Closed Solicitation · DEPARTMENT OF HEALTH AND HUMAN SERVICES

    PINE RIDGE AH10 REPLACEMENT

    Sol. 75H70125Q00023Sources SoughtSEATTLE, WA
    Closed
    STATUS
    Closed
    closed Apr 10, 2025
    POSTED
    Mar 26, 2025
    Publication date
    NAICS CODE
    238220
    Primary industry classification
    PSC CODE
    Y1DA
    Product & service classification

    AI Summary

    The Indian Health Service is seeking information from interested firms for the Pine Ridge AH10 Replacement project in Pine Ridge, SD, specifically targeting small businesses, including Native American-owned and various certified small businesses. This sources sought notice aims to assess capabilities for replacing the supply fan in Air Handler 10 with a new 4-fan array to enhance efficiency and reliability. No proposals are being accepted, and responses will not receive feedback.

    Contract details

    Solicitation No.
    75H70125Q00023
    Notice Type
    Sources Sought
    Posted Date
    March 26, 2025
    Response Deadline
    April 10, 2025
    NAICS Code
    238220AI guide
    PSC / Class Code
    Y1DA
    Contract Code
    7527
    Primary Contact
    Jong Kim
    State
    WA
    ZIP Code
    98121

    Description

    75H70125Q00023 Sources Sought:

    Pine Ridge AH10 Replacement project in Pine Ridge, SD

    The Indian Health Service (IHS) is conducting a SOURCES SOUGHT/REQUEST FOR INFORMATION as outlined in FAR 15.201(c)(3) to gain knowledge of interest, capabilities, and qualifications of firms especially small businesses including: Native American/Indian-Owned Businesses (Indian Economic Enterprise (IEE)), 8(a) Certified Small Businesses, Historically Underutilized Business Zones (HUB-Zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Small Disadvantaged Businesses (SDB), and Veteran Owned Small Businesses.

    NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS RFI. THIS IS NOT A SOLICITATION FOR PROPOSALS. Respondents will NOT be notified of the results of this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested.

    Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein.

    SUMMARY OF SCOPE

    The project is for replacement of the supply fan in Air Handler 10 of the Pine Ridge Hospital with a new 4-fan array. The location of Air Handler 10 is on the lower-level in mechanical room H406. Contractor shall install products following all manufacturer’s specifications.

    The existing supply fan is a large squirrel cage type fan that vibrates excessively causing the mounting system to crack and dismantle. The fan motor has fallen into the cooling coils and the motor mount has been repaired several times with the damage reoccurring often. Fan arrays offer redundancy, efficiency, repairability, and reliability when compared to the single fan design that currently exists. Significant damage that occurs because of the fan’s potential future failure will disable air handler 10 and therefore not supply the lower level of the hospital with proper ventilation.

    In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $25,000 and $100,000.

    The type of work to be performed will be categorized under PSC code Y1DA, Construction of Hospitals and Infirmaries and NAICS code 238220, Plumbing, Heating, and Air-Conditioning Contractors with a size standard of $19M.

    RESPONSES - SUBMITTAL

    Responses to this notice must be emailed to the Contract Specialist, Jong Kim at jong.kim@ihs.gov and must be received no later than 12:00 PM Pacific Time, April 10, 2025. In the absence of the Contract Specialist, responses may be submitted to the Contracting Officer, Andrew Hart, at andrew.hart@ihs.gov.

    Responses must include:

    1. Company Information: Company name, website, physical address, SAM UEI code
    2. Point of Contact: Contact name, phone number, and E-mail address
    3. If a solicitation is issued, will your firm/company be submitting a proposal? Indicate Yes or No
    4. Type of Business: Native American-owned (IEE/ISBEE), SBA certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and/or Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov.
      1. Native American-owned (IEE/ISBEE) firms - Submit completed Attachment 1: IHS IEE Representation Form (Jan 2022) along with the controlling enterprise’s Department of the Interior, Bureau of Indian Affairs Certificate of Degree of Indian Blood documentation. Please note that there shall be no personally identifiable information (PII), such as social security numbers, included in the documentation submitted. Any PII shall be redacted prior to submission.
    5. Bond Capacity: Information on the firm's bonding capability - specifically identify single and aggregate bonding capacities.
    6. Experience Submission Requirements: Submit at least two (2) but no more than five (5) projects completed by your firm within the last six (6) years that are similar to the work that will be required under this project. Firms shall include the following information for each project:
      1. Indicate whether Prime Contractor or Subcontractor for each project submitted;
      2. Dates of construction for each project submitted;
      3. Contract value, location, completion date, and complexity of job for each project submitted;
      4. Indicate whether the project is a federal, state, tribal or other for each project submitted; and
      5. Project references/Agency point of contact (telephone number and email address) for each project submitted.
      6. If the entity responding to this sources sought is submitting experience information from any entity that does not match the name, CAGE code, and/or UEI exactly as stated on the submitting entity’s SAM record (e.g. affiliates, subsidiaries, parent companies, sister companies, etc.) the submission shall clearly demonstrate how that entity will have meaningful involvement in the performance of the contract and specifically address which resources would be committed to the contract. Failure to comply with this requirement or failure to adequately demonstrate meaningful involvement and commitment of resources on behalf of that entity may result in that experience information to be considered not relevant.
      7. Along with the project experience submission, the following questions shall be answered in your firms’ submission:
        1. How is your company structured to handle quality control of the various disciplines of a construction project? (i.e., what position(s) (full-time/part-time) are employed under your company to perform QC?)
        2. Does your company primarily handle the construction activities related to construction management by the prime contractor and if so, what are those activities? 
        3. Does your company self-perform any of the construction disciplines, if so, what are those disciplines?  What disciplines does your company anticipate self-performing for this specific project?

    ADDITIONAL INFORMATION:

    Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable. The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs) capable of performing the below Indian Health Services (IHS) requirement. Any firm responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (attached).

    Indian Small Business Economic Enterprises (ISBEEs) as well as other small business are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Please note that a decision not to submit a response to this request for information will not preclude a firm from participating in any future solicitation.

    All information received in response to this source sought that is marked proprietary will be handled accordingly. Documents and/or information other than what is requested will not be reviewed.  Information submitted beyond what is requested will not be considered.

    QUESTIONS:

    Questions regarding this sources sought may be emailed to Jong Kim at jong.kim@ihs.gov.

    Key dates

    1. March 26, 2025Posted Date
    2. April 10, 2025Proposals / Responses Due

    Frequently asked questions

    PINE RIDGE AH10 REPLACEMENT is a federal acquisition solicitation issued by DEPARTMENT OF HEALTH AND HUMAN SERVICES. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.