcare services. Interested vendors must submit comprehensive proposals that include pricing, technical specifications, and compliance with security requirements, with the selection process based on a Lowest Price Technically Acceptable (LPTA) methodology. For further inquiries, potential offerors can contact Wenda Wright at wenda.wright@ihs.gov or by phone at 605-226-7724.
    Smoke and Fire Damper Inspection
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals from qualified small businesses for the Smoke and Fire Damper Inspection contract at the Red Lake Hospital in Minnesota. The contract involves inspecting approximately 104 smoke and fire dampers, replacing fusible links, and providing a comprehensive report on the findings, all while adhering to NFPA standards and infection control guidelines. This procurement is critical for ensuring the operational readiness and safety of fire control systems within health facilities. Interested vendors must submit their quotes by September 25, 2024, and can direct inquiries to Christopher Millard at Christopher.Millard@ihs.gov or by phone at 218-444-0511.
    Ft Duchesne Snow Removal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide snow and ice removal services at the Fort Duchesne Health Clinic in Utah. The contractor will be responsible for clearing parking lots, road access ways, and sidewalks during snow events, ensuring these areas are safe and accessible before clinic hours, with operations required to be completed by 6:30 AM on clinic operation days. This procurement is crucial for maintaining safe access to healthcare services during winter months, reflecting the government's commitment to community health and safety. Interested parties must submit written quotations by September 20, 2024, at 9:00 a.m. PST, and should direct inquiries to Dale C. Clark at dale.clark@ihs.gov.
    Firm Fixed-Price, Non-Personal Healthcare Service, Commercial Item, Indefinite Delivery/Indefinite Quantity (ID/IQ), Contract to provide Medical Laboratory Technologist Services for the Rosebud IHS Hospital, Rosebud, South Dakota
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Firm Fixed-Price, Non-Personal Healthcare Service contract to provide Medical Laboratory Technologist Services at the Rosebud IHS Hospital in South Dakota. The contract aims to secure up to 12 qualified medical technologists to deliver comprehensive laboratory services from October 15, 2024, to October 14, 2025, with the potential for four additional option years, emphasizing the importance of culturally competent care for the Native American community. The total contract value is capped at $7.5 million over five years, and interested contractors must submit their proposals by October 1, 2024, while ensuring compliance with health care standards and maintaining staffing levels. For further inquiries, contact Wenda Wright at wenda.wright@ihs.gov or call 605-226-7724.
    EVS Cleaning Services Staff
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for Environmental Cleaning Services Staff to address staffing shortages at healthcare facilities in Minnesota. The contract seeks to hire up to three trained Environmental Service Contract Staff for a base year with four additional option years, focusing on essential cleaning tasks such as daily sanitization, window washing, and trash removal to maintain hygiene standards critical for patient care. This opportunity underscores the government's commitment to ensuring a clean and sanitary environment in healthcare settings while providing economic opportunities for Indian Economic Enterprises under the Buy Indian Act. Interested contractors can contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at Jennifer.Richardson@ihs.gov for further details.