Cheyenne River CT Renovation
ID: 75H70125Q00006Type: 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

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service (IHS) document outlines the self-certification process for entities wishing to respond to solicitations related to the Buy Indian Act. This act mandates that eligible enterprises must meet the definition of an "Indian Economic Enterprise" at key moments: when an offer is made, at contract award, and throughout the contract's term. Contractors must notify the Contracting Officer immediately if they fail to meet this status. Additionally, successful Offerors must be registered with the System of Award Management (SAM) and provide truthful information, as false claims carry legal penalties. The document includes a representation section where Offerors declare their qualification status and provides essential details such as the name of the business owner, the federally recognized tribal entity, and a DUNS number. Overall, this file is critical for ensuring compliance with federal regulations that support Indian-owned businesses in federal contracting opportunities.
    The document appears to be a garbled or corrupted data file that hinders successful analysis. However, key elements typical of federal RFPs (Requests for Proposals), federal grants, and state/local RFPs can be inferred. Such documents generally outline funding opportunities for specific projects, invite proposals from eligible entities, and detail application requirements and evaluation criteria. They serve as a mechanism for distributing government funds to support research, infrastructure, public services, and various community initiatives. The primary purpose of these documents is to solicit proposals that address government objectives while ensuring compliance with applicable regulations and standards. They often include specific instructions for submission, eligibility criteria, anticipated outcomes, and reporting requirements. Despite the compromised format of this file, it likely aims to communicate opportunities available through federal or state grants and solicitations, emphasizing the importance of transparency in government funding processes. Successful applicants typically leverage these documents to secure financial support for projects aligned with public policy goals, fostering innovation and community improvement.
    The document pertains to the Eagle Butte PHS Indian Hospital and includes a series of reference documents, marked as not for construction, designated with the identifiers A-101, S-101, S-102, E-101, E-102, and E-501. Although the specific content of these documents isn't detailed in the excerpt provided, it is indicated that they are likely part of a larger framework related to planning or assessing infrastructure at the hospital. The repeated notation of "ATTENTION: REFERENCE DOCUMENT - NOT FOR CONSTRU" suggests that these documents serve an informational purpose for government contract processes rather than actionable construction directives. This context aligns with typical federal RFPs and grants, where documentation is crucial for compliance and informational integrity in project management. Overall, the file appears to be part of administrative records concerning the Eagle Butte PHS Indian Hospital's procedural and regulatory framework.
    The document contains a series of measurements, likely pertaining to dimensions relevant for a construction or renovation project. Each entry lists specific lengths, potentially indicating the size of rooms, materials, or equipment. The measurements range from 4 feet to 38 feet, showcasing a variety of dimensions that must be considered in planning or implementation phases of a project. Given the context of federal or state RFPs and grants, this information could be crucial for bidders to understand the scope of work required, ensuring compliance with technical specifications outlined in project proposals. Accurate measurement checks play a vital role in budgeting, resource allocation, and logistic planning. The precision of these dimensions may directly influence the project's feasibility and success.
    The document outlines the Self-Performed Calculation Sheet for a federal solicitation (75H70124Q00031), establishing guidelines for prime contractors regarding limitations on subcontracting as per the Federal Acquisition Regulation (FAR) and the Small Business Administration (SBA) standards. It details the requirement for contractors to compute their proposed price, subtracting profit, costs of materials, and expenditures for non-similarly situated entities, to determine the amount eligible for work by similarly situated entities. Specifically, prime contractors must retain at least 15% of the contract value (or 25% for special trade contractors) for their own performance and cannot exceed these limits when awarding work to firms that do not share the same small business program status. The document contains definitions for "Concern Status" and examples illustrating compliance versus violation scenarios regarding subcontracting limits. It emphasizes the importance of accurately calculating self-performed work and documenting subcontractor information per the guidelines designed to ensure equitable opportunities for small businesses in federal contracts. This framework aims to support fair distribution of government contract opportunities among similarly situated entities.
    The document outlines the "Release of Claims" form from the Department of Health and Human Services, specifically under the Indian Health Service's Division of Engineering Services. It serves to formally discharge the U.S. Government from any liabilities or claims arising from a specified contract, unless claims are expressly noted in the excepted claims section. Contractors must identify any exceptions by stating the claim amounts, nature, and details per the FAR Clause 52.233-1. This process is integral in federal contracting, ensuring that all parties acknowledge the termination of claims unless documented otherwise. The structure includes sections for contractor information, project details, and signatures, emphasizing accountability and documentation in government contracts.
    The U.S. Department of Labor's payroll form WH-347 is a tool for contractors and subcontractors engaged in federally financed or assisted construction projects. While using this form is optional, it becomes mandatory for those covered under the Copeland Act, which requires them to report weekly wages paid to employees. Contractors must submit copies of payrolls to the federal agency overseeing the project, alongside a signed "Statement of Compliance," affirming accurate wage reporting and adherence to the Davis-Bacon Act's prevailing wage rates. The form collects essential information, such as employee identifiers, hours worked, pay rates, gross earnings, and deductions, which are reviewed to ensure compliance with federal wage laws. Additionally, contractors must certify the integrity of their payroll practices, including the adherence to proper classification, necessity of apprenticeships, and appropriate fringe benefits. The document also contains a public burden statement regarding the estimated time of completion for the form. Ultimately, this form ensures that laborers and mechanics on federal projects are compensated properly and that contractors adhere to legal wage standards.
    The Indian Health Service is soliciting proposals for the renovation of the Cheyenne River Health Center in Eagle Butte, South Dakota, under Solicitation Number 75H70125Q00006. This project is set as a 100% Indian Small Business Economic Enterprise (ISBEE) and focuses on the successful renovation of the radiology department for new CT equipment installation. The estimated construction cost ranges from $25,000 to $100,000 with a performance duration of 120 days after notice to proceed. The scope includes demolition of existing flooring, installation of new equipment including a MedRad Injector, and new finishing works such as vinyl flooring and wall guards. All construction must conform to various health and safety regulations including Davis-Bacon wage determinations. The contractor is required to adhere to strict protocols for safety and site cleanliness and engage in regular coordination with the Indian Health Service representatives throughout the project. Moreover, all subcontractors must comply with tribal employment preferences and submit required documentation. This RFP emphasizes the importance of maintaining high standards of health, safety, and compliance while ensuring the project benefits the local community.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    BLACKFEET HOSPITAL CT ROOM RENOVATION
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the renovation of the CT Room at the Blackfeet Hospital in Browning, Montana. The project aims to upgrade the existing computerized tomography (CT) scan room and family room, including the installation of a new 128-slice CT scan unit, while ensuring compliance with the 2018 FGI Guidelines and relevant safety standards. This renovation is critical for enhancing healthcare infrastructure in underserved regions, with an estimated construction magnitude between $500,000 and $1,000,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit on February 11, 2025, and should contact Taylor Kanthack at taylor.kanthack@ihs.gov for further information.
    Wagner Misc. Projects
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors for the "Wagner Misc. Projects" to provide construction services for the Wagner Indian Health Service Clinic in South Dakota. The scope of work includes flooring installation, exterior painting, tuckpointing, window replacements, installation of propane fuel tanks, and plumbing repairs, with an estimated project magnitude between $250,000 and $500,000. This procurement is particularly significant as it aims to enhance healthcare facilities, and the IHS encourages participation from small businesses, including those owned by Native Americans and other disadvantaged groups. Interested firms must submit their qualifications and relevant project experience to Thupten Tsering via email by the specified deadline, and no proposals will be accepted at this stage.
    Maintenance Shop at Rosebud, SD
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the construction of a maintenance shop located in Rosebud, South Dakota. This project falls under the category of Commercial and Institutional Building Construction, with a focus on the construction of hospitals and infirmaries. The opportunity is set aside for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracts. Interested parties can reach out to Lisa Menken at Lisa.Menken@ihs.gov or Jenny Scroggins at jenny.scroggins@ihs.gov for further details. The presolicitation notice indicates that the procurement process is underway, and potential bidders should prepare to submit their proposals in accordance with the outlined requirements.
    Crow/Northern Cheyenne Hospital Sewer Rehabilitation
    Buyer not available
    The Indian Health Service (IHS) is soliciting proposals for the Crow/Northern Cheyenne Hospital Sewer Rehabilitation project, aimed at addressing significant corrosion issues in the hospital's sewer system. The project involves the rehabilitation of approximately 5,100 linear feet of sewer piping using Cured in Place Pipe (CIPP) lining technology, which is essential for extending the lifespan of the existing infrastructure and ensuring the hospital's operational integrity. This initiative is critical for maintaining healthcare standards and preventing sewage-related disruptions that could impact patient care. Interested small businesses must submit their proposals by March 5, 2025, with an estimated project cost between $1,000,000 and $5,000,000, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov for further information.
    Dental Reimbursement/Dental Specialty Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide Dental Reimbursement and Dental Specialty Services across eleven locations in Aberdeen, South Dakota. The procurement aims to establish a Firm-Fixed Price, Non-Personal Service Type Contract to deliver essential dental care to eligible Indian patients referred by the IHS, addressing unmet needs that exceed the capacity of existing facilities. This initiative underscores the government's commitment to enhancing healthcare access for Indigenous populations while ensuring compliance with quality standards and service protocols. Interested parties must submit their capabilities via email by February 18, 2025, and can direct inquiries to William Kohl at william.kohl@ihs.gov or by phone at 605-268-3136. The contract performance period is set from July 1, 2025, through June 30, 2030, with potential option years.
    Pueblo Pintado Health Center Construction
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the construction of the Pueblo Pintado Health Center in Crownpoint, New Mexico. The project entails the construction of a 125,884 square foot facility aimed at enhancing healthcare services for approximately 6,000 American Indian and Alaskan Native residents, with a construction timeline of 730 calendar days from the start date. This initiative is critical for expanding access to healthcare services within the Navajo Nation, ensuring compliance with federal standards and promoting sustainable building practices. Proposals are due by March 7, 2025, and interested contractors should contact Matt D Sanders at matt.sanders@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
    Mid Atlantic Tribal Health Center Dental Furniture and Equipment
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals from Indian Owned Small Businesses for the procurement of dental furniture and equipment for the Mid Atlantic Tribal Health Center located in Charles City, Virginia. This solicitation, identified as 285-25-RFQ-0008, requires the delivery, installation, and setup of various dental equipment, including dental chairs, treatment consoles, and sterilization centers, all in compliance with the Buy Indian Act. The initiative aims to enhance dental care services for tribal communities, ensuring access to quality healthcare infrastructure. Interested vendors must acknowledge receipt of the solicitation amendment and submit their proposals, including pricing and technical capabilities, by the specified deadline, with inquiries directed to Paul Carr at paul.carr@ihs.gov or Henry Daniels at henry.daniels@ihs.gov.
    Demolition of Historic Federal Clinic Buildings, Colville Service Unit, Nespelem, WA
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the demolition of historic federal clinic buildings located at the Nespelem Health Center in Nespelem, Washington. The project involves the demolition and disposal of the original hospital building and Nurse’s Quarters, both of which contain hazardous materials such as asbestos and lead-based paint, necessitating careful abatement procedures. This opportunity is particularly aimed at small businesses, including those owned by Native Americans and other designated groups, to promote economic opportunities under the Buy Indian Act. Interested firms must submit their responses, including company information and relevant project experience, to Toby Hayden at toby.hayden@ihs.gov by 12 PM PT on February 14, 2025.
    Sources Sought: Firm Fixed-Price, Non-Personal Service Type, Commercial Item to provide a Service Life Extension Program, including Electronics Replacement, on Eaton 9390 UPS 100-160 for the Rosebud Service Unit (RSU), Rosebud IHS Hospital, Rosebud, SD.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide a Service Life Extension Program, including Electronics Replacement, for the Eaton 9390 UPS 100-160 at the Rosebud IHS Hospital in South Dakota. The procurement aims to ensure the operational reliability of critical medical equipment through necessary repairs and maintenance, which includes hardware delivery, onsite technician support, and proper disposal of outdated components. This initiative is part of the Buy Indian Act, promoting economic development within Indian communities, and emphasizes the importance of compliance with federal contracting regulations. Interested parties must respond to the Sources Sought notice by submitting their company information to David Jones at david.jones@ihs.gov, with no individual notifications of results provided. Registration in the System for Award Management (SAM) is mandatory for eligibility.
    Sources Sought: Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase to provide Areawide Service, Support, and Maintenance Agreement for Shimadzu Imaging Equipment for IHS Health Care Facilities throughout the Great Plains Area.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking sources for a firm fixed-price contract to provide a comprehensive service, support, and maintenance agreement for Shimadzu imaging equipment across healthcare facilities in the Great Plains Area, including South Dakota, North Dakota, Iowa, and Nebraska. The procurement aims to ensure both scheduled preventive maintenance and unscheduled repairs, adhering to standards set by the original equipment manufacturer and regulatory bodies, thereby maintaining the quality and safety of essential imaging equipment used in healthcare delivery. Interested parties must comply with the Buy Indian Act, affirming their status as an "Indian Economic Enterprise," and are required to be registered with the System of Award Management (SAM). For further inquiries, potential offerors can contact David Jones at david.jones@ihs.gov or Wenda Wright at wenda.wright@ihs.gov.