Lame Deer Heliport and Concrete Support Structure Remediation
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 Division of Engineering Services - Seattle, is soliciting proposals for the Lame Deer Heliport and Concrete Support Structure Remediation project at the Northern Cheyenne Health Center in Lame Deer, MT. This project involves the complete replacement of a failing heliport and remediation of structural concrete support systems for the ambulance bay, emergency entrance, and loading dock to restore full operational capacity. The construction magnitude is estimated between $1,000,000 and $5,000,000. This is an Unrestricted, Full and Open Competition. Proposals are due May 8, 2026.
Scope of Work
The project's primary objective is to address critical infrastructure failures. Major elements of work include:
- Demolition, reconstruction, and commissioning of the medical facility’s heliport, including all associated airfield concrete work.
- Construction of sidewalks and ramps to facilitate patient transport between the heliport and the facility.
- Installation of an electrical lighting system suitable for nighttime and low-visibility helicopter operations.
- Replacement of the heliport safety fence, access gates, and associated site improvements.
- Structural concrete remediation, including the installation of new beams, columns, and concrete flooring for the ambulance bay and drive, emergency entrance, and loading dock.
- Installation of a crawlspace HVAC system and vapor barriers to reduce humidity levels.
Detailed construction plans and specifications are provided in Attachments J01, J02.1, and J02.2, covering civil, electrical, structural, and mechanical requirements, as well as general requirements and existing conditions.
Contract Details
- Contract Type: Firm-Fixed Price
- Period of Performance: 120 calendar days from the issuance of the Notice to Proceed.
- Construction Magnitude: $1,000,000 to $5,000,000.
- NAICS Code: 237310 (Highway, Street, and Bridge Construction) with a size standard of $45 million.
- PSC Code: Y1BZ (Construction Of Other Airfield Structures).
- Bonds: Performance Bonds are required. A Bid Guarantee of 20% of the bid price or $3.0 million (whichever is less) is also required.
- TERO: Tribal Employment Rights Office (TERO) fees apply, and compliance is required for work on the Northern Cheyenne Reservation.
Submission & Evaluation
- Proposal Due Date: May 8, 2026, at 2:00 PM PT.
- Submission Method: Electronic submission via email to matt.sanders@ihs.gov in PDF format.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors: Specialized Experience, Technical Approach, Key Personnel, Past Performance, and Price.
- Site Visit: A site visit is scheduled for Tuesday, April 14, 2026, at 10:00 AM Mountain Time at the Northern Cheyenne Health Center. Details are in Section L.5 of the solicitation.
- Eligibility: Offerors must be registered in the System for Award Management (SAM) database.
Key Attachments & Requirements for Bidders
Bidders must complete and submit several forms as part of their proposal:
- Attachment J07 Past Performance Questionnaire: Requires clients to provide feedback on previous projects.
- Attachment J06 Key Personnel Resume Form: Mandatory for proposed Project Manager, Site Superintendent, Quality Assurance/Quality Control, and Safety Officer.
- Attachment J05 Company Technical Experience Construction Form: To detail the company's technical experience on relevant construction projects within the last six years.
- Attachment J04 Self-Performed Calculation Sheet: To demonstrate compliance with "Limitations on Subcontracting" clauses (FAR 52.219-14 and/or FAR 52.219-17).
- Attachment J03 Wage Determination MT20260080.pdf: Specifies prevailing wage rates and fringe benefits for labor classifications, which must be used for accurate labor cost calculations.
- A10 Attachment 1 IHS IEE Representation Form: While this is an Unrestricted solicitation, this form is included for offerors to self-certify as an "Indian Economic Enterprise" if applicable, under the Buy Indian Act.