Fort Thompson Health Center X-Ray Replacement
ID: 75H70125Q00019Type: 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
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due May 8, 2025, 8:00 PM UTC
Description

The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Fort Thompson Health Center X-Ray Replacement project in South Dakota. This procurement involves the installation of supporting utilities and infrastructure necessary for a new Philips X-Ray unit, which will replace an outdated GE X-Ray machine, requiring modifications to electrical systems and flooring layouts. The project is a 100% Indian Small Business Economic Enterprise set-aside, with an estimated construction magnitude between $100,000 and $250,000, and a completion timeline of 180 days following the issuance of a Notice to Proceed. Interested contractors should submit proposals electronically by the specified deadline and may direct inquiries to the primary contact, Jong Kim, at jong.kim@ihs.gov or 206-619-0638.

Files
Title
Posted
Feb 28, 2025, 12:05 AM UTC
The document outlines the requirements for the "Indian Economic Enterprise Representation Form," under the Buy Indian Act by the Indian Health Service (IHS) within the Department of Health and Human Services (HHS). It mandates that firms wishing to respond to solicitations or contracts must certify they meet the criteria of an "Indian Economic Enterprise" throughout the offer, contract award, and performance period. Any change in status must be reported immediately to the Contracting Officer. Additionally, successful Offerors must be registered with the System of Award Management (SAM). False claims regarding eligibility can lead to legal consequences under federal law. The form requires the Offeror to indicate their status regarding Indian ownership and includes spaces for the owner's name, the tribal entity, business name, and DUNS number. This process ensures that federal contracts intended for Indian enterprises are awarded to legitimately qualifying entities, enhancing economic opportunities for tribal communities.
Apr 21, 2025, 10:07 PM UTC
The government file pertains to federal and state/local Requests for Proposals (RFPs) and grant opportunities aimed at financial assistance for various initiatives. While the document contains significant corruption or corruption prevention data, strategic priorities are identified concerning project implementation, eligibility criteria, application processes, and funding amounts. Key components include the importance of adhering to regulatory requirements, ensuring transparency in financial dealings, and fostering collaboration among agencies. Supporting details emphasize the need for comprehensive documentation, adherence to deadlines, and engagement with stakeholders to facilitate successful submissions. The document serves as a vital resource for organizations seeking government funding, detailing the procedural framework for navigating federal and state funding landscapes and ensuring alignment with government priorities and accountability standards. Overall, it illustrates the structured approach necessary for effectively participating in government-funded projects and underscores the critical need for compliance and strategic planning in the application process.
Apr 21, 2025, 10:07 PM UTC
The document is a detailed equipment installation manual from Philips for a high-performance digital radiography room at the Fort Thompson Indian Health Center. It outlines essential site preparation requirements, including HVAC specifications, structural readiness, and electrical configurations necessary for equipment installation. Key responsibilities are placed on the customer to ensure compliance with safety codes and to prepare the site according to Philips' specifications. The document details electrical needs, radiation protection measures, and potential environmental hazards, such as asbestos. It emphasizes the importance of avoiding electromagnetic interference for optimal equipment functionality. Furthermore, it provides guidelines for maintaining suitable ceiling heights and ensuring a dust-free installation environment. The primary purpose of the document aligns with federal and local compliance for health facility upgrades, underscoring the meticulous standards required for healthcare equipment installation while defining the roles of contractors and customers in the preparation process. Overall, this manual serves as a comprehensive guide for successful collaboration between Philips and health institutions, ensuring quality service delivery in medical imaging capabilities.
Apr 21, 2025, 10:07 PM UTC
Apr 21, 2025, 10:07 PM UTC
Apr 21, 2025, 10:07 PM UTC
The document outlines the specifications and location of a server room as part of federal grant and RFP initiatives. It identifies the need for a secure, climate-controlled environment essential for housing IT infrastructure critical to government operations. Key details include the room's physical dimensions, necessary technological requirements, and connectivity features. The importance of compliance with federal standards for data security and network infrastructure is emphasized, highlighting the role of this server room in supporting various governmental functions. Additionally, considerations for power supply, backup systems, and physical access controls are covered. This server room setup is vital for ensuring data integrity and accessibility, which aligns with the priorities of government technology modernization efforts. The document serves as a foundational guide for prospective contractors in preparing proposals that meet these rigorous specifications.
Apr 21, 2025, 10:07 PM UTC
This solicitation outlines a project for the replacement of the X-Ray unit at the Fort Thompson Health Center, managed by the Indian Health Service in South Dakota. It is designated as a 100% Indian Small Business Economic Enterprise set-aside under the NAICS code 236220 for construction. The project has an estimated magnitude between $100,000 and $250,000 and requires the contractor to complete work within 180 days following a Notice to Proceed. Key activities involve the installation of supporting utilities, electrical work, demolition, and restoration to maintain operation of the health center during construction. The contractor must ensure compliance with numerous regulatory standards, including safety and health ordinances of the Crow Creek Sioux Tribe. Significant requirements include submission of detailed work proposals, weekly payrolls, and maintaining a construction schedule to minimize disruption. Additionally, the contractor must secure necessary permits, insurance, and bonds, and comply with specified labor laws involving wage determinations. Overall, the document emphasizes adherence to federal, tribal, and traditional contracting guidelines, aiming to modernize essential healthcare infrastructure while supporting local economic interests. This aligns with the government's broader commitment to improving health services on tribal lands.
Apr 21, 2025, 10:07 PM UTC
This document outlines an amendment to a solicitation by the Indian Health Service for a project identified by Contract ID 75H70125Q00019, effective April 21, 2025. It includes instructions for bidders to acknowledge receipt of the amendment through specified methods, emphasizing timeliness to avoid rejection of offers. The amendment details the provision of Q&As dated April 21, 2025, and additional attachments relevant to project specifications. Various questions from bidders concerning technical and administrative aspects have been addressed, including demolition plans, existing condition documentation, equipment removal responsibilities, and compliance with TERO taxes. Responses clarify expectations for project execution, dimensions verification, and special handling of equipment, with all original terms remaining unchanged. This amendment reflects the formal communication process within government contracting, particularly in facilitating clarity and compliance in the RFP process by addressing contractor inquiries and providing necessary project documentation.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
BLACKFEET HOSPITAL CT ROOM RENOVATION
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the renovation of the CT Room at the Blackfeet Hospital located in Browning, Montana. The project aims to upgrade the existing CT scan room and family room to accommodate a new 128-slice CT scan unit, ensuring compliance with the 2018 FGI Guidelines and enhancing patient care standards. This construction initiative is critical for improving healthcare infrastructure in underserved regions and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), with an estimated contract value between $500,000 and $1,000,000. Interested contractors must submit their proposals by May 30, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
Sources Sought for Radiologic Technologist Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide Radiologic Technologist services at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. The procurement aims to enhance healthcare services for tribal members by ensuring the availability of up to two qualified Radiologic Technologists who can deliver uninterrupted diagnostic x-ray services in compliance with IHS standards. This initiative is crucial for addressing the healthcare needs of the rural indigenous community and emphasizes the importance of cultural sensitivity and quality patient care. Interested parties must submit their capability statements by April 30, 2025, to Andrea Whipple at andrea.whipple@ihs.gov, and should include relevant company information as outlined in the notice.
McLaughlin Health Center Improvements Design Build
Buyer not available
The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking information from qualified firms for the design-build project aimed at improving the McLaughlin Health Center in McLaughlin, South Dakota. The project involves replacing deteriorating exterior signage with a modern digital sign and upgrading outdated HVAC equipment to ensure compliance with current standards. This initiative is crucial for enhancing the facility's operational efficiency and public health messaging capabilities. Interested parties, particularly small businesses including Native American-owned enterprises, must submit their responses by 12:00 PM Pacific Time on May 1, 2025, to the Contract Specialist, Jong Kim, at jong.kim@ihs.gov, with an anticipated project magnitude between $100,000 and $250,000.
AMENDMENT #001 - Radiology Technician - Santa Fe Indian Health Center
Buyer not available
The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for a Radiology Technician to provide services at the Santa Fe Indian Health Center in New Mexico. The contract includes a base year and four optional years, requiring the technician to deliver 2,080 hours of services annually, with specific work shifts scheduled from Tuesday to Saturday. This procurement is vital for ensuring quality healthcare services within the Indian Health Service, adhering to federal guidelines and supporting the health needs of the community. Interested offerors must submit their proposals by April 30, 2025, by 12:30 p.m. MDT, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
100% ISBEE Set-Aside Demolition and removal of old dental clinic mobile home in Manderson, SD for Great Plains Area Indian Health Service OEHE
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for the demolition and removal of an old dental clinic mobile home located in Manderson, South Dakota. The project involves the demolition of a 15x60 manufactured trailer, including utility disconnections, debris disposal, earthwork, and site cleanup, all to be completed within 180 days from the notice to proceed. This initiative is part of a broader effort to enhance local health infrastructure and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to supporting Indian businesses in federal contracting. Interested contractors must submit their proposals by April 30, 2025, with project execution anticipated from June 1 to December 1, 2025. For further inquiries, potential bidders can contact Erin Doering at Erin.Doering@ihs.gov or by phone at 605-226-7662.
Wagner Misc. Projects
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for miscellaneous construction projects at the Wagner Indian Health Service Clinic in South Dakota. The primary objectives include flooring replacement, exterior improvements, and the installation of propane fuel tanks, with a construction magnitude estimated between $250,000 and $500,000. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the importance of engaging qualified contractors to enhance healthcare facilities in compliance with federal guidelines. Interested contractors must submit their proposals electronically by April 30, 2025, at 12:00 PM Pacific, and can direct inquiries to Thupten Tsering at thupten.tsering@ihs.gov or by phone at 206-615-2452.
Taos Picuris Service Unit FOCUS IntraOral X-Ray Unit
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the procurement of a FOCUS IntraOral X-Ray Unit for the Dental Department at the Taos Picuris Service Unit in New Mexico. The contract is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to ensure compliance with federal, state, and local regulations while minimizing disruption during installation. This equipment is crucial for enhancing dental care services in the region, and the selected contractor will be evaluated based on qualifications and past performance rather than cost. Interested vendors must submit their proposals by email to Eric Wright by 12:00 PM MST on May 1, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
Billings Area (Poplar, MT / Pryor, MT / Arapahoe, WY) Generator Project
Buyer not available
The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting proposals for the Billings Area Generator Project, which involves the installation of emergency power supply systems at three healthcare facilities located in Poplar, MT; Pryor, MT; and Arapahoe, WY. The primary objective of this procurement is to provide a reliable backup emergency power source capable of supporting essential medical equipment for up to 96 hours during outages, thereby ensuring continuity of care for American Indian and Alaskan Native communities. This project is classified as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and proposals are due by May 23, 2025. Interested contractors should direct inquiries to Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
Stephan Booster Station & WM Replace
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the replacement of the Stephan Booster Station and approximately 9,900 linear feet of water main in Chamberlain, South Dakota. The project aims to enhance water service reliability for the local community by removing and replacing existing infrastructure, with a construction magnitude estimated between $1,000,000 and $5,000,000. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed-Price contract, following a Request for Proposal (RFP) process with Lowest Price Technically Acceptable (LPTA) evaluation criteria. Interested parties should contact Daniel Cotto at daniel.cotto@ihs.gov or 240-461-7841 for further details, and must ensure registration in the System for Award Management (SAM) to be eligible for award consideration.
Santa Fe Indian Health Center (SFIHC) Roof Replacement and Fall Protection
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the roof replacement and fall protection project at the Santa Fe Indian Health Center (SFIHC) in Santa Fe, New Mexico. The project aims to replace the existing roof and install fall protection systems, with a construction magnitude estimated between $1 million and $5 million, and is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE). This initiative is critical for ensuring the structural integrity and safety of healthcare facilities serving the community. Interested contractors must submit their proposals by May 1, 2025, and are encouraged to contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further information.