MODIFICATION
Z -- IHS Nationwide Multiple Award Task Order Contract
- Notice Date
- 9/16/2025 1:34:36 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
- ZIP Code
- 98121
- Solicitation Number
- 75H70125R00033
- Response Due
- 10/17/2025 2:00:00 PM
- Archive Date
- 11/01/2025
- Point of Contact
- Matt D Sanders, Phone: 2404726176, Andrew E. Hart, Phone: 2066152453
- E-Mail Address
-
matt.sanders@ihs.gov, andrew.hart@ihs.gov
(matt.sanders@ihs.gov, andrew.hart@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The purpose of this Indefinite-Delivery/ Indefinite-Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) is to provide a wide range for design-build (DB) and design-bid-build (DBB) of new construction, renovation, alteration and repair of medical and related facilities for the Department of Health and Human Services (HHS)/ Indian Health Service (IHS). Work for this MATOC will primarily be performed at the various facilities in the IHS geographic regions of: 1. Albuquerque Area (i.e., New Mexico) 2. Billings Area (i.e., Montana and Wyoming) 3. California Area 4. Great Plains Area (i.e., North Dakota, South Dakota, Nebraska and Iowa) 5. Nashville Area 6. Navajo Area (i.e., portions of Arizona, Utah and New Mexico) 7. Oklahoma City Area (i.e., Nebraska and Oklahoma) 8. Phoenix Area (i.e., Arizona, Utah and Nevada) 9. Portland Area (i.e., Washington, Idaho, and Oregon) Work may also be performed within the Alaska, Tucson, and Bemidji Areas as necessary; however, work is anticipated to be rare in these regions. The place of performance will be designated on each Task Order. A list of all IHS Healthcare Facilities and definitive map of each of the IHS Areas can be located at this website: https://www.ihs.gov/locations/ These facilities include major medical centers, hospitals, healthcare centers, small ambulatory and dental clinics, staff quarters and support facilities. The work also includes sanitary sewer and water line construction and repair. The services required will vary in size and complexity. The Government intends to award at least two or more IDIQ MATOCs for each area identified above. DES intends to award up to twelve (12) Indefinite Delivery-Indefinite Quantity (IDIQ) contracts that will be for a base period of one (1) year from the date of award with four (4) options to extend the term of the contract for four (4) additional one-year periods to be exercised at the discretion of the Government, or until the maximum contract capacity of $10,000,000.00 per contract is reached, whichever is earlier. However, DES reserves the right to award more or fewer than 12 IDIQ contracts if it determines to be in the best interest of the government. On/Off Ramping opportunities will be reviewed under each IDIQ at the start of each option year. The contracts awarded will have a guaranteed minimum order of $1,000.00 for the total of the base year and all option years. The minimum value of any individual task order is $1,000.00 with a maximum task order value of $5,000,000.00; most projects are anticipated to exceed $100,000.00. Each specific IDIQ task order shall be separately negotiated based on the construction effort involved. All subsequent task orders issued under this MATOC will be Firm Fixed Price (FFP). In accordance with the Buy Indian Act (25 U.S.C. �47), implementing regulations published at 87 FR 2072, and HHSAR 326.6, the Government will determine the final set-aside designation of each Area�s MATOC pool during source selection for award of the MATOCs. Each area will be designated as either an ISBEE set aside or as a Small Business set aside. In ISBEE-designated Areas, participation will be limited to qualified ISBEE firms. Once an Area is designated, all future Task Order Requests for Proposal (RFPs) will be competed only among the contractors in that Area�s MATOC pool in accordance with the designation. An ISBEE firm that is included in a pool designated as a Small Business Area pool may compete for task orders as a Small Business firm rather than as an ISBEE. Offerors submitting a proposal package must have an active and valid registration in the System for Award Management (www.sam.gov). It is the responsibility of the contractor to check https://sam.gov frequently for any amendments or changes to the solicitation. Hard copy documents will NOT be available � all documents for proposal purposes will be posted at the website for download by interested parties. This solicitation will be procured as a Request for Proposals (RFP) in accordance with FAR Part 15.101-1 utilizing Best Value-Tradeoff evaluation criteria. See Section L and M for source selection submission requirements and evaluation procedures. The following NAICS will be utilized under this effort. 236118 Residential Remodelers $45 Million 236210 Industrial Building Construction $45 Million 236220 Commercial and Institutional Building Construction $45 Million 237110 Water and Sewer Line and Related Structures Construction $45 Million 237310 Highway, Street, and Bridge Construction $45 Million 238910 Site Preparation Contractors $19 Million The following information is provided for the Seed Project: Project # GP24KY301C06, Kyle Modernization. The facility condition assessment conducted in 2023 at the Kyle Health Center in Kyle, SD identified several key findings. These include deficiencies in lighting levels, a requirement for ductwork cleaning, necessary repairs to sidewalks, the replacement of atrium windows, and various painting and wall protection improvements. Furthermore, the outpatient department needs modernization, which involves the installation of new flooring, casework, lighting fixtures, and ceiling tiles. It is important to note that none of these identified issues pose an immediate threat to accreditation status. See Section J05 for Seed Project Documents. The Kyle Health Center is located on the Pine Ridge Reservation in South Dakota. The Pine Ridge Reservation is home to the Oglala Sioux Tribe. The Place of Performance (Kyle, SD 57752) listed in this announcement applies to the Seed Project ONLY. The Period of Performance for this project is 365 calendar days after Notice to Proceed. The price magnitude of the seed project is between $1,000,000 and $5,000,000. The NAICS for the seed project is 236220, Commercial and Institutional Building Construction, size standard is $45 million. The Seed Project task order is a 100% Small Business Set Aside regardless of the eventual Great Plains Area set-aside designation. All offerors shall submit a price proposal for the seed project in order to be considered for award of a MATOC.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c0e3f587ae2d4aaab6047b1774c70e2c/view)
- Place of Performance
- Address: Kyle, SD 57752, USA
- Zip Code: 57752
- Country: USA
- Zip Code: 57752
- Record
- SN07592121-F 20250918/250916230039 (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 |