Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement

SOL #: 75H70126R00004Solicitation

Overview

Buyer

Health And Human Services
Indian Health Service
DIV OF ENGINEERING SVCS - SEATTLE
SEATTLE, WA, 98121, United States

Place of Performance

SD

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Hospitals And Infirmaries (Y1DA)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior) (ISBEE)

Timeline

1
Posted
Nov 12, 2025
2
Last Updated
Jan 22, 2026
3
Submission Deadline
Jan 8, 2026, 10:00 PM

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 the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project in Kyle, SD. This construction effort aims to modernize the facility's HVAC systems to meet ASHRAE 170 standards and replace the existing membrane roof. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside under the Buy Indian Act. Proposals are due by January 30, 2026, at 2:00 PM PST.

Scope of Work

The project involves comprehensive upgrades and replacements, including:

  • Roof System Replacement: Installation of a new membrane roof system, including vapor barrier, insulation, PVC membrane, parapet flashing, vents, and roof drains. The existing lightning protection system will be reused where possible.
  • HVAC System Upgrades: Replacement of two air handling units (AHUs) with DDC components, controls, pipe insulation, UV-C treatment, bipolar ionization, and fan arrays. Installation of a humidification system for these AHUs.
  • Penthouse Renovations: LED lighting upgrades, epoxy paint for flooring, and painting of walls.
  • Mechanical Equipment Replacement: Replacement of suspended, cabinet, and radiant unit heaters, two boilers, three circulating pumps, and one chiller.
  • Ductwork & Piping: Cleaning and sealing of supply and return ductwork, and replacement of pipe insulation for mechanical room systems.
  • Design: The contractor is responsible for the design of the new roofing system and HVAC upgrades.

Contract Details & Timeline

  • Contract Type: Firm Fixed Price (FFP) Request for Proposal (RFP).
  • Period of Performance: 365 calendar days from the Notice to Proceed.
  • Construction Magnitude: Anticipated between $1,000,000 and $5,000,000.
  • Site Visit: A site visit was held on November 18, 2025, at 10:00 AM MST. Offerors should consult the solicitation for any further details or updates regarding site access.
  • Proposal Due Date: January 30, 2026, at 2:00 PM PST.

Set-Aside & Eligibility

This is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside under the Buy Indian Act. The applicable NAICS code is 236220 (Commercial and Institutional Building Construction) with a size standard of $45 million. Offerors must meet specific Indian Economic Enterprise (IEE) requirements as defined in HHSAR 326.601 and submit the IHS IEE Representation Form (Attachment J06).

Evaluation Criteria

Award will be made using a Lowest Price Technically Acceptable (LPTA) source selection procedure. Proposals will be evaluated based on Specialized Experience, Technical Approach, Past Performance, and Price. The evaluation will also include options.

Key Documents & Submission Requirements

Offerors must acknowledge all amendments (A00001 through A00009) by number and date on their cover letter or by submitting a signed SF30. Key attachments include the REVISED Attachment J07 Bid Schedule, Past Performance Questionnaire (J05), Self-Performed Calculation Sheet (J03), Company Specialized Experience Form (J04), and updated Wage Determinations (J02). Registration in the System for Award Management (SAM) database is mandatory.

People

Points of Contact

Taylor KanthackPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 11
Solicitation
Posted: Jan 22, 2026
View
Version 10
Solicitation
Posted: Jan 21, 2026
View
Version 9
Solicitation
Posted: Jan 6, 2026
View
Version 8
Solicitation
Posted: Jan 5, 2026
View
Version 7
Solicitation
Posted: Dec 29, 2025
View
Version 6
Solicitation
Posted: Dec 22, 2025
View
Version 5Viewing
Solicitation
Posted: Dec 18, 2025
Version 4
Solicitation
Posted: Dec 10, 2025
View
Version 3
Solicitation
Posted: Dec 10, 2025
View
Version 2
Solicitation
Posted: Nov 19, 2025
View
Version 1
Solicitation
Posted: Nov 12, 2025
View