Skip to content
Department of Health and Human Services

Pryor Clinic Expansion Construction in Pryor

Solicitation: SS75H70126R00024
Notice ID: 976793cb643f4f9da063d2e762c14aa7
TypeSources SoughtNAICS 236220PSCY1DADepartmentDepartment of Health and Human ServicesAgencyIndian Health ServiceStateMTPostedMar 11, 2026, 12:00 AM UTCDueApr 10, 2026, 09:00 PM UTCCloses in 30 days

Sources Sought from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: MT. Response deadline: Apr 10, 2026. Industry: NAICS 236220 • PSC Y1DA.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$27,366,786,104
Sector total $34,830,566,543 • Share 78.6%
Live
Median
$8,476,868
P10–P90
$48,150$165,000,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.6%
share
Momentum (last 3 vs prior 3 buckets)
+9339%($26,793,021,297)
Deal sizing
$8,476,868 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MT
Live POP
Place of performance
Pryor, Montana • 59066 United States
State: MT
Contracting office
Seattle, WA • 98121 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MT20260080 (Rev 1)
Match signal: state match • county matchOpen WD
Published Jan 30, 2026Montana • Beaverhead, Big Horn, Blaine +52
Rate
CARPENTER Carpenter
Base $36.49Fringe $14.33
Rate
Millwright
Base $40.45Fringe $21.25
+25 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 25 more rate previews.
Davis-BaconBest fitstate match • county match
MT20260080 (Rev 1)
Open WD
Published Jan 30, 2026Montana • Beaverhead, Big Horn, Blaine +52
Rate
CARPENTER Carpenter
Base $36.49Fringe $14.33
Rate
Millwright
Base $40.45Fringe $21.25
Rate
CEMENT MASON/CONCRETE FINISHER
Base $33.41Fringe $16.51
+24 more occupation rates in this WD
Davis-Baconstate match • county match
MT20260014 (Rev 0)
Open WD
Published Jan 02, 2026Montana • Big Horn
Rate
CARPENTER
Base $10.38Fringe $1.57
Rate
CEMENT MASON/CONCRETE FINISHER
Base $10.38Fringe $1.57
Rate
LABORER
Base $8.70Fringe $1.20
+2 more occupation rates in this WD
Davis-Baconstate match
MT20260034 (Rev 1)
Open WD
Published Jan 30, 2026Montana • Glacier
Rate
Heat and Frost Insulator
Base $43.81Fringe $21.87
Rate
BOILERMAKER
Base $38.75Fringe $32.31
Rate
BRICKLAYER
Base $33.11Fringe $17.18
+23 more occupation rates in this WD
Davis-Baconstate match
MT20260070 (Rev 1)
Open WD
Published Jan 30, 2026Montana • Flathead
Rate
ELECTRICIAN
Base $41.21Fringe $17.98
Rate
POWER EQUIPMENT OPERATOR: (Zone 1) (1) A-frame truck Crane, oiler (except crane)
Base $23.47Fringe $10.40
Rate
Crane Oiler,Bulldozer, Roller (Dirt and Grade Compaction)
Base $23.94Fringe $10.40
+17 more occupation rates in this WD

Point of Contact

Name
Daniel Cotto
Email
daniel.cotto@ihs.gov
Phone
2404617841
Name
Andrew E. Hart
Email
andrew.hart@ihs.gov
Phone
2063754443

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
INDIAN HEALTH SERVICE
Subagency
DIV OF ENGINEERING SVCS - SEATTLE
Office
Not available
Contracting Office Address
Seattle, WA
98121 USA

More in NAICS 236220

Description

Pryor Clinic Expansion Construction in Pryor, MT, Big Horn County
The Indian Health Service (IHS) is conducting a SOURCES SOUGHT, as outlined in Revolutionary
FAR Overhaul (RFO) 10.001, to gain knowledge of interest, capabilities, and qualifications of
firms especially small businesses including: Native American/Indian-Owned Businesses (Indian
Economic Enterprise (IEE)), 8(a) Certified Small Businesses, Historically Underutilized Business
Zones (HUB-Zone) Small Businesses, Women Owned Small Businesses, Service Disabled
Veteran-Owned Small Businesses (SDVOSB), Small Disadvantaged Businesses (SDB), and
Veteran Owned Small Businesses. The RFO can be found here: https://www.acquisition.gov/faroverhaul

Why You Should Respond: Your response will help the Contracting Officer decide the setaside
for the upcoming solicitation
. The Government is conducting this market research,
pursuant to RFO Part 10, to identify businesses capable of performing the functions described
herein, and to determine the appropriate acquisition strategy, including whether the
solicitation will be set aside for Indian Economic Enterprises (IEEs/ISBEEs), other small business
programs, or full and open competition. The Government has not yet determined whether the
forthcoming solicitation will be issued under the Buy Indian Act or as another type of small
business set-aside.

THIS NOTICE ALSO SERVES AS THE PRESOLICITATION NOTICE REQUIRED BY FAR RFO Part 5.
The Indian Health Service (IHS) intends to issue a Request for Proposals (RFP) for this
requirement following completion of market research.

NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS Sources Sought notice. THIS
IS NOT A SOLICITATION FOR PROPOSALS
. Respondents will NOT be notified of the results of
this notice. No reimbursement will be made for any costs associated with providing information
in response to this notice or any follow-up information requested.

52.210-1 Market Research (RFO Deviation May 2025)
(a) Definition. As used in this clause—
Commercial product, commercial service, and nondevelopmental item have the meaning
contained in Federal Acquisition Regulation (FAR) 2.101.
(b) Before awarding subcontracts for noncommercial acquisitions, where the subcontracts are
over the simplified acquisition threshold, as defined in FAR 2.101 on the date of subcontract
award, the Contractor shall conduct market research to determine, in the following order of
priority, whether—
(1) A commercial product or commercial service can meet the agency's requirements;
(2) The requirements could be modified so the agency could use an existing commercial
product or commercial service;
(3) A commercial product or commercial service could be modified to meet the agency's
requirements; or
(4) The requirement can only be satisfied by a nondevelopmental item.
(End of clause)

SUMMARY OF SCOPE
The goal of this project is to include all costs to renovate approximately 8,000 square feet of the
existing health center; and construct and equip a new 2,700 (+/-) square foot addition to the
existing health center.
The project specs and drawing are attached.
Location: The project address is 2 Pryor Gap Rd, Pryor, MT 59066, County: Big Horn
Disclosure of the Magnitude of Construction Projects: the anticipated project magnitude is
between $5,000,000 and $10,000,000.
Intent to Solicit and Award. The Government intends to post the RFP in SAM.gov on or around
the middle of July 2026, subject to the results of this market research. IHS intends to compete
and award one firm-fixed-price construction contract for the work described herein.
The type of work to be performed will be categorized as:
- PSC code: Y1DA, Construction of Hospitals and Infirmaries and
- NAICS code: 236220, Commercial and Institutional Building Construction with a size
standard of $45M.

Pre-Sources Sought Conference: An online Pre-Sources Sought conference is scheduled for
09:00 AM Pacific, 03/23/2026 to answer questions, help make it easier for offerors to find
partners, and provide additional time to start coordinating the details of the proposals. The
online Pre-Sources Sought conference can be accessed using the information below:
Microsoft Teams meeting
Join: https://teams.microsoft.com/meet/2949855978472?p=6Z9VxbWozQdHnscXLK 
Meeting ID: 294 985 597 847 2
Passcode: dz92Sq7g
Need help? | System reference
Dial in by phone
+1 301-228-0167,,131483766# United States, Frederick
+1 505-456-4658,,131483766# United States, Albuquerque
Find a local number
Phone conference ID: 131 483 766#
For organizers: Meeting options | Reset dial-in PIN

RESPONSES - SUBMITTAL
Email your response to this notice to Daniel Cotto at daniel.cotto@ihs.gov, responses must be
received no later than 2:00 PM Pacific, 04/10/2026. Responses must include
:
1. Company Information:
- Company name,
- Website if applicable,
- Physical address,
- SAM UEI code.
2. Point of Contact:
- Contact name,
- Phone number, and
- E-mail address
3. Indicate Yes or No. If a solicitation is issued, will your firm/company be submitting a
proposal?
4. Socio-Economic Type of Business: Native American-owned (IEE/ISBEE), SBA certified 8(a),
SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB),
Women Owned Small Business (WOSB), and/or Small Businesses (SB). For more information
on the definitions or requirements for these small business programs, refer to
http://www.sba.gov.
a. Native American-owned (IEE/ISBEE) firms - Submit
i. Completed A4 IHS IEE Representation Form along with
ii. The controlling enterprise’s Department of the Interior, Bureau of Indian
Affairs Certificate of Degree of Indian Blood documentation
.
Please note that there shall be no personally identifiable information (PII), such as social
security numbers, included in the documentation submitted. Any PII shall be redacted
prior to submission.
Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service
must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give
preference to Indian Economic Enterprises (IEE) whenever the use of that authority is
authorized and practicable. The Government is seeking to identify Indian Small Business
Economic Enterprises (ISBEEs) capable of performing the below Indian Health Services
(IHS) requirement. Any firm responding to this notice should submit their capability
statement as well as the Buy Indian Act Indian Economic Enterprise Representation
Form (attached).
Indian Small Business Economic Enterprises (ISBEEs) as well as other small business are
highly encouraged to respond to this notice. However, firms should understand that
generic capability statements are not sufficient for effective evaluation of their capacity
and capability to perform the work required.
5. Bond Capacity: Information on the firm's bonding capability:
- Specifically identify single and aggregate bonding capacities.
6. Experience Submission Requirements: Submit at least one (1) but no more than five (5)
projects completed by your firm within the last six (6) years that are similar to the work that
will be required under this project. Firms shall include the following information for each
project:
a. Indicate whether Prime Contractor or Subcontractor for each submitted project;
b. Dates of construction for each submitted project;
c. Contract value, location, completion date, and complexity of job for each submitted
project;
d. Indicate whether the project is a federal, state, tribal or other for each submitted
project; and
e. Project references/Agency point of contact (telephone number and email address)
for each submitted project.
f. If the entity responding to this sources sought is submitting experience information
from any entity that does not match the name, CAGE code, and/or UEI exactly as
stated on the submitting entity’s SAM record (e.g. affiliates, subsidiaries, parent
companies, sister companies, etc.) the submission shall clearly demonstrate how
that entity will have meaningful involvement in the performance of the contract and
specifically address which resources would be committed to the contract. Failure to
comply with this requirement or failure to adequately demonstrate meaningful
involvement and commitment of resources on behalf of that entity may result in
that experience information to be considered not relevant.
g. Submit answers to the following questions along with the submitted project
experience:
i. How is your company structured to handle quality control of the various
disciplines of a construction project? (i.e., what position(s) (full-time/parttime)
are employed under your company to perform QC?)
ii. Does your company primarily handle the construction activities related to
construction management by the prime contractor and if so, what are those
activities?
iii. Does your company self-perform any of the construction disciplines, if so,
what are those disciplines? What disciplines does your company anticipate
self-performing for this specific project?
ADDITIONAL INFORMATION:
Please note that a decision not to submit a response to this request for information will not
preclude a firm from participating in any future solicitation.
All information received in response to this source sought that is marked proprietary will be
handled accordingly. Documents and/or information other than what is requested will not be
reviewed. Information submitted beyond what is requested will not be considered.
QUESTIONS:
Questions regarding this sources sought may be emailed to Daniel Cotto at
daniel.cotto@ihs.gov. No telephone inquiries will be accepted.
All updates, amendments, and the final solicitation (if issued) will be posted to SAM.gov.
Interested parties are responsible for monitoring SAM.gov for future announcements.
This notice does not obligate the Government to award a contract nor commit the Government
to any specific course of action.

Attachments:
SOW Pryor Clinic Constr
Specs Pryor Clinic Constr
Drawings Pryor Clinic Constr
IHS IEE Representation Form

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.