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

Belcourt Heat Exchanger Replacement & Boiler System Repairs

DEPARTMENT OF HEALTH AND HUMAN SERVICES 75H70126R00022
Response Deadline
May 21, 2026
16 days left
Days Remaining
16
Until deadline
Set-Aside
Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
Notice Type
Solicitation

Contract Opportunity Analysis

The Indian Health Service, through its Division of Engineering Services, is soliciting a firm-fixed-price construction contract to replace heat exchangers and repair the boiler system at the Quentin N. Burdick Memorial Health Facility in Belcourt, North Dakota. The work includes replacing two domestic water heating systems and key boiler components such as isolation valves, pump valves and gauges, expansion tank fittings, flue gaskets, burners, and controls for the boiler room make-up air unit and exhaust fan, with the new hot water systems designed and sized by a North Dakota licensed mechanical engineer. The procurement is a 100% Indian Small Business Economic Enterprise set-aside under NAICS 236220, uses lowest-price technically acceptable evaluation, has a 180-calendar-day period of performance from notice to proceed, and is expected to fall between $500,000 and $1,000,000. A site visit is scheduled for May 6, 2026, at 1:00 PM CT, proposals are due May 21, 2026, at 2:00 PM PST, and SAM registration is mandatory; the primary contact is Taylor Kanthack at taylor.kanthack@ihs.gov.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Y1DA
CONSTRUCTION OF HOSPITALS AND INFIRMARIES

Solicitation Documents

9 Files
A10 Attachment 1 IHS IEE Representation Form.pdf
PDF1514 KBFeb 23, 2026
AI Summary
The Indian Health Service (IHS) provides a “Buy Indian Act Indian Economic Enterprise Representation Form” for solicitations, sources sought, and RFIs. This form requires offerors to self-certify their status as an “Indian Economic Enterprise” (IEE) as defined by HHSAR 326.601, in accordance with 25 U.S.C. 47. This status must be maintained at the time of offer, contract award, and throughout the contract performance period. Contractors must immediately notify the Contracting Officer if they no longer meet the eligibility requirements. Individual Contracting Officers may request documentation of eligibility. Successful offerors must also be registered with the System of Award Management (SAM). The form warns against submitting false or misleading information, citing penalties under 18 U.S.C. 1001 for false information and 31 U.S.C. 3729 to 3731 and 18 U.S.C. 287 for false claims.
B01 RFP 75H70126R00022.pdf
PDF1165 KBApr 21, 2026
AI Summary
The Indian Health Service (IHS) Division of Engineering Services has issued Solicitation Number 75H701-26-R-00022 for the Belcourt Heat Exchange Replacement and Boiler System Repairs project at the Quentin N. Burdick Memorial Health Facility in Belcourt, North Dakota. This Request for Proposal (RFP) is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 236220, with a construction magnitude anticipated between $500,000 and $1,000,000. The project's scope includes the design, demolition, and installation of two domestic water heating systems, replacement of boiler system isolation valves and other boiler components, and upgrades to control systems. The period of performance is 180 calendar days from the notice to proceed. A site visit is scheduled for April 29, 2026, and proposals are due by May 21, 2026. The contractor is responsible for all labor, materials, equipment, and compliance with various federal and IHS regulations, including stringent safety, quality control, and payment requirements. Key personnel and adherence to the project schedule are emphasized.
B01 RFP Attachment J01 Design Package.pdf
PDF6811 KBApr 21, 2026
AI Summary
The Quentin N. Burdick Memorial Health Facility is undertaking a significant project to replace its heat exchangers and repair its boiler system. This initiative, under Project Number GP25TM400H10, involves comprehensive demolition of existing steam and boiler water heat exchangers, associated piping, valves, flue gaskets, and relief air damper controls. Following demolition, the project will install new heat exchangers, motorized and manual gate valves, butterfly isolation valves, boiler flue gaskets, and relief air damper controls. New piping will be schedule 40 carbon steel. The project also includes installing new manual balancing valves, flexible pump connectors, wye-type strainers, three-way mixing valves, non-slam check valves, and pressure gauges for the boiler and clinic pump systems. Expansion tanks will receive new sight glasses, drain/air vent valves, and manual gate valves. The project emphasizes field verification by the contractor to ensure accurate sizing and placement of all components, ensuring a fully functional and modernized heating system.
B01 RFP Attachment J02 WD ND20260029.pdf
PDF1736 KBApr 21, 2026
AI Summary
The General Decision Number: ND20260029, effective January 30, 2026, supersedes ND20250029 and outlines prevailing wage rates for building construction projects in Rolette County, North Dakota. It covers various trades, including boilermakers, electricians, power equipment operators (cranes, forklifts), ironworkers, cement masons, and pipefitters, with specific rates and fringes for each classification. The document also includes information on Executive Orders 13706 and 13658, which mandate paid sick leave and minimum wage requirements for federal contractors, respectively. It details the identifiers for union, union average, survey, and state-adopted wage rates and provides a comprehensive appeals process for wage determination matters, including initial decisions and requests for reconsideration by the Wage and Hour Administrator and appeals to the Administrative Review Board.
B05 Amend A00001.pdf
PDF903 KBApr 21, 2026
AI Summary
This amendment to Solicitation Number 75H701-26-R-00022, issued by the Indian Health Service (IHS) for the Belcourt Heat Exchange Replacement and Boiler System Repairs, officially reschedules the mandatory site visit. The new site visit date is May 6, 2026, at 1:00 PM CT, to be held at the Quentin N. Burdick Memorial Hospital. Attendees must email the Contracting Officer at taylor.kanthack@ihs.gov with their names at least 24 hours in advance. While attendance is not mandatory, offerors are strongly urged to inspect the site to understand conditions affecting project costs. The Government will not cover attendee costs, and individual site visits will not be granted. This amendment also confirms that the proposal due date remains May 21, 2026, at 2:00 PM PST, unless further amended. All other terms and conditions of the original solicitation remain unchanged.
B01 RFP Attachment J03 Self Performed Calculation Sheet (Construction).docx
Word28 KBApr 21, 2026
AI Summary
Attachment J03, titled “Self-Performed Calculation Sheet,” outlines the requirements and methodology for offerors to calculate self-performed work in accordance with federal regulations, specifically FAR 52.219-14 and CFR Title 13, Part 125.6, concerning limitations on subcontracting for government contracts. The document provides a worksheet for offerors to complete at both proposal submission and contract completion, detailing how to calculate the percentage of work performed by similarly situated entities. It specifies that for general construction, no more than 85% of the government-paid amount can go to non-similarly situated firms, with a 75% limit for special trade contractors. The cost of materials is excluded from this calculation. The attachment also defines “Concern Status” and “Similarly situated entity,” providing examples to clarify these definitions and their application to various small business programs like 8(a), SDVOSB, HUBZone, and WOSB contracts. The primary purpose is to ensure prime contractors comply with subcontracting limitations to support small business participation.
B01 RFP Attachment J04 Company Specialized Experience Construction Form.pdf
PDF122 KBApr 21, 2026
AI Summary
Attachment J04,
B01 RFP Attachment J05 PPQ.docx
Word29 KBApr 21, 2026
AI Summary
The Past Performance Questionnaire (PPQ) Form PPQ-0 is a critical component for federal government solicitations, specifically Solicitation 75H701-26-R-00022, designed to evaluate contractor performance. This form requires contractors to provide detailed information about their firm, the nature of the work performed (prime, sub, or joint venture), and comprehensive contract specifics including type, title, location, dates, and pricing. A crucial section asks contractors to describe the project's relevance to the current submission. Clients are tasked with completing sections related to their role, the completion date, and their signature. The questionnaire includes a standardized rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with clear definitions for evaluating various aspects of performance. These aspects cover quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, safety/security, and general compliance. Clients are encouraged to submit the completed questionnaire directly to the offeror, who then includes it in their proposal. The government reserves the right to verify all submitted information, ensuring thorough and objective past performance evaluation.
B01 RFP Attachment J06 IHS IEE Representation Form.pdf
PDF922 KBApr 21, 2026
AI Summary
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 ensures that businesses meet the IEE definition at the time of offer, contract award, and throughout performance. Failure to maintain eligibility requires immediate written notification to the Contracting Officer. Documentation may be requested, and awards are subject to protest if eligibility is questioned. Successful offerors must also register with the System for Award Management (SAM). False or misleading information can lead to severe penalties under 18 U.S.C. 1001 for false statements and 31 U.S.C. 3729-3731 and 18 U.S.C. 287 for false claims. The form includes a representation section for offerors to confirm whether they meet the IEE definition with “Indian Ownership,” requiring signatures and details of the 51% owner, tribal entity, business name, and DUNS number.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 23, 2026
amendedLatest Amendment· Description UpdatedApr 21, 2026
deadlineResponse DeadlineMay 21, 2026
expiryArchive DateJun 5, 2026

Agency Information

Department
DEPARTMENT OF HEALTH AND HUMAN SERVICES
Sub-Tier
INDIAN HEALTH SERVICE
Office
DIV OF ENGINEERING SVCS - SEATTLE

Point of Contact

Name
Taylor Kanthack

Place of Performance

Belcourt, North Dakota, UNITED STATES

Official Sources