Pryor Clinic Expansion Construction in Pryor
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 for the Pryor Clinic Expansion Construction project in Pryor, MT. This market research aims to identify qualified firms, particularly small businesses including Native American/Indian-Owned Businesses (IEE), to determine the appropriate acquisition strategy and potential set-aside. The project involves renovating existing space and constructing a new addition to the health center, with an anticipated magnitude of $5,000,000 to $10,000,000. Responses are due by April 10, 2026.
Project Scope
The project entails the renovation of approximately 8,000-8,655 square feet of the existing Pryor Health Center and the construction and equipping of a new 2,700 (+/-) square foot addition. This includes creating new spaces such as an isolation room, pharmacy, radiology, laboratory, medical records, optometry clinic, physical/occupational/speech therapy areas, and staff support spaces, along with a new elevator for handicapped access. The work falls under PSC Y1DA (Construction of Hospitals and Infirmaries) and NAICS 236220 (Commercial and Institutional Building Construction) with a $45M size standard. All work must comply with IHS, FGI, ASHRAE, CDC, IBC, and NFPA 101 standards. Construction activities must minimize disruption to the occupied facility.
Contract & Set-Aside
This is a Sources Sought notice, not a request for proposals. The Government intends to issue a firm-fixed-price construction contract following market research. The acquisition strategy, including whether the solicitation will be set aside for Indian Economic Enterprises (IEEs/ISBEEs) under the Buy Indian Act or other small business programs, is yet to be determined. Indian Small Business Economic Enterprises (ISBEEs) and other small businesses are highly encouraged to respond.
Submission Requirements
Interested firms must submit responses by April 10, 2026, at 2:00 PM Pacific to Daniel Cotto at daniel.cotto@ihs.gov. Submissions must include:
- Company Information: Name, website, physical address, SAM UEI code.
- Point of Contact: Name, phone, email.
- Intent to Propose: Indicate if your firm will submit a proposal if a solicitation is issued.
- Socio-Economic Type: Specify all applicable designations (e.g., IEE, 8(a), HUB-Zone, WOSB, SDVOSB, SDB, VOSB). IEEs must submit the attached IHS IEE Representation Form and BIA Certificate of Degree of Indian Blood (redacting PII).
- Bond Capacity: Single and aggregate bonding capacities.
- Experience: 1-5 similar projects completed within the last six years, detailing role (prime/sub), construction dates, contract value, location, completion date, complexity, project type (federal/state/tribal/other), and project references.
- Capability Questions: Answers regarding quality control structure, prime contractor construction management activities, and self-performance capabilities.
Key Dates & Actions
- Pre-Sources Sought Conference: An online conference is scheduled for March 23, 2026, at 09:00 AM Pacific. Access details are provided in the notice.
- Responses Due: April 10, 2026, at 2:00 PM Pacific.
- Anticipated RFP Posting: On or around mid-July 2026 on SAM.gov.
Additional Notes
No proposals are being requested or accepted with this notice. No reimbursement will be made for response costs. Interested parties are responsible for monitoring SAM.gov for future announcements. Questions must be emailed to Daniel Cotto.