Western Oregon Roofing Replacement
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 DIV OF ENGINEERING SVCS - SEATTLE office, is conducting a Sources Sought for a Western Oregon Roofing Replacement project at the Chemawa Indian Health Center in Salem, Oregon. This is market research to identify qualified businesses for a future solicitation. Responses are due by March 4, 2026, at 2:00 pm CST.
Scope of Work
The project involves the replacement and repair of the main clinic roof and the shop roof at the Chemawa Indian Health Center. The specified material for the roofing system is Duro-Last PVC membrane. The anticipated project magnitude is between $100,000.00 and $250,000.00.
Contract & Timeline
- Opportunity Type: Sources Sought (not a solicitation for proposals)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238160, Roofing Contractors (size standard $19.0 million)
- PSC Code: Z2DZ, Repair Or Alteration Of Other Hospital Buildings (metadata) / Construction of Other Non-Building Facilities (document summary)
- Place of Performance: Salem, OR 97305, United States
- Response Due: March 4, 2026, 2:00 pm CST
- Published Date: February 18, 2026
Evaluation
This is an information-gathering effort to assess market capabilities, particularly from small businesses including Native American-owned, 8(a), HUB-Zone, Women-Owned, Service Disabled Veteran-Owned, and Small Disadvantaged businesses. Responses will help determine the acquisition strategy for a potential future solicitation.
Additional Notes
Interested firms must submit specific company information, a point of contact, confirmation of intent to propose if a solicitation is issued, business type, bond capacity, and detailed experience of 2-5 similar projects completed within the last six years. Specific questions regarding company structure, quality control, and self-performance must also be addressed. Additionally, offerors must complete and submit the "Indian Health Service Buy Indian Act Indian Economic Enterprise Representation Form" to self-certify their status as an "Indian Economic Enterprise" in accordance with the Buy Indian Act. Responses must be emailed to Robert.Miller2@ihs.gov. Costs incurred for responding are not reimbursable. Failure to respond does not preclude participation in any future solicitation.