Skip to content
Department of Health and Human Services

LAUNDRY SERVICES FOR PINE RIDGE IHS HOSPITAL

Solicitation: IHS1523263
Notice ID: 9f815e056f0a48359e1c279af0fa8046

Sources Sought from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: SD. Response deadline: Apr 17, 2026. Industry: NAICS 812332 • PSC S209.

Market snapshot

Awarded-market signal for NAICS 812332 (last 12 months), benchmarked to sector 81.

12-month awarded value
$5,930,434
Sector total $379,005,007 • Share 1.6%
Live
Median
$229,375
P10–P90
$229,375$229,375
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.6%
share
Momentum (last 3 vs prior 3 buckets)
+8042%($5,786,530)
Deal sizing
$229,375 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 SD
Live POP
Place of performance
Pine Ridge, South Dakota • 57770 United States
State: SD
Contracting office
Aberdeen, SD • 57401 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
SD20260001 (Rev 0)
Match signal: state matchOpen WD
Published Jan 30, 2026South Dakota • Aurora, Beadle, Bennett +63
Rate
ELECTRICIAN
Base $35.43Fringe $8.69
Rate
IRONWORKER Group 1
Base $26.93Fringe $0.00
+15 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 15 more rate previews.
Davis-BaconBest fitstate match
SD20260001 (Rev 0)
Open WD
Published Jan 30, 2026South Dakota • Aurora, Beadle, Bennett +63
Rate
ELECTRICIAN
Base $35.43Fringe $8.69
Rate
IRONWORKER Group 1
Base $26.93Fringe $0.00
Rate
Group 2
Base $28.97Fringe $0.00
+14 more occupation rates in this WD
Davis-Baconstate match
SD20260021 (Rev 1)
Open WD
Published Jan 16, 2026South Dakota • Beadle, Clark, Day +13
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe & Mechanical System Insulation)
Base $55.34Fringe $34.03
Rate
CARPENTER (Drywall Hanging and Metal Stud Installation Only)
Base $36.34Fringe $17.15
Rate
ELEVATOR MECHANIC
Base $56.30Fringe $38.43
+14 more occupation rates in this WD
Davis-Baconstate match
SD20260023 (Rev 1)
Open WD
Published Jan 16, 2026South Dakota • Bon Homme, Clay, Davison +7
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe & Mechanical System Insulation)
Base $55.34Fringe $34.03
Rate
BRICKLAYER
Base $38.16Fringe $5.59
Rate
ELEVATOR MECHANIC
Base $56.30Fringe $38.43
+13 more occupation rates in this WD
Davis-Baconstate match
SD20260018 (Rev 1)
Open WD
Published Jan 16, 2026South Dakota • Todd
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe & Mechanical System Insulation)
Base $55.34Fringe $34.03
Rate
BRICKLAYER
Base $33.58Fringe $4.60
Rate
POWER EQUIPMENT OPERATOR (1) Tower Crane
Base $34.38Fringe $18.71
+12 more occupation rates in this WD

Point of Contact

Name
Mary Baird
Email
mary.baird@ihs.gov
Phone
6058673379

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
INDIAN HEALTH SERVICE
Subagency
GREAT PLAINS AREA INDIAN HEALTH SVC
Office
Not available
Contracting Office Address
Aberdeen, SD
57401 USA

More in NAICS 812332

Description

Sources Sought: Laundry services for the Pine Ridge Indian Health Service (IHS) Hospital

Sources Sought Notice Number: IHS1523263

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 Economic Enterprise (IEE).

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 812332, Industrial Launderers.

1. BACKGROUND

The Pine Ridge Indian Health Service (IHS) Hospital located on the Pine Ridge Indian Reservation in Pine Ridge, SD is a 45-bed hospital which sees medical, obstetrical, pediatric and surgical patients. The hospital processes an average of 27,000 pounds of soiled linen a month, with an approximate 324,000 pounds of soiled linen a year. This amount fluctuates depending on patient admissions at the facility.

2. OBJECTIVE

The primary objective is to award a non-personal services contract for laundry services that include but are not limited to personnel, equipment, transportation and materials necessary for the collection and delivery of laundry, proper cleaning, disinfecting, ironing and folding of laundry, and effective inventory control. The contractor is required to provide all equipment, supplies and materials; and pick up and deliver two times per week during normal operation hours, in accordance with the Statement of Work.

3. CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS (IF APPLICABLE)

The Contractor will be required to provide laundry services including pick and delivery two times weekly to the Pine Ridge Hospital. Please see attached Statement of Work (SOW) for all details.

4. TYPE OF ORDER

This is a firm-fixed-price, non-personal service purchase order.

5. ANTICIPATED PERIOD OF PERFORMANCE

Period of Performance: One year and will be established at time of award.

6. PLACE OF PERFORMANCE

Pine Ridge Indian Health Service Hospital 607 Indian Health Rd., Pine Ridge, SD. 57770

7.  REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE

Collections and deliveries are required at least two times per week. They shall be made on Monday and Thursday of each week, prior to 12:00 p.m. MST.

8. PAYMENT

The contractor shall record pickup tickets on a weekly basis, and each ticket will be retained by the contractor. The monthly invoice of services shall be received no later than the first working day of the next month. Invoices shall be processed through the Invoice Processing Platform (IPP).           

9. 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 respondent’s 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 ability to provide a variety of Paragon28 surgical instruments and plates/ To be considered capable of fulfilling this requirement evidence of an Offerors ability to fully satisfy the requirements described above must be provided.
  4. The respondents’ Unique Entity Identifier (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: 812332- Industrial Launderers 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, resumes, charts, etc.) 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.

10.   CLOSING STATEMENT

Point of Contact: Mary Sarenana, Purchasing Agent, at mary.sarenana@ihs.gov

Submission Instructions:

Interested parties shall submit capability via email to mary.sarenana@ihs.gov. Must include Sources Sought Number IHS1523263 in the Subject line. The due date for receipt of statements is April 17, 2026, 12:00 p.m. Mountain Standard 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 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.

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.