Rosebud Quarters Fencing
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), under the Department of Health and Human Services, is soliciting proposals for the Rosebud Quarters Fencing project in Rosebud, SD. This is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside to install a security fence at the Rosebud Hospital. Proposals are due by April 9, 2026, at 2:00 PM Pacific Time.
Scope of Work
This project requires the installation of a 6-foot tall chain link security fence, topped with barbed wire, along the northern, western, and southern property lines of the upper quarters of the Rosebud Hospital. The scope includes all necessary engineering, design, materials, labor, equipment, and supervision for demolition, new installation, and site clean-up. Specifics for concrete, metals, and ground preparation are detailed in Appendices C and D. The fence line is approximately 5,500 linear feet, as shown in Appendix B (Vicinity Map). Deliverables for pricing include Concrete, Fence Mesh, Fence Posts, Fence Hardware, Earthwork, Barbed Wire, and Labor, as outlined in Appendix A (Bid Schedule).
Contract Details
This is a Firm Fixed Price (FFP) construction contract, procured as a Request for Proposals (RFP) under FAR Part 13 and 36. The estimated construction magnitude is less than $350,000.00. The North American Industry Classification System (NAICS) code is 236220 Commercial and Institutional Building Construction, with a size standard of $45 million. The Period of Performance is 180 calendar days after the Notice to Proceed. Tribal Employment Rights Office (TERO) fees are applicable, requiring compliance with Oglala Sioux Tribe requirements, including a potential 4% TERO fee and annual work permit fees for non-local Indian employees. Wage rates must comply with Wage Determination SD20260018 for Todd County, SD.
Submission & Evaluation
Proposals must be submitted electronically in PDF format via email to Thupten Tsering (Thupten.Tsering@ihs.gov) no later than April 9, 2026, at 2:00 PM Pacific Time. Evaluation will be conducted in accordance with FAR 13, Sections L & M, with price being the discriminating factor for award among offers. The lowest priced offer will be reviewed first for reasonableness and compliance. Questions concerning this solicitation were due by April 4, 2026. Offerors must be registered in the System for Award Management (SAM) and complete the Indian Health Service Buy Indian Act Indian Economic Enterprise Representation Form (Attachment 3).
Amendments & Notes
Amendment 2 (April 1, 2026) incorporated responses to RFI questions 1 through 13 and confirmed the proposal due date. Amendment 1 (March 18, 2026) incorporated earlier RFI responses, a Vicinity Map, and the site visit attendance roster. A site visit was held on March 17, 2026. All documents are available on SAM.gov; hard copies will not be provided.