LACTATION POD FOR RED LAKE HOSPITAL
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), specifically the Bemidji Sub-Area Office, is soliciting proposals (RFQ 75H70526Q00017) for the procurement and installation of one Lactation Pod for the Red Lake Hospital in Redlake, MN. This opportunity is a 100% Indian Economic Enterprise (IEE) Set-Aside. The purpose is to provide a dedicated private lactation space to support breastfeeding employees, patients, and visitors, ensuring compliance with federal workplace accommodation standards and maternal health best practices. Proposals are due May 22, 2026, at 2:00 PM CST.
Scope of Work
The contractor shall deliver, install, and ensure operational readiness of one fully functional Lactation Pod. Key requirements include:
- A modular, freestanding suite designed for single-user occupancy, requiring no construction.
- Structural Features: Durable commercial-grade materials, nonporous/cleanable surfaces, a lockable door with occupancy indicator, ADA accessibility, and approximate dimensions of 7' W x 4' D x 8' H.
- Interior Features: Comfortable seating, a fold-down or fixed shelf/table, at least two electrical outlets, interior lighting, coat/bag hooks, a ventilation system, and USB charging capability.
- Electrical: Standard 120V connection; contractor must verify power supply compatibility.
- Compliance: Adherence to Fair Labor Standards Act (FLSA) lactation provisions and Joint Commission patient-centered care standards.
- Warranty: Provision of a manufacturer's standard warranty, including annual preventative maintenance, parts/labor/travel for repairs, and coverage for defects.
Contract Details
- Contract Type: Firm-Fixed Price.
- Period of Performance: 90 days after award, encompassing manufacturing, delivery, installation, and operational verification.
- Product Service Code: 7195 (Miscellaneous Furniture And Fixtures).
- NAICS Code: 337127 (Institutional Furniture Manufacturing) with a size standard of 500 employees.
Eligibility & Submission
- Set-Aside: 100% Indian Economic Enterprise (IEE) Set-Aside. Offerors must complete and submit the "Indian Health Service Buy Indian Act Indian Economic Enterprise Representation Form" to self-certify eligibility.
- Proposal Due Date: May 22, 2026, at 2:00 PM CST.
- Submission Method: Proposals must be submitted electronically. The attached bid schedule for all option years must be filled out.
- Evaluation/Acceptance: Criteria include correct model or equal, no structural damage, functioning electrical/ventilation systems, installed interior features, and unit being clean and ready for use.
- Contact: Primary point of contact is Winona Kitto (winona.kitto@ihs.gov).
Additional Notes
Successful Offerors must be registered with the System for Award Management (SAM). Government responsibilities include providing the installation location, electrical access, facility access, and assigning a Contracting Officer's Representative (COR). Federal Acquisition Regulation (FAR) and HHSAR clauses are incorporated by reference.