McLaughlin Health Center Improvements Design Build
ID: 75H70125Q00025Type: 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

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 (IHS) is seeking proposals for the McLaughlin Health Center Improvements Design-Build project, aimed at modernizing the facility's exterior signage and HVAC systems in McLaughlin, South Dakota. The project is set aside for Indian Small Business Economic Enterprises (ISBEE) and involves replacing deteriorating wooden signage with a digital display and upgrading aging mechanical equipment to ensure compliance with health and safety standards. The estimated contract value ranges from $100,000 to $250,000, with a performance period of 365 days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by the specified deadline and can direct inquiries to the primary contact, Jong Kim, at jong.kim@ihs.gov.

    Files
    Title
    Posted
    The Indian Health Service (IHS), part of the Department of Health and Human Services, released a solicitation for the Buy Indian Act, which promotes Indian Economic Enterprises. The document outlines self-certification requirements for offerors claiming to meet the definition of an Indian Economic Enterprise as set forth in federal law (25 U.S.C. 47). Offerors must confirm their status at three key points: upon submission of their bid, at contract award, and throughout the contract performance duration. Should status change, contractors must notify the Contracting Officer immediately. Eligibility verification documentation may be required before contracts are awarded, and any false information could result in legal action under federal laws concerning false claims. Offerors are also required to be registered in the System of Award Management (SAM). The submission process includes a representation by the offeror regarding their Indian Economic Enterprise status and pertinent details such as ownership and affiliations with federally recognized tribal entities.
    The document appears to involve a series of corrupted or unintelligible content, making it impossible to ascertain substantial information about specific federal or state government RFPs or grants. Due to the fragmented and unreadable nature of the text, it lacks clear topics, key ideas, or supporting details that typically outline the structure and purpose of government requests for proposals or funding opportunities. The intended message may revolve around a particular initiative or request for services, but without decipherable content or context, a structured summary capturing essential elements cannot be provided. The overall purpose appears futile as the text does not yield actionable insights or guidance relevant to stakeholders interested in government funding and proposals.
    The document outlines specifications for a project involving the demolition and replacement of various outdoor features, including concrete slabs, signage, and landscaping at a specified site. Key components include replacing an existing sign and flagpole, modifying grass areas, and filling gaps beneath stairs. Detailed technical specifications for a digital display system (GT6x) are also included, emphasizing its size, material composition, power requirements, ventilation needs, and installation guidelines. The display features an aluminum and steel cabinet, requires maintainable air circulation for optimal functionality, and must adhere to specific mounting and electrical connection standards. The project references compliance with structural codes and stresses the importance of using all provided mounting hardware. This document serves as a framework for contractors responding to the RFP, ensuring adherence to design and operational standards throughout the project.
    The document provides a concise reference to the existing Air Handling Units (AHUs) tagged from AHU-1 to AHU-4. While minimal detail is given, it suggests that there is supplementary information on a subsequent page, which may elaborate on the specifications, maintenance, or operational details of these AHUs. The context appears to relate to ongoing assessments or improvements potentially linked to federal, state, or local requests for proposals (RFPs) or grants aimed at enhancing building systems, specifically HVAC equipment. Understanding the status and specifications of these AHUs will likely play a critical role in evaluating project opportunities and aligning proposals with government standards and funding opportunities. The document effectively serves as a preliminary inventory of mechanical systems requiring further exploration.
    The document details the specifications and conditions of existing exhaust fans within a facility, highlighting their current operational status and maintenance needs. The primary purpose is to inform stakeholders about the technical requirements and expected upgrades necessary for compliance with health and safety standards in government operations. Key aspects include the types of fans in use, energy efficiency ratings, required maintenance schedules, and potential obsolescence of certain models. The document serves as a foundation for future RFPs related to renovation or replacement of these exhaust systems, ensuring that any proposals align with regulatory standards and operational efficiency. Emphasis is placed on the importance of addressing existing deficiencies to maintain a safe environment in government facilities, which could influence state or local funding and grant decisions for improvements. Overall, it underscores the need for systematic upgrades in alignment with federal guidelines, preparing the groundwork for subsequent procurement processes.
    The file details the specifications and features of the DR33HRA model high-speed direct drive centrifugal downblast exhaust fan. Designed for efficient ventilation, the fan operates at 900 CFM and features a 0.333 HP exhaust motor with electronically commutated technology. Key attributes include an aluminum housing, a weatherproof safety disconnect switch, and integrated speed control, ensuring robust performance and safety in operation. Additional installation components such as an optional gravity backdraft damper are outlined. The fan is engineered for roof-mounted applications with a direct drive construction, eliminating the need for belts and pulleys, and focuses on longevity with a thermally protected motor. Sound levels at operational speed are provided per AHRI standards, crucial for compliance in installations. This document serves as a technical specification for potential procurement opportunities through federal and local government contracts, highlighting essential features and operational parameters necessary for informed decision-making in governmental purchasing processes.
    The document outlines the requirements for self-certification as an "Indian Economic Enterprise" under the Buy Indian Act, applicable for offers made in response to a solicitation by the Indian Health Service (IHS). The certification process mandates that the enterprise must meet specific ownership criteria at the time of the proposal, contract award, and throughout the contract duration. Contractors must notify the Contracting Officer if they cease to meet these eligibility requirements. It highlights the importance of preventing misrepresentation, outlining legal consequences for false claims. Furthermore, eligible Offerors must be registered with the System of Award Management (SAM). The document is part of a Request for Information (RFI) related to the Billings Area Generator Project and requires a representation from the Offeror affirming their status as an Indian Economic Enterprise. The emphasis on self-certification and compliance reflects the federal goal to support and procure from Indian-owned enterprises through controlled and transparent processes.
    The document outlines a solicitation for the McLaughlin Health Center Improvements project, designated as Solicitation Number 75H70125Q00025, managed by the Indian Health Service (IHS). This design-build project is structured as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, targeting improvements in McLaughlin, South Dakota. The task involves modernizing exterior signage and replacing HVAC systems, adhering to various codes and standards. The contract is projected to range between $100,000 and $250,000, with a performance period of 365 days following the Notice to Proceed (NTP). Key requirements include the submission of sealed bids, performance and payment bonds, and compliance with Davis-Bacon wage determinations. The scope encompasses detailed design and construction plans, emphasizing thorough documentation and adherence to safety standards. The contractor must hold regular progress meetings with IHS and ensure all operations comply with the Tribal Employment Rights Ordinance (TERO). The solicitation emphasizes thorough communication, mandates a contractor daily report for work progress, and includes special requirements for subcontractors. The document serves as a formal request for proposals within federal contracting, marking a significant step in enhancing healthcare facilities for the targeted community while adhering to strict regulatory measures.
    The document is a solicitation for the McLaughlin Health Center Improvements Design-Build project, issued by the Indian Health Service in Seattle, WA. It aims to modernize the health center's exterior and HVAC systems and is set aside for Indian Small Business Economic Enterprises. The project budget is estimated between $100,000 and $250,000, with a completion period of 365 calendar days from the Notice to Proceed (NTP). Bidders must provide performance and payment bonds and comply with the Tribal Employment Rights Ordinance (TERO), ensuring local tribal employment goals. Contractors must submit detailed design plans and specifications followed by thorough construction work, adhering to various safety, health, and regulatory standards while maintaining site cleanliness throughout the project. The document includes clear guidelines for submission of proposals, bidding requirements, wage determinations, inspection processes, and payment methods. Additionally, it emphasizes compliance with federal regulations regarding labor standards and identifies key roles and responsibilities for contractors and the government representatives involved. Overall, the document reflects the government's structured approach to acquiring construction services for healthcare facility improvements while fostering local economic development.
    The document outlines an amendment to a solicitation related to a federal contract managed by the Indian Health Service (IHS). The main purpose of this amendment is to provide responses to questions received and to update specific terms within the solicitation. Key changes include a revised period of performance for contract execution and the removal of certain Federal Acquisition Regulation (FAR) clauses. Additionally, an updated FAR clause regarding changes and conditions is included. It emphasizes the importance of acknowledging the amendment in submitted offers, stating that failure to do so may result in rejection. The document provides a structured framework for the amendment, detailing submission requirements, administrative updates, and contractor responsibilities, while reinforcing that all other terms of the solicitation remain unchanged. Overall, this document reflects the process of maintaining updated and clear communication in federal contracting procedures, ensuring compliance and clarity for bidders.
    Lifecycle
    Title
    Type
    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.
    Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade – Construction (Gallup, NM)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade project located in Gallup, New Mexico. This construction project aims to redesign and install a new fire alarm system across multiple buildings within the medical center, ensuring compliance with NFPA codes and replacing an outdated system. The contract, valued between $1,000,000 and $5,000,000, is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) and has a performance period of 180 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Joshua VanSkike at joshua.vanskike@ihs.gov or by phone at 240-485-7526. Proposals must adhere to the guidelines outlined in the solicitation documents, with all relevant information available for download at the SAM website.
    Fort Thompson Duplex Construction
    Buyer not available
    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.
    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.
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.
    MATHC Elevator Maintenance
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for elevator maintenance and repair services for the newly constructed Mid-Atlantic Tribal Health Center (MATHC) in Charles City, Virginia. The contract will cover preventive maintenance and repairs for a Schindler 3100 MRL traction elevator, ensuring safe operation and compliance with ADA standards, with a base year from March 2026 to February 2027 and four optional one-year extensions. This procurement is crucial for maintaining the operational integrity of the health center, which aims to enhance the health of the Native American population in the area. Proposals are due by December 15, 2025, and interested contractors should contact Andrew Rhoades at Andrew.Rhoades@ihs.gov for further details.
    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.
    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.
    Urgent Maintenance Repair of cooling units, Rosebud, SD
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the urgent maintenance and repair of cooling units at the Rosebud Indian Health Service Hospital in South Dakota. The primary objective is to address the immediate need for repairs on the air conditioning unit located above the Radiology CT unit, which is critical for maintaining operational efficiency and patient comfort. This procurement falls under the category of maintenance and repair of refrigeration and air conditioning equipment, highlighting the importance of reliable climate control in healthcare settings. Interested contractors can reach out to Andrea Whipple at andrea.whipple@ihs.gov or call 605-747-0402 for further details regarding the opportunity.