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) is conducting a Sources Sought / Request for Information (RFI) for Heat Exchanger Replacement & Boiler System Repairs in Belcourt, ND. This market research aims to identify qualified firms, particularly Indian Small Business Economic Enterprises (ISBEEs) and other small businesses, capable of performing the work. The anticipated project magnitude is between $500,000 and $1,000,000. Responses are due by March 10, 2026, at 2:00 PM PST.
Scope of Work
The project involves the replacement of two domestic water heating systems, boiler system isolation valves, boiler pump's triple duty valves, pressure gauges, and thermometers. It also includes laser alignment and grouting of pumps, replacement of gate valves and site glasses on boiler expansion tanks, replacement of boiler and breaching flue gaskets, and boiler burners. Additionally, controls on the boiler room make-up air unit and exhaust fan will be upgraded and replaced. New hot water heating systems must be designed and sized by a mechanical engineer licensed in North Dakota.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI) for market research (FAR Part 10).
- Magnitude: $500,000 to $1,000,000.
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a $19M size standard.
- Set-Aside Focus: Market research to identify ISBEEs and other small businesses, with preference for Indian Economic Enterprises (IEEs) under the Buy Indian Act (25 U.S.C. 47).
- Response Due: March 10, 2026, 2:00 PM PST.
- Published: February 23, 2026.
Submission Requirements
Interested firms must email responses to Taylor Kanthack at taylor.kanthack@ihs.gov. Submissions must include:
- Company information (name, website, address, SAM UEI).
- Point of Contact (name, phone, email).
- Indication of whether the firm would submit a proposal if a solicitation is issued.
- Type of Business (e.g., Native American-owned (IEE/ISBEE), 8(a), HUBZone, SDVOSB, WOSB, SB). Native American-owned firms must submit Attachment 1: IHS IEE Representation Form and Bureau of Indian Affairs Certificate of Degree of Indian Blood documentation (with PII redacted).
- Bond Capacity (single and aggregate).
- Experience Submission: Two to five similar projects completed within the last six years, detailing prime/subcontractor role, construction dates, contract value, location, completion date, complexity, federal/state/tribal/other project type, and project references. Firms must also answer questions regarding quality control structure, construction management activities, and self-performance capabilities.
Additional Notes
This is not a solicitation for proposals; no proposals are being requested or accepted. No reimbursement will be made for response costs. Generic capability statements are insufficient. The Indian Health Service Buy Indian Act Indian Economic Enterprise Representation Form (Attachment 1) is critical for IEE self-certification and must be submitted by Native American-owned firms. All information marked proprietary will be handled accordingly.