Browning and Heart Butte EPSS
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 the Browning and Heart Butte EPSS project in Montana. This market research aims to identify qualified firms, particularly Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE), capable of installing new emergency power supply systems (EPSS) at the Blackfeet Community Hospital and Heart Butte Health Station. The anticipated project magnitude is between $1,000,000 and $5,000,000. Responses are due by April 16, 2026, at 2:00 PM PST.
Scope of Work
The project involves:
- Demolition of two existing EPSS at Blackfeet Community Hospital and installation of a new singular EPSS to serve all code-required electrical loads.
- Installation of a new EPSS at Heart Butte Health Station capable of serving all code-required electrical loads.
- Thorough coordination with local medical and maintenance staff to minimize disruption to patient care.
- Bringing both sites into compliance with life safety codes for emergency power systems and replacing aged/obsolete equipment.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 236220, Commercial and Institutional Building Construction (Size Standard: $45M)
- PSC Code: Y1DA, Construction of Hospitals and Infirmaries
- Magnitude: Between $1,000,000 and $5,000,000
- Response Due: April 16, 2026, 2:00 PM PST
- Published: April 6, 2026
Response Requirements
Respondents must email submissions to Taylor Kanthack (taylor.kanthack@ihs.gov) including:
- Company Information (name, website, address, SAM UEI).
- Point of Contact (name, phone, email).
- Intent to submit a proposal if a solicitation is issued (Yes/No).
- Type of Business (IEE/ISBEE, 8(a), HUBZone, SDVOSB, WOSB, SB). IEE/ISBEE firms must submit the 'IHS IEE Representation Form' (Attachment 1) and BIA Certificate of Degree of Indian Blood documentation (redacting PII).
- Bond Capacity (single and aggregate).
- Experience Submission: 2-5 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. If using affiliate experience, demonstrate meaningful involvement.
- Answers to questions regarding quality control structure, primary construction management activities, and self-performed disciplines.
Set-Aside & Preference
This is not a set-aside but IHS is seeking to identify Indian Small Business Economic Enterprises (ISBEEs) and will use the Buy Indian Act (25 U.S.C. 47) negotiation authority to give preference to Indian Economic Enterprises (IEE) when practicable. All small businesses are encouraged to respond.
Additional Notes
This is for market research only; no proposals are being requested or accepted. This notice does not guarantee a future solicitation. Generic capability statements are insufficient. Information marked proprietary will be handled accordingly. Only requested information will be reviewed.