Belcourt Heat Exchanger Replacement & Boiler System Repairs
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Indian Health Service (IHS), under the Department of Health and Human Services, is soliciting proposals for Heat Exchanger Replacement & Boiler System Repairs at the Quentin N. Burdick Memorial Health Facility in Belcourt, ND. This is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside construction project with an estimated magnitude between $500,000 and $1,000,000. Proposals are due May 21, 2026, at 2:00 PM PST.
Scope of Work
The project involves comprehensive upgrades to the hospital's boiler plant. Key tasks include:
- Replacement of two domestic water heating systems.
- Replacement of boiler system isolation valves, boiler pump's triple duty valves, pressure gauges, and thermometers.
- Laser alignment and grouting of pumps.
- Replacement of gate valves and sight glasses on boiler expansion tanks.
- Replacement of boiler and breaching flue gaskets, and boiler burners.
- Upgrade and replacement of controls on the boiler room make-up air unit and exhaust fan.
- Design and sizing of new hot water heating systems by a North Dakota-licensed mechanical engineer.
- Installation of new DDC butterfly valves, manual valves, calibrated balancing valves, flexible pump connections, non-slam check valves, wye-patterned strainers, and three-way mixing valves.
- Integration of new and existing systems with the Building Automation System (BAS) and commissioning by a Certified Commissioning Professional (CCP) or Certified Commissioning Authority (CxA).
- Provision of a 1-year labor and material warranty and owner's training.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: 180 calendar days from notice to proceed.
- Set-Aside: 100% Indian Small Business Economic Enterprise (ISBEE) under the Buy Indian Act.
- NAICS Code: 236220, Commercial and Institutional Building Construction, with a $45 million size standard.
- Evaluation: Lowest Price Technically Acceptable (LPTA), based on Specialized Experience (Acceptable/Unacceptable), Past Performance (Acceptable/Unacceptable), with Price as the discriminating factor.
Key Dates
- Site Visit: May 6, 2026, at 1:00 PM CT. (Refer to Section L.6 of the RFP for instructions).
- Proposal Due Date: May 21, 2026, at 2:00 PM PST.
Submission Requirements
Offerors must submit proposals electronically in PDF format, comprising two volumes: Volume I (Representation and Price Proposal) and Volume II (Technical Proposal). Mandatory attachments include the IHS IEE Representation Form, a Past Performance Questionnaire (PPQ), and a Company Specialized Experience Construction Form. Compliance with Tribal Employment Rights Office (TERO) requirements and the provided Wage Determination (ND20260029) is required. Offerors must also complete a Self-Performed Calculation Sheet to demonstrate compliance with subcontracting limitations. Registration in the System for Award Management (SAM) is mandatory.
Contact Information
For all correspondence, contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501.