Federal Contract Opportunity

Last Updated on 25 Jun 2025 at 9 PM
Sources Sought
Lame deer Montana

Lame Deer Heliport Reconstruction

Details

Solicitation ID 75H70125R00066
Posted Date 25 Jun 2025 at 9 PM
Response Date 09 Jul 2025 at 10 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Div Of Engineering Svcs - Seattle
Agency Department Of Health And Human Services
Location Lame deer Montana United states 59043

Sign up to access Documents

Signup now

Lame Deer Heliport Reconstruction, Project # BI25NC201C06

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 consists of the demolition and replacement of the heliport at the Northern Cheyenne Health Center, located in Lame Deer, MT, as well as concrete remediation of the ambulance bay, emergency entrance, and loading dock. The project includes all associated electrical, structural and site development work, including:

• Sidewalks and ramps for transport of patients from the heliport landing area to the medical facility,

• An electrical lighting system for night time and landings during inclement weather,

• A safety fence,

• Installation of structural concrete beams and columns, new concrete flooring in the ambulance bay and drive, emergency entrance and loading dock,

• Installation of HVAC system for the crawlspace to reduce the humidity levels.

The health centers heliport is failing due to concrete cracking and spalling as a result of salt application for snow and ice removal. In addition, the heliport safety fence, gates and lighting system have served their useful life and require full replacement. The structural support for the ambulance bay and drive, emergency entrance and loading dock have failed and needs to be remediated in order for the staff to fully utilize the areas for operations.

This project is fully designed and will be solicited as a bid-build construction contract.

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.

In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, 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 [email protected] and must be received no later than 4:00 pm MDT, 9 July 2025Responses 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 SHALL submit the following:
      1. Completed and signed Attachment 1: IHS IEE Representation Form (Jan 2022)
      2. The controlling enterprise’s Department of the Interior, Bureau of Indian Affairs Certificate of Degree of Indian Blood documentation.
    2. 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 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:
    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.

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 Matt Sanders at [email protected] or Andrew Hart at [email protected].

Similar Opportunities

Similar Awards

Location Unknown 11 Jul 2011 at 11 PM
Billings Montana Not Specified
River Kentucky 07 Oct 2009 at 6 PM