Sources Sought: Abatement, demolition, and disposal of two unoccupied IHS quarters units located in Rosebud, South Dakota.
Sources Sought Notice Number: IHS-SS-25-1512710
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service.
This notice is intended strictly for market research to determine the availability of Indian Small Businesses Economic Enterprise (ISBEE), Indian Economic Enterprises (IEE), or Other Small Businesses.
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 238910, Site Preparation Contractors- other relevant NAICS codes will be considered based on responses received (laboratory supplies, etc.)
1.0 BACKGROUND
The Rosebud Indian Health Service has identified the need to abate, demolish, and removal of two real properties from inventory due to their current conditions posing a risk to public health and failure to meet essential safety standards.
1.1 OBJECTIVE
The primary objective will be abatement of hazardous materials, demolition and removal of identified structures and any earthwork and site cleanup.
2.0 SCOPE
The scope of this project includes all demolition and clean up for removal of the property’s described below. All dimensions listed are approximations. It is the responsibility of the contractor to verify the existing conditions and dimensions and notify the COR of any discrepancies in writing by submitting an RFI.
The contractor shall provide all engineering, design, material, labor, logistics, equipment and supervision required to accomplish the abatement of hazardous materials, demolition, disposal, earthwork, and site clean up of quarters 35 and 36 at the lower compound in Rosebud, South Dakota.
3.0 TYPE OF ORDER
This is a firm fixed price purchase order.
4.0 ANTICIPATED PERIOD OF PERFORMANCE
The period of performance of this contract is 270 days from the date of issuance.
5.0 PLACE OF PERFORMANCE
IHS quarters units 35 and 36 at the lower compound in Rosebud, South Dakota.
6.0 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE
Complete deliverables schedule listed below.
DELIVERABLE
Demolition and removal of Quarters 35
DELIVERABLE DESCRIPTION
Abatement, demolition, removal, disposal, earthwork and site cleanup at Rosebud, SD
DUE DATE
270 days after award
DELIVERABLE
Demolition and removal of Quarters 36
DELIVERABLE DESCRIPTION
Abatement, demolition, removal, disposal, earthwork and site cleanup at Rosebud, SD
DUE DATE
270 days after award
7.0 PAYMENT
1. The Government will pay the Contractor a fixed price, as indicted below, which will constitute full compensation for all Contractor professional and incidental services, travel expenses, and materials necessary to furnish complete project as required and specified in this SOW.
2. Progress payments will be paid following acceptance by the Government of that particular schedule item and a properly submitted and approved invoice.
Additional Information:
A. Anticipated Period of Performance:
Period of Performance: 10/1/2025 through 6/30/2026.
B. Capability Statement/Information:
Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm’s own risk. The following information shall be included in the capability statement:
1. A general overview of the respondents’ opinions about the difficulty and/or feasibility of the potential requirement, and any information regarding innovative ideas or concepts.
2. Information in sufficient detail of the respondent’s (a) current capability and capacity to perform the work; (b) prior completed events of similar nature/size; (c) organizational experience and management capability; and (d) examples of prior completed Government contracts and other related information.
3. Documentation on the capability of fulfilling this requirement. Evidence of an Offerors ability to fully satisfy the requirements described above must be provided.
4. The respondents’ UEI number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) Pursuant to the North American Industry Classification System (NAICS) code: 238910, Site Preparation Contractors, or comparable NAICS.
5. Any other information that may be helpful in developing or finalizing the requirements of the potential acquisition.
6. The capability statement shall not exceed 10 single-sided pages (including all attachments) presented in single-space and using a 12-point font size minimum, in either Microsoft Word or Adobe Portable Document Format (PDF), with 8-1/2 by 11 inch paper size, and 1 inch top, bottom, left and right margins.
7. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern’s name and address). Responses will be reviewed only by IHS personnel and will be held in a confidential manner.
C. Closing Statement
Point of Contact: Erin Doering Contract Specialist, at Erin.Doering@ihs.gov
Submission Instructions:
Interested parties shall submit capability via email to Erin Doering Contract Specialist, at Erin.Doering@ihs.gov . Must include Sources Sought Number IHS-SS-25-1512710 in the Subject line. The due date for receipt of statements is August 15, 2025 1:00 p.m. Eastern Time.
All responses must be received by the specified due date and time in order to be considered.
This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS.
IHS does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ).
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise as a result of a response to this notice or IHS’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.
Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response.