SOURCES SOUGHT
Z -- Lame Deer Heliport and Concrete Support Structure Remediation
- Notice Date
- 12/11/2025 2:21:10 PM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
- ZIP Code
- 98121
- Solicitation Number
- 75H70126R00019
- Response Due
- 12/22/2025 3:00:00 PM
- Archive Date
- 01/06/2026
- Point of Contact
- Matt D Sanders, Phone: 240-472-6176, Andrew E. Hart, Phone: 2066152453
- E-Mail Address
-
matt.sanders@ihs.gov, andrew.hart@ihs.gov
(matt.sanders@ihs.gov, andrew.hart@ihs.gov)
- Description
- The Indian Health Service (IHS) is conducting a second 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 existing heliport at the Northern Cheyenne Health Center in Lame Deer, Montana is failing due to concrete cracking and spalling and requires complete replacement. The facility�s structural support systems for the ambulance bay, emergency entrance, and loading dock have also failed and require remediation to restore full operational capacity. The project includes the full demolition and replacement of the existing heliport along with structural concrete remediation work at the ambulance bay, emergency entrance, and loading dock. Major elements of work include: Demolition, reconstruction, and commissioning of the medical facility�s heliport, including all associated airfield concrete work; Construction of sidewalks and ramps for patient transport between the heliport and the facility; Installation of an electrical lighting system suitable for nighttime and low-visibility helicopter operations; Replacement of the heliport safety fence, access gates, and associated site improvements; Structural concrete remediation including installation of new beams, columns, and concrete flooring for the ambulance bay and drive, emergency entrance, and loading dock; Installation of a crawlspace HVAC system to reduce humidity levels. The Period of Performance will be approximately 120 calendar days from the date of the Notice to Proceed. A winter exclusionary period may be authorized depending on the Notice to Proceed date. The anticipated project magnitude is between $1,000,000 and $5,000,000. The type of work to be performed will be categorized under PSC code Z2BZ, Repair Or Alteration Of Other Airfield Structures and NAICS code 237310 Highway, Street, and Bridge Construction with a size standard of $45 million. RESPONSES - SUBMITTAL Responses to this notice must be emailed to Matt Sanders at matt.sanders@ihs.gov and must be received no later than 4:00 pm MST, Monday, 22 Dec 2025. Responses must include: Company Information: Company name, website, physical address, SAM UEI code Point of Contact: Contact name, phone number, and E-mail address If a solicitation is issued, will your firm/company be submitting a proposal? Indicate Yes or No 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. Native American-owned (IEE/ISBEE) firms SHALL submit the following TWO Documents: Completed and signed Attachment 1: IHS IEE Representation Form (Jan 2022) The controlling enterprise�s Department of the Interior, Bureau of Indian Affairs Certificate of Degree of Indian Blood documentation. NOTE: ISBEE firms that submit only one of the above documents WILL NOT be considered an ISBEE firm for the purposes of this sources sought. BOTH Documents must be submitted for ISBEE confirmation. 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. Bond Capacity: Information on the firm's bonding capability - specifically identify single and aggregate bonding capacities. Experience Submission Requirements: IHS is seeking capability information from firms that can perform BOTH (1) heliport demolition and construction AND (2) structural concrete remediation of building support systems. Respondents must demonstrate experience in both areas. A lack of experience in either heliport demolition/construction or structural concrete remediation will result in a determination that the respondent is not capable of performing this requirement. Respondents that only state that they could perform both requirements without submitting real experience indicating as such will also be considered non-capable. Respondents are requested to submit at least two (2) but no more than five (5) projects completed by your firm within the last seven (7) years that are similar to the work that will be required under this project. Firms shall include the following information for each project: Indicate whether Prime Contractor or Subcontractor for each project submitted; Dates of construction for each project submitted; Contract value, location, completion date, and complexity of job for each project submitted; Indicate whether the project is a federal, state, tribal or other for each project submitted; and Project references/Agency point of contact (telephone number and email address) for each project submitted. 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. 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. Any IEE/ISBEE firm responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (attached). All Small Businesses 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 Matt Sanders at matt.sanders@ihs.gov or Andrew Hart at Andrew.hart@ihs.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/51818307cc184f2b9ce5778d7f0a1a84/view)
- Place of Performance
- Address: Lame Deer, MT 59043, USA
- Zip Code: 59043
- Country: USA
- Zip Code: 59043
- Record
- SN07664270-F 20251213/251211230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |