Fort Thompson Health Center X-Ray Replacement
ID: 75H70125Q00019Type: Sources Sought
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)
Timeline
    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. The project involves the installation of supporting utilities for a new Philips X-Ray unit, which requires modifications to existing electrical systems and flooring layouts, with an estimated construction magnitude between $100,000 and $250,000. This initiative is crucial for modernizing healthcare infrastructure on tribal lands, ensuring compliance with safety and health regulations, and supporting local economic interests through a 100% Indian Small Business Economic Enterprise set-aside. Interested contractors must submit proposals electronically by the specified deadline and can direct inquiries to Contract Specialist Jong Kim at jong.kim@ihs.gov or by phone at 206-619-0638.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    This document outlines the amendment process for a government solicitation related to a project managed by the Indian Health Service (IHS) in Seattle. It specifies that offers must acknowledge the receipt of the amendment before the deadline to avoid rejection. Additionally, it details how contractors can modify their submitted offers through written communication. The amendment provides answers to questions posed by contractors and a sign-in sheet from a site visit. Key clarifications include minimal demolition responsibilities, specifications for existing conditions, and requirements for structural evaluations. The document emphasizes compliance with Tribal Employment Rights Ordinance (TERO) fees. Overall, it serves as a formal notification about changes and clarifications necessary for the bidding contractors to ensure compliance and understanding of project requirements. The aim is to facilitate an informed bidding process while maintaining transparency and adherence to regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    Fort Thompson Duplex Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, 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 unit, adhering to specifications and requirements outlined in the solicitation documents. This initiative is crucial for providing adequate housing for healthcare staff in the area, emphasizing compliance with federal regulations and tribal requirements. Proposals are due electronically by December 18, 2025, at 2 PM Pacific, and interested contractors should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    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 involves 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 designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Sources Sought - Medical Physicist Services for the Cheyenne River Health Center, Eagle Butte, SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide Medical Physicist Services for the Cheyenne River Health Center located in Eagle Butte, South Dakota. The primary objective of this procurement is to ensure compliance with radiation protection standards through the provision of services by a Qualified Medical Physicist, who will oversee equipment inspections, acceptance testing, and radiation safety protocols. This opportunity is particularly significant as it aims to enhance the quality of healthcare services provided to the local community, ensuring that medical imaging equipment meets established safety and operational standards. Interested parties must submit their capability statements via email to Jordyn Brown by December 18, 2025, at 1:00 PM Mountain Time, referencing Sources Sought Number IHS1519229, and must also self-certify as an Indian Economic Enterprise under the Buy Indian Act.
    Pine Ridge Multi Phase Door Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi-Phase Door Replacement project in South Dakota. This project aims to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed Price contract, with a performance period of 270 calendar days following the 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.
    Mobil MRI Services Extended at Cheyenne River Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to modify and extend the current contract for Mobil MRI Services at the Cheyenne River Health Center in Eagle Butte, South Dakota. This extension is intended to cover an additional month of service, ensuring continued access to essential radiology services for the local community. The provision of these medical services is critical for the health and well-being of the population served by the health center. Interested parties can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or by phone at 605/964-0605 for further details regarding this opportunity.
    Rosebud Lift Station Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Rosebud Lift Station Construction project in Rosebud, South Dakota. The project entails the complete removal and replacement of the existing wastewater lift station, which services hospital quarters and tribal program buildings, with a new system designed to handle current and future sanitary loads. This construction is critical for ensuring reliable wastewater management and compliance with health standards in the area. Interested firms, particularly those qualifying as small businesses or Indian Economic Enterprises, must submit their responses by December 24, 2026, at 2:00 PM Pacific Time to Daniel Cotto at daniel.cotto@ihs.gov, with the anticipated contract value between $500,000 and $1,000,000 and a solicitation expected around February 2026.
    PM Service Agreement for GE AMX 240 Mobile X-Ray System & GE FlashPad HD Detector-SS
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide service and maintenance for the GE AMX 240 Mobile X-Ray System and GE FlashPad HD Detector at the Zuni Comprehensive Community Health Center in New Mexico. The procurement aims to establish a service agreement that includes preventative maintenance, unscheduled repairs, software updates, and compliance with industry standards, ensuring the equipment operates effectively and safely. This opportunity is particularly significant as it supports healthcare delivery in Indian communities, emphasizing the importance of reliable medical equipment. Interested parties must submit their responses, including a capability statement and the Indian Small Business Economic Enterprise (ISBEE) representation form, to Shannon Eldridge-Shorty by December 15, 2025, at 03:00 PM (MT).
    FBSU Philips service agreement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide onsite technical support and maintenance for the Philips Central Station Cardiac Monitoring System at the Fort Belknap Service Unit in Montana. The procurement aims to ensure 24/7 onsite and on-call tech support for repairs and maintenance of central station heart monitors and patient bedside monitors, which are critical for patient care in the Emergency Room. The contract will cover services from January 1, 2026, to December 31, 2027, with the possibility of four additional years, and interested vendors must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form to Ashley Flynn at ashley.flynn@ihs.gov within five days of the sources sought announcement.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    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. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.