Pine Ridge Hospital Roof 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) is conducting a Sources Sought / Request for Information (RFI) for the Pine Ridge Hospital Roof Replacement project in Pine Ridge, SD. This market research aims to identify qualified firms, especially Indian Economic Enterprises (IEE) and other small businesses, capable of performing the work. This is not a solicitation, and no proposals are being accepted at this time. Responses are due May 25, 2026.
Scope of Work
This project involves the installation of a new PVC membrane roof assembly over the original hospital building. The scope includes removing and replacing approximately 73,400 square feet of roof insulation and membrane. The contractor will be required to install all products following manufacturer specifications.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Anticipated Magnitude: Between $1,000,000 and $2,000,000
- PSC Code: Y1DA (Construction of Hospitals and Infirmaries)
- NAICS Code: 236220 (Commercial and Institutional Building Construction), Size Standard: $45M
- Set-Aside: Not a formal set-aside, but strong emphasis on Indian Economic Enterprises (IEE) and various small business categories (8(a), HUB-Zone, WOSB, SDVOSB, SDB, VOSB) due to the Buy Indian Act. Firms must submit Attachment 1: IHS IEE Representation Form if applicable.
- Response Due: May 25, 2026, 12:00 PM Pacific Time
- Published: May 8, 2026
Submission Requirements
Interested firms must email responses to Jong Kim (jong.kim@ihs.gov) by the deadline. Submissions must include:
- Company information (name, website, address, SAM UEI).
- Point of Contact details.
- Indication of intent to submit a proposal if a solicitation is issued.
- Type of Business (e.g., Native American-owned (IEE/ISBEE), 8(a), HUB-Zone, WOSB, SDVOSB, SDB, VOSB). Native American-owned firms must submit Attachment 1: IHS IEE Representation Form and redacted BIA Certificate of Degree of Indian Blood documentation.
- Bond capacity (single and aggregate).
- Experience Submission: 2-5 similar projects completed within the last six years, detailing: Prime/Subcontractor role, construction dates, contract value, location, completion date, complexity, project type (federal, state, tribal, other), and project references. Explanation of meaningful involvement if affiliate experience is submitted.
- Answers to specific questions regarding quality control structure, prime contractor construction management activities, and self-performing disciplines (general and for this project).
Additional Notes
This notice is for market research purposes only and does not constitute a solicitation. The Government will use responses to identify businesses capable of performing the described functions, particularly under the Buy Indian Act. Generic capability statements are insufficient; detailed responses are encouraged. Not responding will not preclude participation in future solicitations.