I. Solicitation
The Native Village of Tanana (hereafter referred to as the “Tribe” or “Owner)—a federally recognized Tribal Government located in Tanana, Alaska—is seeking proposals from firms qualified and interested in providing design-build general contractor servicesfor the rehabilitation, renovation of the Tribe’s health care clinic facility. (hereafter referred to as the “Project”). The Project has four distinct tasks which may require coordination with the owner if the project requires the facility to be unstaffed during renovations. The four tasks are described in more detail below, and the project is funded from Indian Health Service (IHS)-Backlog of Essential Maintenance, Alteration, and Repair (BEMAR) funds under a Cooperative Agreement between the Tribe and the Alaska Native Tribal Health Consortium (ANTHC). The selected Design-Builder firm is expected to oversee the development of final design documents, and once approved by the Tribe, successfully complete the construction of each of the four BEMAR renovation tasks, on time and within the Tribe’s Project budget. The Selected Design-Builder firm is expected to perform pre-construction, design assistance, construction-phase, and project close-out services, in accordancewith the terms and conditions of the Owner’s Modified A141 Standard Form of Agreement between Owner and Design-Builder (hereafter referred to as the “Agreement”) and included asAttachment A of the RFP.
II. Submittals
To be considered, Offerors must deliver submittals to the email address below, on or before the deadline, and in the number of copies indicated below.
Deadline: Proposals will be accepted until: 5:00 p.m. Alaska Standard Time (AKST) on March 18, 2026.
Address Proposals To:
Victor Joseph, Executive Director
Tanana Tribal Council
P.O. Box 130
Tanana, AK 99777
Telephone: (907) 966-8409
Email: rfpproposal@tananatribe.org
Mark Submittals as Follows:
Native Village of Tanana Health Clinic Repair
Required Number of Copies: 1
By submitting a proposal, each Offeror represents that the Offeror has visited the site(s) where the work is to be performed and/or has become familiar with local conditions and has correlated that knowledge with the requirements in this request for proposals (“RFP”). Should an Offeror choose to make a site visit, please contact:
Victor Joseph, Executive Director
Tanana Tribal Council
P.O. Box 130
Tanana, AK 99777
Cell: (907) 388-9830
Email: executivedirector@tananatribe.org or TEXT
Proposals shall remain valid for at least forty-five (45) days after the closing date for receipt of proposals. The Tribe may allow for changes to or the withdrawal of the proposal only if the request is made in writing and received prior to the deadline for receipt of proposals. No changes to or withdrawal of a submitted proposal is permitted after the deadline for receipt of proposals.
III. Project Description
Project Site: As shown in Attachments B-D, the health clinic facility is located at P.O. Box 130 or 40 River St. Tanana Ak, 99777. The square footage is approximately 4000 square feet.
Key Tribal Personnel: The Native Village of Tanana is the “Owner” of the Project. The Owner’s “Authorized Representative” is Victor Joseph, the Tribal Executive Director.
Summary of Services: As described above, the Tribe is currently seeking proposals to renovate Tanana’s current clinic. While the Project involves renovations rather than new construction, so stamped Construction Documents may not be needed, the roofing renovation, grading and pipe replacement work do require the development of sufficient plans and specifications to ensure that the Work meets are required building codes and standards to ensure high-quality construction work. The Tribe requires the services of a Design-Builder firm to complete basic design documents and renovation services for the former health clinic facility. The services will consist of the following four subcomponents:
(1) Roof Replacement and Entrance Reconfiguration: The roof of the former health clinic facility is nearing the end of its natural life. Snow slides off the roof and impedes access to the
building. The existing gutter system is frequently ripped off by shedding snow and ice. The building entrances do not comply with 2010 ADA Standards for Accessible Design, including the requirements that headroom clearance over stairs exceeds six feet; that stairs have continuous handrails on both sides; that building entrances, exterior doors, and interior vestibules offer adequate clearance; and that ramped access is provided to both front and rear entrances. The
selected Design-Builder firm will replace the existing metal roof system, install snow guards, reconfigure the canopy covers, and make additional modifications to the building entrances to address these deficiencies.
(2) Cabinet Repair and Replacement: The Selected Design-Builder firm will remove and replace all permanently mounted casework and workstations at the former Tanana Health Center to allow for the facility to be converted to administrative uses. The work will involve replacing all cabinets in the facility and procuring the materials, cabinetry, project control, shipping, delivery and
installation of all furnishings for a fully functional administration offices workspace.
(3) Grading: Grading and drainage are inadequate at multiple locations around the former health clinic facility. Water ponds in low spots, including at both facility entrances, and at times, water
flows into the basement. Plywood and planks are currently being used to bridge a low spot required to access the facility wheelchair ramp. Water sheds directly off the roof, including in front of the entrances. The Selected Design-Builder firm will regrade the entire perimeter area around the facility to promote drainage away from the facility, especially away from the entryways. The finished grade must have a minimum 2% slope away from the building for a minimum of 10 feet.
(4) Piping Replacement: Elevated levels of dissolved copper have been detected in the domestic water at the former health clinic facility. The Selected Design-Builder firm will remove all existing
copper piping in the domestic water distribution system at the facility. New PEX piping will be installed, as well as new faucets and fixtures. Trap and supply protective covers and code-required
ASSE 1070 thermostatic mixing valves will be installed for all faucets and fixtures, including restroom lavatories and hand-wash sinks. The Selected Design-Builder firm will also replace the current, inoperable drinking fountain with a single height, stainless steel, non-refrigerated, ADA-compliant drinking fountain connected to the revised plumbing and piping system.
Design-Build Methodology: The Tribe has elected to complete the Project using the design-build project delivery method because the Tribe anticipates that the Roof Replacement and Entrance Reconfiguration, Cabinet Repair and Replacement, and Grading subcomponents of the Project will require design services. During the initial preconstruction/design phase of the Project, the Selected Design-Builder firm will develop final Project design documents for the Tribe’s review and approval. Following review of the Selected Contractor’s Design-Build Proposal and contingent upon the Tribe’s acceptance of the Proposal and execution of a Design-Build Amendment, the Selected Design-Builder firm will construct the Project. The Project’s timeline is accelerated
because the Tribe wishes to transition the former Tribal Health Center to be used as Tribal Administrative Offices near the same time as the new Tribal Health Clinic is completed and in operation, which is expected to occur at the end of June 2026.
Potential Additional Scope of Work: In addition to the above-referenced Project scope, the Tribe is also planning the repair and renovation of an existing Greenhouse located next to the Tribal
Health Clinic. The scope of work will include the following: (1) remove existing climate control system and install a new system; (2) connect Greenhouse plumbing/piping system to nearby water-sewer system; (3) complete all electrical repairs and bring the entire electrical and plumbing system up to current building codes and specifications. This additional scope of work will not be included with the selected Design-Builder’s first Design-Build Proposal, but the Tribe reserves the right to
add require this additional scope of work at a future date.