IHS Nationwide Multiple Award Task Order Contract
ID: 75H70125R00033Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines a comprehensive door and frame schedule for various doors, specifying dimensions, materials, and hardware requirements. The document details doors made of wood, aluminum, and metal, with most doors measuring 3'0" x 7'0" x 1 3/4", 3'6" x 7'0" x 1 3/4", or 4'0" x 7'0" x 1 3/4". A notable exception is door 313, a rolling metal door measuring 8'0" x 3'0" x 3". Common hardware includes 18-gauge satin stainless steel wrapped, 34-inch armor plates, Allegion-Falcon hardware, Von Duprin panics, and LCN closures. Hardware colors are to match the pharmacy, and bitting must include a master key. Wood doors are specified with a "Select White Maple Alpine AL18" color, while metal and aluminum doors are "Sherwin Williams Black Magic" or "Matte Black," respectively. Aluminum doors also feature commercial window film with a TBD color. Some wood doors (502, 505) are lead-lined. The document explicitly states that all manufacturers are for reference, and "or equal" hardware will be accepted. Contractors are required to verify all dimensions.
    Solicitation 75H70125R00033 from the Indian Health Service (IHS) Division of Engineering Services is a Request for Proposal (RFP) for a Nationwide Construction Multiple Award Task Order Contract (MATOC). This contract aims to provide design-build (DB) and design-bid-build (DBB) services for new construction, renovation, alteration, and repair of medical and related facilities across nine primary IHS geographic regions, with potential for work in additional areas. The MATOC is set aside for Small Businesses and includes an Indian Small Business Economic Enterprise (ISBEE) pool. It will have a base period of one year and four optional one-year periods, totaling up to five years and six months. A seed project is included as the initial task order, and all offerors must submit pricing for it to be considered for a MATOC award. Task orders will range from $1,000 to $5,000,000, with a maximum ordering capacity of $10,000,000 per contract. The solicitation details various construction services, NAICS codes, ordering procedures, inspection requirements, and performance evaluation criteria, including provisions for on-ramping and off-ramping contractors and handling emergency requirements.
    The Past Performance Questionnaire (PPQ) Form PPQ-0 is a crucial document for federal government solicitations, specifically Solicitation 75H70125R00033. It serves to evaluate a contractor's past performance across various categories including quality, schedule, customer satisfaction, management, cost, and safety. The form requires contractors to provide detailed information about their experience, including contract specifics and project descriptions. Clients are responsible for completing a significant portion, rating the contractor's performance using defined adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) and providing narratives for justification. The questionnaire emphasizes the importance of objective evaluation and encourages direct submission to the offeror or IHS to ensure transparency and accountability in the source selection process.
    Solicitation #75H7025R00033, "Nationwide Construction MATOC, Section J, Attachment 2: Contractor Surety Limitations," outlines a two-part form for prospective contractors and their sureties to complete as part of an RFP offer. Section A requires the Offeror to provide their contractor name, address, point of contact, telephone, and email. Section B, to be completed by the Surety, requests information on the duration of their bonding relationship with the contractor, the contractor's rating, bonding limits for a single project and aggregate amount, and whether the surety has ever had to complete a project for the contractor. It also asks if liability insurance has been refused, if there have been complaints of non-payment by subcontractors/suppliers, or if the surety has had to pay them. The surety must also provide their name, address, telephone, facsimile, email, and signature. This attachment is crucial for evaluating a contractor's financial stability and reliability in federal acquisition processes.
    Solicitation 75H70125R00033 for a Nationwide Construction MATOC requires offerors to submit an Experience Project Data Sheet. This form collects detailed information on up to five past projects, specifying whether the experience is for the offeror, a joint venture, or other entities. It requests details on the role performed (prime, sub, JV), contract numbers, project titles, locations, owners, award and completion dates, and the type of work (new construction, renovation, repair, alteration, design). The form also asks about the contract type (Firm-Fixed Price, Cost/Time and Material) and construction project type (Design-Build, Design-Bid-Build, Delivery/Task Order). Offerors must provide a detailed description of each project's relevance to the RFP requirements, including unique features and construction methods, and a description of self-performed work. If using experience from a different entity, the offeror must explain the relationship and how that entity will contribute to the contract's performance.
    The “FINANCIAL INSTITUTION REFERENCE SHEET” is a crucial document for contractors bidding on federal government RFPs, specifically for the Indian Health Service's Solicitation #75H7025R00033 (IHS Nationwide MATOC). This sheet, required under FAR Part 9.104-1, helps determine a contractor's responsibility by assessing their financial stability. Contractors must complete their section and forward the sheet to each financial institution they have a business account with, granting permission for the release of financial information. The financial institution then completes its section, providing details such as average monthly balances, current loan and credit line amounts, any late payments or NSFs, duration of relationship, and credit rating. This information is to be provided as ranges (e.g., low four figures). The completed sheet must be emailed directly to matt.sanders@ihs.gov or included in the prime contractor's proposal. This document ensures transparency and facilitates a thorough financial evaluation of contractors.
    Attachment 5.1 outlines the Self-Performed Calculation Sheet for the IHS Nationwide MATOC Seed Project—Kyle Modernization, Solicitation Number 75H70125R00033. This document provides instructions for calculating self-performed work in accordance with FAR 52.219-14 and 13 CFR 125.6, focusing on limitations on subcontracting for small business concerns. Offerors must complete a worksheet to detail their total proposed price, subtracting profit, materials, and costs incurred by non-similarly situated entities to determine the percentage of work performed by similarly situated entities. The sheet clarifies that for general construction, no more than 85% of the government-paid amount can go to non-similarly situated firms (75% for special trade contractors), with material costs excluded. Importantly, subcontracts to similarly situated entities, as defined by their small business program status aligned with the prime contractor's award qualification, do not count towards subcontracting limitations if the work is performed by the subcontractor's own employees. The document includes a list for proposed prime and subcontractors, their concern status, work activities, and monetary value, and requires completion at both proposal submission and contract completion.
    The document provides a detailed list of room and corridor designations within a facility, categorized by functional areas. Key areas include Patient Registration (1301), Narcotics (1302B), Pharmacy (1302), Consult (1401), and various Exam rooms (e.g., 310, 305, 306, 307, 402, 403, 404, 405). Specialized medical facilities such as Eye Exam (315), Ultrasound (507), X-ray (503, 207), and Dental Operatories (204, 205, 210, 211) are also specified. Support services include Receiving/HZD Storage (1402), Security Office (302), IT Room (1113), Maintenance Shop (1001), Mechanical (901), Electrical (902), Emergency Generator (903), Property and Supply (701), and a Server Room (1206). Numerous corridors are identified, serving as pathways connecting these various rooms and sections. The document's purpose is to delineate the layout and function of different spaces within a governmental or institutional building, likely for facility management, planning, or emergency response.
    The Pre-Construction Risk Assessment form is a government document designed to evaluate potential risks associated with construction or renovation projects. It systematically assesses various impact areas, including fire safety, utilities, confined spaces, environmental/occupational hazards, security, and infection control. The form requires project details such as title, dates, personnel, and a description of tasks. It classifies projects into four infection control risk assessment (ICRA) categories based on potential dust, noise, and vibration levels. The document also mandates specific risk assessments, like the Above the Ceiling Access Permit (ACAP) or Interim Life Safety Measure (ILSM) evaluation, if a "Yes" response is given to any potential negative impact. The form concludes with a series of required signatures from various stakeholders for both project approval and close-out, ensuring comprehensive oversight and adherence to safety and regulatory standards for all projects, especially those involving critical utilities or patient care areas.
    The document outlines the "Combined EOC Modernization Project - Kyle Health Center" for the Great Plains Area Indian Health Service, Division of Facilities Management. The project, identified by Task Order No: GP24KY405C10 and dated May 1, 2025, primarily involves the demolition and installation of new doors as per a specified door schedule and Statement of Work (SOW). The contractor is required to verify dimensions before ordering. The document includes a list of various door types (aluminum double, aluminum single, metal double, metal single, wood single) and references several drawing numbers and notes related to the project. It also provides contact information for the Division of Facilities Management in Aberdeen, SD.
    The "PRICE SCHEDULE KYLE HEALTH CENTER MODERNIZATION" document outlines a comprehensive project for the Kyle Health Center in Kyle, South Dakota. This schedule details various renovation and modernization tasks, categorized into 24 line items. Key areas of work include extensive demolition and installation of new flooring, cove base, ceiling grids, and tiles. The project also covers painting, wall protection, and the installation of numerous doors, frames, and windows. Structural and exterior improvements involve casework, sidewalk construction, ramps, curbs, gutters, turf, and roof repairs for the administration building and incinerator, alongside roof cap installation and tipi replacement. Interior updates include bathroom fixtures and stalls, wood beam and plank refinishing, and pilot-activated lighting control boxes. Additionally, the project encompasses facility-wide signage design and installation, TERO/taxes/fees, and allocations for general contractor overhead, G&A, and profit. The document serves as a detailed breakdown of the required work for the modernization project.
    The "ATTACHMENT 5.2 - PRICE SCHEDULE" for SOLICITATION 75H70125R00033 outlines the scope of work for the Kyle Health Center Modernization project in Kyle, South Dakota. This document details 25 distinct line items, categorized by CLIN (Contract Line Item Number), describing various construction and renovation tasks. Key items include demolition and installation of vinyl flooring and covebase, installation of new wall systems, painting, wall protection, ceiling grid, tiles, HVAC grilles, and replacement of doors and windows. The project also covers casework, roof work, Tipi replacement, bathroom fixtures, wood beam refinishing, exterior elements like sidewalks and ramps, and facility-wide signage. Additionally, it accounts for TERO/Taxes/Fees and the General Contractor's overhead, G&A, and profit, indicating a comprehensive modernization effort requiring detailed pricing for each component.
    The BID SCHEDULE for the Modernization Phase 1 of the Kyle Health Center outlines an extensive renovation project. This includes demolition and installation of new vinyl flooring and cove base, a new wall system, and painting of walls and ceilings. The project also covers the demolition and installation of doors, installation of a roll-down door, casework, and various window types (atrium, exterior, and storefront). Further work involves the administration roof, gutters, incinerator roof, roof cap, tipi replacement, bathroom fixtures and stalls, wood beam and plank refinish, and a pilot-activated lighting control box. The scope also includes the demolition of walls and bathroom fixtures, installation of a new ceiling grid, tiles, and HVAC grilles. Exterior improvements encompass sidewalks, ramps, curbs, gutters, turf, benches, and a flagpole, along with facility-wide signage design and installation. This comprehensive project aims to significantly upgrade the Kyle Health Center facilities.
    Solicitation 75H70125R00033, "ATTACHMENT 5.2 - PRICE SCHEDULE - UPDATED AMENDMENT 08," outlines the comprehensive modernization project for the Kyle Health Center in Kyle, South Dakota. The project encompasses a wide range of demolition and installation tasks, including walls, flooring, cove base, new wall systems, and facility-wide painting. It also details the demolition and installation of various types of doors (wood, metal, aluminum, single, and double), windows (atrium, exterior, and storefront), and specialized items such as a roll-down door, casework, and a tipi replacement. Additionally, the project includes site work like sidewalks, an ABA ramp, curb, gutters, turf, benches, and a flagpole. Critical infrastructure updates involve ceiling grids, tiles, HVAC grilles, and administrative/incinerator roof work. The solicitation also covers facility-wide signage, pilot-activated lighting control boxes, bathroom casework, and the refinishing of wood beams and fire sprinkler pipes. General conditions, moving equipment, storage containers, mobilization/demobilization, TERO/taxes/fees, general contractor bonds, overhead, and profit are also listed as line items, providing a complete price schedule for the modernization effort.
    The document, "ATTACHMENT 5.2 - PRICE SCHEDULE - UPDATED AMENDMENT 11 SOLICITATION 75H70125R00033," outlines the Kyle Health Center Modernization project in Kyle, South Dakota. This detailed price schedule lists various construction and renovation tasks, including demolition, installation of new flooring, wall systems, doors, windows, and specialized items like casework, roll-down doors, and a tipi replacement. The project also covers exterior work such as sidewalks, an ABA ramp, and landscaping, as well as facility-wide painting and signage. Additionally, the schedule includes administrative and overhead costs like mobilization/demobilization, TERO/taxes/fees, general contractor bonds, overhead, and profit. The document serves as a comprehensive breakdown of the components and associated costs for the modernization of the Kyle Health Center.
    The Statement of Work outlines the Kyle Health Center Modernization Project (GP25KY401C10) in Kyle, SD, an Indian Health Service initiative. This project, with a 365-day performance period, addresses deficiencies identified in FY22 and FY23 assessments. The modernization includes extensive architectural and infrastructure upgrades such as replacing flooring, painting, installing wall protection, updating ceiling systems, replacing casework, and renovating windows, doors, and the storefront. Exterior improvements involve concrete work (sidewalks, ramps, curbs, gutters), artificial turf installation, and roofing replacement. Bathroom fixtures will be upgraded, wooden beams refinished, helipad lighting controls installed, and facility-wide signage designed. The project aims to comply with current healthcare standards, enhancing patient care and staff engagement. The contractor must adhere to various codes and standards, provide a one-year warranty, and manage all demolition and disposal according to regulations. Specific material and installation requirements are detailed for each component. The project also mandates compliance with Tribal Employment Rights Office (TERO) requirements of the Oglala Sioux Tribe, including contacting TERO, utilizing Tribal individuals, and paying applicable fees and taxes. Submittals for materials and plans (Infectious Control, Safety, Pre-Construction Risk Assessment, Quality Control, Gantt Chart, Schedule of Values) are required for approval. Regular progress meetings, substantial completion, and final completion meetings are scheduled. Contractors are responsible for site security, temporary utilities, and daily clean-up, adhering to Infection Control and Safety Officer requirements. The overall goal is to modernize the facility to current healthcare standards.
    The Statement of Work (SOW) outlines the Kyle Health Center Modernization Project (GP25KY401C10) in Kyle, SD, aiming to replace and upgrade various architectural and infrastructure components over 365 calendar days. The project addresses deficiencies identified in FY22 and FY23 assessments, including demolition and installation of wall systems, hospital-grade vinyl flooring, facility-wide painting, suspended ceiling replacement, medical-grade casework, window and door replacements, sidewalk and ramp reconstruction, artificial turf installation, new standing seam metal roofs, bathroom fixture upgrades, glulam beam refinishing, helipad lighting controls, and facility-wide signage. The project emphasizes compliance with current healthcare standards and various codes, including NFPA and FGI guidelines. Contractors must provide a one-year warranty, adhere to strict demolition and disposal regulations, and follow detailed specifications for all installations. Key submittals include material samples, infection control, safety, and quality control plans, along with a Gantt chart schedule. The project also mandates compliance with Oglala Sioux Tribe requirements, including TERO contact and payment of tribal fees.
    The Statement of Work (SOW) outlines the Kyle Health Center Modernization Project (GP25KY401C10) in Kyle, SD, aiming to replace and upgrade various architectural and infrastructure deficiencies identified in recent assessments. The project has a 365-day performance period from the Notice to Proceed. Key improvements include demolition and installation of new wall systems, hospital-grade vinyl flooring, facility-wide painting, new suspended ceiling grids, medical-grade casework, replacement of various windows and doors, upgrades to the front entrance sidewalk and ramps, installation of artificial turf and outdoor amenities, demolition and installation of standing seam metal roofs, replacement of bathroom fixtures, refinishing wooden beams, installation of a helipad lighting control box, and facility-wide signage design and installation. The project emphasizes compliance with current healthcare standards, enhancing patient care, satisfaction, and staff engagement. The contractor must adhere to specific material requirements, provide a one-year warranty, manage all demolition and disposal, and comply with all tribal requirements, including contacting the Oglala Sioux Tribe's Tribal Employment Rights Office (TERO). Submittals, including material samples, infectious control plans, and safety plans, are required for approval. Regular progress meetings and strict site cleanup protocols are also mandated.
    The Statement of Work (SOW) for the Kyle Health Center Modernization project (GP25KY401C10) outlines comprehensive upgrades to the Indian Health Service facility in Kyle, SD. Spanning 365 calendar days, the project addresses deficiencies identified in previous assessments, aiming to modernize the center to meet current healthcare standards and improve patient and staff experience. Key elements include demolition and replacement of walls, flooring, ceilings, casework, windows, doors, roofing, and bathroom fixtures. Exterior work involves sidewalks, ramps, artificial turf, outdoor benches, and a flagpole. Specialized installations include a helipad lighting control box and facility-wide signage. The contractor is responsible for all materials, labor, and equipment, adhering to various codes and standards, including those of the Oglala Sioux Tribe due to the project's location on the Pine Ridge Indian Reservation. Submittals for materials and plans, including infection control and safety, are required, with regular progress meetings to ensure successful completion.
    The Statement of Work (SOW) outlines the Kyle Health Center Modernization Project (GP25KY401C10) in Kyle, SD, which aims to replace and upgrade various architectural and infrastructure elements within 365 days. The project addresses deficiencies identified in previous inspections, including demolition and installation of wall systems, hospital-grade flooring, facility-wide painting, ceiling grid replacement, medical-grade casework, and new windows and doors. Exterior work involves sidewalk, ramp, and curb replacement, artificial turf installation, and new roofs for the administration and incinerator buildings. Bathroom fixtures will be modernized with high-efficiency, automatic components, and glulam beams will be refinished. A pilot-activated helipad lighting control box and facility-wide signage will also be installed. The project emphasizes compliance with healthcare standards, relevant codes (NFPA, IHS, FGI, ABA, FAA), and Oglala Sioux Tribe requirements, including TERO compliance and business licenses. Contractors must provide a one-year warranty, submit various materials and plans for approval, and adhere to strict safety and cleanliness protocols.
    The Kyle Health Center in Kyle, SD, is undergoing a modernization project (GP25KY401C10) to replace and upgrade various architectural and infrastructure deficiencies identified in recent inspections. This project, lasting 365 days from the Notice to Proceed, aims to bring the facility up to current healthcare standards to enhance patient care and staff engagement. Key upgrades include demolition and installation of new wall systems, hospital-grade vinyl flooring, facility-wide painting, replacement of suspended ceiling grids and grilles, medical-grade casework, and new windows and doors. Exterior improvements involve replacing sidewalks, ramps, curb and gutter, installing artificial turf, outdoor benches, and a flagpole, and upgrading roofing systems. Bathroom fixtures will be replaced with high-efficiency, low-flow models, and wooden beams and ceiling planks will be refinished. A pilot-activated lighting control box for the helipad and new facility-wide signage will also be installed. The project requires adherence to various codes and standards, including NFPA and IHS guidelines. The contractor is responsible for all materials, labor, equipment, and supervision, providing a one-year warranty, and complying with Oglala Sioux Tribe requirements for employment and fees, as the project is on the Pine Ridge Indian Reservation.
    The document "PLAN NORTH" (LS.01) outlines the Life Safety Floor Plan for the Kyle Health Center in Kyle, SD, dated May 20, 2022. It includes a drawing of the main floor plan and a separate drawing (LS.00) for the Penthouse, both at a scale of 1/16"=1'-0". The plan also features an ICRA Map for the Kyle Health Center, with a legend indicating Class II and Class III areas. This document appears to be a technical drawing detailing life safety aspects and infection control risk assessment zoning for the health center, likely part of a larger government project related to facility upgrades or compliance.
    The "MODERNIZATION PHASE I - KYLE HEALTH CENTER" project outlines comprehensive renovations and upgrades across various areas of the facility, managed by the Great Plains Area Indian Health Service, Division of Facilities Management. Key aspects include extensive demolition of existing structures like gypsum walls, flooring, toilets, and countertops, followed by new construction. The project specifies the installation of new flooring, cove base, paint, and wall protection. Ceiling grids and light fixtures will be replaced, and new casework and doors will be installed, with detailed specifications for various rooms (RM303, RM304, RM305, RM306, RM307, RM309, RM310, RM311, RM313, RM314, RM316, RM319, RM403, RM404, RM405, RM406). Exterior work includes replacing atrium windows, demolishing and replacing concrete sidewalks and ramps to ADA standards, and installing Synlawn. Roof replacements are planned for the Administration Building and Incinerator, including roof caps, standing seam metal roofs, gutters, downspouts, drip edges, and a lightning protection system. Bathroom renovations will involve replacing toilets, urinals, bathroom partitions, and faucets with high-efficiency, automatic, hospital-grade fixtures. Additionally, wood decking and glulam beams will be refinished, and fire sprinkler piping and ceiling soffits will be painted. All contractors are required to verify dimensions prior to ordering materials, and hardware for doors will match existing pharmacy hardware, including a master key system.
    The provided government file outlines Phase I modernization efforts for the Kyle Health Center, managed by the Great Plains Area Indian Health Service. The project encompasses various renovations across multiple rooms, focusing on demolition, new construction, and upgrades to casework, flooring, ceilings, doors, windows, and exterior elements.Key tasks include the demolition of existing walls, flooring, toilets, sinks, grab bars, countertops, and wood doors and frames. New construction involves installing vinyl flooring, covebase, paint, wall protection, and replacing ceiling grids, tiles, light fixtures, and HVAC grilles. Casework installation, including solid surface countertops, various cabinet types, and stainless-steel sinks, is detailed for numerous rooms (RM303, RM304, RM305, RM306, RM307, RM309, RM310, RM311, RM313, RM314, RM316, RM319, RM403, RM404, RM405, RM406). Additionally, the project includes replacing interior and exterior doors and frames, demolishing and replacing exterior windows and storefronts with commercial film, and renovating bathrooms with high-efficiency, automatic fixtures and hospital-grade partitions. Exterior work covers reforming and pouring a new ADA-compliant ramp, demolishing and replacing concrete sidewalks, and installing new curb and gutter, along with artificial turf. Roof replacements for the Administration Building, Incinerator, and Tipi are planned, including roof caps, standing seam metal, seamless metal, gutters, downspouts, drip edges, and an updated lightning protection system. Finally, the project involves refinishing wood decking and glulam beams, and painting fire sprinkler piping and ceiling soffits.
    The provided government file outlines Phase I modernization plans for the Kyle Health Center, focusing on extensive demolition, renovation, and new construction across various areas. Key demolition tasks include removing existing gypsum walls, studs, countertops, toilets, sinks, grab bars, vinyl and tile flooring, tile walls, and wood doors and frames. New construction efforts involve installing vinyl flooring, 4-inch covebase, paint, and wall protection. Ceiling work requires demolition and replacement of the ceiling grid, designed for 2x2 tiles and 2x4 light fixtures, along with replacing all HVAC grilles. Casework installation, including solid surface countertops and various cabinet types (sloping top, wall, base, corner), is detailed for multiple rooms (RM303, RM304, RM305, RM306, RM307, RM309, RM310, RM311, RM313, RM314, RM316, RM319, RM403, RM404, RM405, RM406), with some rooms requiring half-wall construction. The project also entails replacing windows with insulated, tempered glazing and matte black aluminum frames, applying commercial film. Exterior work includes reforming and pouring ramps to ADA standards, demolishing and replacing concrete sidewalks, and installing Synlawn Synfescue 343. Additional door and window installations, including exterior storefront replacement, are specified. Roof replacements are planned for the Admin Building, incinerator, and tipi, using blue standing seam metal or seamless metal to match existing structures, along with new white gutters, downspouts, drip edge, and an updated lightning protection system. Bathroom renovations involve demolishing and replacing toilets, urinals, and faucets with high-efficiency, automatic models, and installing stainless-steel, hospital-grade partitions. Finally, wood decking and glulam beams on the ceiling will be refinished, fire sprinkler piping will be painted (excluding heads), and ceiling soffits will be painted.
    The document outlines a comprehensive plan for federal grants, RFPs, and state/local RFPs. It details various categories and sub-categories of these funding opportunities, emphasizing the need for clear guidelines and processes for their application and management. The document appears to serve as a framework for understanding and navigating the complexities of government funding, highlighting sections related to eligibility, application procedures, and compliance requirements. It also touches upon the importance of transparent communication and efficient resource allocation within these programs. The file seems to be a foundational document providing a structured approach to government funding opportunities, ensuring accountability and effective implementation.
    The General Decision Number SD20250017 provides prevailing wage rates for building construction projects in Oglala Lakota County, South Dakota, effective November 21, 2025. It supersedes SD20240017 and outlines minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts subject to the Davis-Bacon Act, with annual adjustments. The document details specific wage and fringe benefit rates for various crafts like Asbestos Workers, Bricklayers, Electricians, Power Equipment Operators, Ironworkers, Carpenters, Cement Masons, Laborers, Painters, Plumbers, Roofers, and Sheet Metal Workers. It also includes information on Executive Order 13706 regarding paid sick leave for federal contractors. The file provides guidance on wage determination identifiers (Union, Union Average, Survey, State Adopted) and outlines the appeals process for wage determination matters through the WHD Branch of Wage Surveys, WHD Branch of Construction Wage Determinations, Wage and Hour Administrator, and the Administrative Review Board.
    The document provides a detailed door and hardware schedule for a government project, listing door numbers, dimensions (width, height, thickness), material (wood, metal, aluminum), and type, with a consistent remark to 'MATCH EXISTING' for most entries. Specific hardware remarks are included, such as 'ALLEGION-FALCON', 'VON DUPRIN PANICS', 'LCN CLOSURES', and a requirement for hardware color to 'MATCH PHARMACY' with master keying. Several doors specify '18-GUAGE SATIN STAINLESS STEEL WRAPPED, 34-INCH ARMOR PLATE' and various color requirements, including 'SELECT WHITE MAPLE ALPINE AL18' and 'BLACK MAGIC' (or 'SHERWIN WILLIAMS BLACK MAGIC'). Special doors include 'LEAD-LINED' and a 'ROLLING METAL DOOR' with a motor and electric sensing edge. The document emphasizes that manufacturers listed are for reference, and 'OR EQUAL' hardware will be accepted, and contractors must verify all dimensions. Some entries also include 'WINDOWS: COMMERCIAL WINDOW FILM. COLOR: TBD'.
    The provided document, likely a schedule or specification from a government RFP, details door and frame requirements, including dimensions, materials (wood, metal, aluminum), and hardware. It specifies standard door sizes, with most being 3'0" x 7'0" x 1 3/4", though some vary. Hardware is consistently listed as "MATCH EXISTING" with an allowance for "'OR EQUAL' HARDWARE." Specific hardware brands like Allegion-Falcon, Von Duprin, and LCN are mentioned for some doors, along with requirements for 18-gauge satin stainless steel armor plates, master keying, and
    The Infection Control Risk Assessment (ICRA) outlines a comprehensive, multi-step process for managing infection risks during construction and renovation projects, particularly relevant for healthcare and sensitive environments. It categorizes construction activities into four types (A-D) based on their dust generation and invasiveness, and patient risk groups (Low to Highest) in affected areas. These two factors are then mapped onto a matrix to determine one of four classes of precautions (I-IV) required. The document details specific infection control measures for each class, to be implemented before, during, and upon completion of the project, including dust containment, HVAC isolation, negative air pressure, and specialized cleaning. It also includes steps for assessing surrounding areas, identifying containment measures, considering water damage risks, and coordinating with infection prevention and control staff for approvals, especially for Class III and IV precautions. The ICRA emphasizes ongoing monitoring and communication of revisions to ensure safety and compliance throughout the project.
    The provided document, "PLAN NORTH LIFE SAFETY KYLE HEALTH CENTER," details the floor plans and flooring finish schedule for the Kyle Health Center in Kyle, SD. The document includes a floor plan (drawing number LS.01) and a penthouse plan (drawing number LS.00), both drawn to a scale of 1/16"=1'-0" and dated 5/20/2022. The flooring finish schedule outlines the types of finishes to be used, including epoxy, tile, vinyl, and concrete. This document is likely a component of a larger set of architectural or construction plans, possibly submitted as part of a federal grant application, a state/local RFP, or a federal government RFP, focusing on life safety and facility upgrades or new construction for the Kyle Health Center.
    The Indian Health Service (IHS) requires offerors to self-certify their status 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, issued by the Department of Health & Human Services, ensures that businesses meet the IEE definition at the time of offer, contract award, and throughout the contract performance period. Offerors must immediately notify the Contracting Officer if they no longer meet eligibility requirements. While self-certification is mandatory, Contracting Officers may request additional documentation, and awards are subject to protest regarding eligibility. Successful IEEs must also be registered with the System for Award Management (SAM). False or misleading information submitted is a violation of law, punishable under 18 U.S.C. 1001, and false claims during performance are subject to penalties under 31 U.S.C. 3729-3731 and 18 U.S.C. 287.
    This government document is an amendment to a solicitation or a modification of a contract, identified as Standard Form 30. Its primary purpose is to provide answers to questions related to an existing solicitation. Offerors must acknowledge receipt of this amendment by completing specific items, acknowledging it on their offer copies, or sending a separate communication. Failure to acknowledge receipt by the specified date and time may lead to rejection of their offer. The amendment clarifies that the contractor is not required to sign and return copies of this specific document. The document also outlines sections for contract ID, amendment/modification numbers, effective dates, and project details. It indicates whether the receipt of offers deadline is extended and provides fields for accounting data and descriptions of changes. This amendment, issued by the Division of Engineering Services Seattle, ensures all parties are informed of updates and clarifications, maintaining transparency and compliance within the procurement process.
    This amendment to solicitation 75H70125R00033 provides critical clarifications and answers to offerors' questions regarding an RFP for engineering services. Key points include: both IDIQ contracts and individual task orders are acceptable for the 75% performance completion requirement; procedures for awarding the seed project to a contractor who did not select "Great Plains" as a performance location, allowing them to decline without penalty; the seed project will remain as such; all offerors must submit seed project pricing for evaluation purposes, even if they intend to decline if not located in the Great Plains Area; projects over $5M for past performance will be considered on a case-by-case basis, while those under $100K may be less favorably rated (the correct range is $100K to $5M); PPQs and CPARs do not count towards page restrictions, except for narratives on adverse past performance, and should be included in the proposal; only PPQs specifically for this solicitation will be accepted; and there are no liquidated damages for the Seed Project. The amendment also includes administrative details about the solicitation's effective date and issuing office.
    This amendment provides crucial clarifications and responses to 14 questions regarding solicitation 75H70125R00033, which is part of a federal government RFP. Key areas addressed include personnel requirements, such as the allowance for a site superintendent to also serve as safety officer and quality assurance for the seed project, and clarification that a registered engineer for coordination is only needed if specified in the task order. The document also clarifies that the seed project is not design-build and no design is required. Instructions are provided for teaming arrangements, allowing past performance from both team members and permitting a small business to submit two proposals. The amendment also clarifies requirements for in-house MEP design, the renumbering of Section K.6 to K.3, and confirms that Reps and Certs are not a required submittal. Additionally, it specifies what "contractor's rating" refers to, confirms no specification book is included for the seed project, and advises on wage rate assignments for unlisted trades. Further technical questions for the seed project will be addressed in a future amendment.
    This government file, an amendment to solicitation 75H70125R00033, provides crucial updates and clarifications for an RFP related to construction services. The amendment includes answers to 39 contractor questions, providing detailed responses on various aspects such as NAICS codes, design experience requirements, as-built drawings, and company experience evaluation. It also provides updated attachments for the seed project facility, including architectural, civil, electrical, mechanical, and structural as-builts, as well as revised Attachment J5.2 (Updated Seed Project Schedule) and Attachment J5.3 (Updated Statement of Work). Key changes address lighting, casework, dimensions, electrical systems, and project logistics, ensuring that potential offerors have comprehensive information for their proposals. The document emphasizes the importance of acknowledging the amendment, with specific instructions for submission, and clarifies that the solicitation's receipt hour and date are not extended. The overall purpose is to refine the solicitation, ensuring transparency and providing necessary details for accurate and compliant offer submissions.
    This document is an amendment to a solicitation, identified as Amendment/Modification Number A000005, for Solicitation Number 75H70125R00033. The purpose of this amendment, effective September 16, 2025, is to provide Section J, Attachment 5.7 Kyle Door Schedule. Offers must acknowledge receipt of this amendment by completing specific items, acknowledging on the offer copy, or through separate written or electronic communication, ensuring receipt by the specified deadline to avoid rejection. While the solicitation hour and date for offers are not extended, contractors are not required to sign and return copies of this specific amendment. The document also outlines procedures for modifying previously submitted offers. This amendment, issued by the Division of Engineering Services Seattle, maintains that all other terms and conditions of the original solicitation remain in full force and effect.
    This government document is an amendment to a solicitation, primarily providing answers to offeror questions and updating an attachment. Key changes include replacing Attachment 5.2 (Seed Updated Project Schedule) and clarifying several points. State licenses are not required at the time of proposal submission for the base MATOC, with specific requirements to be outlined in individual task orders. The document confirms that only unit prices are requested for items like "DEMO AND INSTALL DOORS ONLY." The Davis Bacon Wage Determination for the seed project, dated January 2025, is deemed current. Finally, it specifies that product data for "or equivalent" products will not be reviewed before the bid date; instead, such submittals, along with requests for alternative products, will be considered via RFIs after the task order award, potentially leading to contract modifications.
    This amendment to Solicitation Number 75H70125R00033 extends the proposal due date to October 31, 2025, and modifies Section L, Factor 2 - Past Performance. The extension addresses concerns about obtaining Past Performance Questionnaires (PPQs) due to a government shutdown and staffing limitations. Offerors are now permitted to submit or reference PPQs previously provided for other solicitations, provided they correspond to the same projects identified under Factor 1 – Experience. All other instructions and evaluation criteria in Sections L and M remain unchanged. Offerors are encouraged to review their past performance records and submit relevant projects with available PPQs.
    This government amendment addresses numerous questions and provides updates for a solicitation, likely a Request for Proposal (RFP), for a "Seed Project." The amendment includes a sign-in sheet from a site visit, updates to Section J attachments (e.g., project schedule, SOW, construction drawings, door schedule), and new attachments related to infection control and floor plans. A significant portion of the document comprises responses to 198 vendor questions, clarifying scope details for various construction aspects, including phasing, hazardous material surveys, wall protection, flooring, HVAC, electrical work, demolition, and pricing. It also specifies requirements for submittals, TERO tax, and general conditions, emphasizing the need for a comprehensive bid covering all line items. The project involves renovations while the facility remains operational, requiring careful planning for safety and minimizing disruption.
    Amendment 09 for solicitation 75H70125R00033 extends the proposal due date to November 7, 2025, and updates attachments 5.5 (Construction Drawings) and 5.3 (Statement of Work). The amendment addresses 31 vendor questions. Key clarifications include the seed project award eligibility for ISBEE firms, confirmation that "Telecom Infrastructure" is not part of the Seed Project scope, and details on materials like 20-gauge steel studs, 4,000 psi concrete, and Regal Blue Tipi roof end pieces. The government shutdown will not affect the MATOC award. The amendment also clarifies requirements for door hardware, window materials, and provides updated drawings for various elements, ensuring contractors have the necessary information for their proposals.
    Amendment 10 to Solicitation 75H70125R00033 updates Attachment 5.3 - SOW and addresses vendor questions related to a Multiple Award Task Order Contract (MATOC) for federal government projects. Key changes include modifications to Section 2.D of the SOW. Vendor questions and responses clarify that contractors are responsible for the Oglala Sioux Tribe’s 1% Environmental Protection Program (EPP) tax and compliance with TERO requirements, with specific ordinances provided. The government will not issue uniform TERO guidance; instead, each task order will outline relevant tribal provisions. Security requirements vary by facility, and previously completed background checks may not be automatically accepted. A cleared site superintendent must be physically present whenever work is performed, including by subcontractors, to avoid potential termination. Each facility will have its own site-specific security orientation, with determinations on repeat orientations made by the facility.
    This amendment to Solicitation Number 75H70125R00033 updates Section J Attachments, provides responses to vendor questions, and extends the proposal due date to November 14, 2025. Key changes include replacing several attachments (Updated Seed Project Schedule, SOW, Construction Drawings, Kyle Door Schedule) and adding a new attachment (Kyle EOC Modernization All Doors – Combined). The document clarifies details regarding bathroom renovations (e.g., new accessories, flooring, casework, sinks, and wall protection to be priced in CLIN 022) and door schedules, including responses to specific questions about opening numbers and hardware requirements. It also specifies that all offerors must submit pricing breakout on the government-furnished bid schedule and that courtyard benches should be thermoplastic-coated metal.
    This amendment to solicitation 75H70125R00033 updates clauses due to the Revolutionary FAR Overhaul (RFO), provides responses to vendor questions, and extends the proposal due date to December 5, 2025. Key updates include revisions to numerous FAR clauses in Sections I and L, with one clause (52.251-1 Government Supply Sources) being deleted. The amendment clarifies how contractors should acknowledge receipt of amendments, allows flexibility in selecting regions and categories for task orders, and provides instructions for tribal documentation. It also addresses questions regarding lock specifications, required proposal volumes, and the submission of financial information, specifying that the government will not use third-party platforms for financial requests.
    This amendment to solicitation 75H70125R00033 replaces the Wage Determination with an updated version (dated 11/21/2025) and provides responses to vendor questions. Key clarifications include a minimum concrete strength of 3500 psi, required concrete testing at 7, 14, and 28 days to be performed by contractors, a 4-inch concrete slab thickness, and confirmation that contractors must meet Buy American requirements for rebar, though epoxy-coated reinforcement is not required. Additionally, ADA sidewalk ramps are specified to have a warning pad, with no stand-alone ramps. This document outlines the procedures for offerors to acknowledge receipt of the amendment, emphasizing that failure to do so by the specified deadline may result in the rejection of their offer. The amendment ensures that all other terms and conditions of the original solicitation remain unchanged.
    The "Modernization Phase I - Kyle Health Center" project by the Great Plains Area Indian Health Service involves extensive renovations. Key tasks include demolition of existing structures like walls, flooring, and fixtures (toilets, sinks, grab bars), followed by comprehensive new construction. This includes installing new vinyl flooring, cove base, and wall protection, as well as painting ceilings and walls. The project also covers replacing ceiling grids, HVAC grilles, and installing new doors and casework with solid surface countertops and stainless-steel sinks in various rooms (RM303, RM304, RM305, RM306, RM307, RM309, RM310, RM311, RM313, RM314, RM316, RM319, RM403, RM404, RM405, RM406).
    Lifecycle
    Similar Opportunities
    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.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The project is crucial for ensuring timely and cost-effective responses to the repair and minor construction needs of DHA medical facilities across states including Alaska, California, and Colorado. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) website for the solicitation, which is expected to be posted around November 20, 2025. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil.
    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.
    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.
    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.
    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.
    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.
    Four (4) Medical Assistants - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for four Medical Assistants to serve at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The Medical Assistants will be responsible for various patient care tasks, including screenings, specimen collection, vaccination assistance, and phlebotomy, with a requirement for candidates to have relevant qualifications and certifications. This procurement is part of a Buy Indian Set-Aside initiative, emphasizing the importance of supporting Indian Small Business Economic Enterprises, and will result in a single award with a base year and four option periods based on performance. Interested offerors must submit their proposals by January 2, 2026, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Remote Coding Services for the Albuquerque Indian Dental Clinic
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for Remote Coding Services for the Albuquerque Indian Dental Clinic. The procurement aims to secure non-personal healthcare services that include professional billing and coding, with a focus on maintaining a 95% accuracy rate and ensuring timely turnaround for coding tasks. These services are critical for the efficient management of clinical visits, accurate diagnostic coding, and compliance with data privacy regulations such as HIPAA. Proposals are due by December 19, 2025, at 12 PM MT, and interested offerors must contact Stephanie Begay at stephanie.begay3@ihs.gov or call 505-256-6750 for further inquiries. The contract will be awarded as a firm-fixed-price purchase order for one base year with four optional renewal periods, and eligibility requires registration in the System for Award Management (SAM).