Project Solicitations

Request For Proposals

Listed below are open term contracts and bid solicitations published by Wind River Family and Community Health Care. Project overviews, performance period, services and submittal format and context are outlined under each tab. Proposals can be emailed to aaron.brannan@windrivercares.com or submitted in person to: Wind River Family and Community Health Care Administration Building 120 N 6th E. Street Riverton, WY 8251


Our Current Requests for Proposol (RFPs)

Lander Pharmacy Project

Published 15 October 2025

REQUEST FOR PROPOSAL (RFP)

for PHARMACY REMODEL AND ADDITION

Submittal Deadline: November 3, 2025 | 2:00 PM

 

GENERAL INFORMATION:

Purpose: This request for proposal (RFP) is issued by the Wind River Family & Community Health Care (hereinafter referred to as “WRFCHC”). WRFCHC is soliciting proposals from licensed contractors for the construction of the WRC Lander Pharmacy remodel and addition. This document and the attached Project Manual Title, Registration Sheet, and Architectural Drawings, contain the specifications, legal requirements, and contracting information necessary for all bidders and the selected contractor to execute the work as defined by the accompanying Drawings and subsequent Addenda.

Issuing Organization: Since 2016 WRFCHC has operated independently from Indian Health Services, extending healthcare services to the Northern Arapaho and Eastern Shoshone tribes. The Mission of WRFCHC is to provide primary care, traditional healing, preventative care, and wellness promotion to all members of the community as intended by the creator.

RFP Issued: October 15, 2025

Due Date for Proposals: Monday, November 3, 2025| 2:00 PM

SERVICES DESIRED

The Project Team is to provide the following services for the WRC Lander Pharmacy remodel and addition:

  • Project Scope: The Project consists of the remodel of the existing pharmacy facility in Lander, Wyoming.
  • Work Composition: Work consists of, but is not limited to:
    • Demolition (Section 02 41 00)
    • Carpentry (Section 06 10 00, 06 20 00)
    • Thermal Properties (Section 07 21 00)
    • Openings (Sections 08 11 13, 08 14 16, 08 33 13)
    • Finishes (Sections 09 21 16, 09 30 00, 09 65 00, 09 68 13, 09 90 00)
    • Specialties (Sections 10 26 13, 10 28 00, 10 44 00, 10 51 00)
    • MEP (Mechanical, Electrical, and Plumbing).
  • General Responsibility: Provide labor, materials, equipment, and services necessary to complete the Project within the intent of the Contract Documents.
  • Coordination Requirement: Coordinate access, work, schedule, and sequencing with the Owner (Wind River Cares) to minimize conflict and facilitate the Owner’s operations (Sections 01 10 00, 01 30 00).
  • Site Condition Acceptance: Contractor represents that they have examined the site, existing conditions, and the entire set of documents and agree to be bound by all conditions without additional cost.

SUBMITTAL FORMAT AND CONTENT

Proposals must include the following:

  1. Cover or Transmittal Letter: Clearly identify the name, title, address, telephone number, and email address of the team’s primary point of contact for the team in regard to this request, and also include the signature and statement of an official authorized to bind the prime consultant contractually and guarantee capacity to perform the services by the completion date.
  2. Project Team Experience and Qualifications: Provide an executive summary of the Consultant’s history and relative qualifications. Include an executive summary of any proposed sub-consultants and the relative relationship with the prime consultant.
  3. Cost Proposal: Including total estimated cost, hourly rates for services beyond the scope of work, and the cost of any additional expenses.
    • WRFCHCS will not be responsible for expenses incurred in preparing and submitting the technical proposal responding to this RFP, and such costs should not be included.
  4. Work Plan:
    • Detailed audit plan including timeline, check-ins, and schedule of regular reporting to WRFCHCS.
  5. Relevant Project Experience: Provide examples of relevant projects, including a brief description of the services or work performed by the prime consultant and its subconsultants, identify the project owner and contact information, and provide the approximate total cost of services provided and the estimated date of completion.

OTHER REQUIREMENTS

A successful proposal must comply and ensure subcontractor compliance with the Northern Arapaho Tribe Employment rights; WRFCHCS Procurement Policies; and all other applicable laws, rules, and regulations. GENERAL CONDITIONS

  • Choice of Law: The contract regarding these services will be governed and construed in accordance with and pursuant to the codes of the Northern Arapaho Tribe.
  • Non-Binding: WRFCHCS retains the right to reject all submissions. Selection is also dependent on the negotiation of a mutually acceptable contract between the candidates and WRFCHCS.
  • Compensation: The proposal should provide the cost of all work associated with the provision of these services. The final cost of services may be negotiated prior to awarding of the contract.
  • Indian Preference: Pursuant to Section 7(b) of the Indian Self-Determination and Education Assistance Act [25 USC 450e(b)], as required by 24 CFR 1000.48, Indian preference will be exercised in the selection of proposals. Firms seeking Indian preference must submit proof of Indian ownership and control of the business entity with their proposal.

PROJECT DEADLINES AND SUBMISSION REQUIREMENTS

RFP Issue Date: September 26, 2025 (Date on Document Manual)

RFP Due Date: Monday, November 3, 2025 @ 2:00 p.m. TIME (Local Time)

RFP Response Requirements (Section 00 11 13):

The Bid Response shall comply with the following requirements:

  • Format: The final bid is to be submitted in the form of one (1) original proposal and five (5) copies.
  • Identification: The envelope must be clearly marked “WRC LANDER PHARMACY.”
  • Validity: No Bidder shall modify, withdraw, or cancel their Bid or any part thereof for sixty (60) days after the time designated for the receipt of bids (Section 00 22 13).

BID SELECTION CRITERIA (General Conditions)

The Owner reserves the right to reject any and all bids and to award the contracts to other than the lowest bidder, if in their discretion the interests of the project will be best served thereby (Section 00 11 13).

The final selection will be based on compliance with and commitment to the following criteria (where a point rating system is not provided in the source document, the criteria from the relevant sections are listed below):

Evaluation Criteria

  • Qualifications and Work Plan: Bidder must demonstrate the ability to substantially complete the work within the number of consecutive calendar days stated on the Bid Form (Section 00 22 13).
  • Fee Structure: The Bidder must clearly state the Base Bid amount (Section 00 41 00) and acknowledge that Performance/Payment Bonds will be required (Section 00 11 13).
  • Relevant Experience: Bidder must acknowledge and comply with the Tribal Employment Rights Code (TERO), including the requirement that Indian preference will be exercised in the selection of proposals (Section 00 73 00).
  • Other Requirements: Demolition disposal by owner (debris and container by owner) (Section 00 40 00).

ADVERTISEMENT FOR BIDS (SECTION 00 11 13)

Submittal Deadline: November 3, 2025 | 2:00 PM

Submission Requirements: Applicants must submit one (1) original proposal and five (5) copies in an envelope clearly marked “WRC LANDER PHARMACY.” Each page must clearly identify the submitting company.

Receipt Location: Proposals will be accepted until the deadline at the following address:

Attn: Aaron Brannan

511 N 12th Street East

Riverton, WY 82501

 

Bidding Documents:

  • Documents (plans and specifications) will be available electronically starting September 30, 2025.
  • Free access may be obtained by contacting: DSGW Architects, Inc., 2 West 1st Street, Suite 201, Duluth, MN 55802, (218) 727-2626.

Key Dates for Bidders:

  • Bidding Questions/Clarifications Due: October 17, 2025 (End of Business Day).
  • Final Scheduled Addenda Issuance: October 27, 2025.
  • Bids Shall Be Valid for: Thirty (30) days after the receipt deadline.

General Conditions:

  • Bid Security: All bids must include a certified check or bid bond in the amount of five (5) percent of the gross bid, payable to the Northern Arapaho Tribe.
  • Tax Status: The project is a tax-exempt entity; contractors must exclude all sales tax from their bid amounts.
  • Site Visit: All bidders are recommended to visit the site. Access can be coordinated with Aaron Brannan via email at aaron.brannan@windrivercares.com during regular business hours (8:00 AM to 5:00 PM M-F).
  • Project No.: 25158.00
  • Date of Issue: September 26, 2025
  • Owner: NORTHERN ARAPAHO BUSINESS COUNCIL
  • Architect: DSGW ARCHITECTS

ADDITIONAL INFORMATION

The Northern Arapaho Indian Reservation covers 2.2 million acres and is shared by over 4,216 Eastern Shoshone and 9,862 Northern Arapaho. Situated around the city of Riverton, the reservation is bounded by Lander and Thermopolis. Ethete, WY serves as the tribal headquarters, housing approximately 1,561 residents and located just over a two-hour drive from Casper, WY, the state’s second most populous city.

WRFCHC operates three clinics located in Arapaho, Ethete, and Riverton. Each clinic provides a range of medical services tailored to different age groups, including prenatal, pediatric, adult, and geriatric care. Additionally, dental, optometry, pharmacy, lab, x-ray, behavioral health, transportation, and public health services are available at varying degrees across the clinics.

The Arapaho Clinic offers comprehensive medical services along with dental, optometry, pharmacy, lab, x-ray, behavioral health, transportation, and public health services. The Ethete Clinic provides medical care, pharmacy services, lab and x-ray facilities, behavioral health services, transportation, and public health services. Lastly, the Riverton Clinic offers similar medical services, including dental care for pediatric and orthodontic needs, along with optometry, pharmacy, lab, x-ray, behavioral health, transportation, and public health services.

Beyond these clinic-based services, WRFCHC administers programs focusing on diabetes management, environmental health, substance abuse support, wellness initiatives, and youth-oriented services.

WRFCHC has received acceptance into the IHS Joint Venture Construction Program. The current health system includes 3 clinics with over 400 employees serving ~8,050 Users. A site of opportunity has been identified through a land grant in nearby Beaver Creek, Arapahoe, WY, which is 5.7 miles from Riverton, WY. WRFCHC leadership has requested the inclusion of this site during scenario modeling.

For additional information, or to answer any questions, please contact Phyllis Gardner, Administrative Data Technician, phyllis.gardner@windrivercares.com or Aaron Brannan at 307-840-3005, or by email at aaron.brannan@windrivercares.com.

Our selection committee will review all submitted proposals based on factors such as experience, expertise, proposed approach, and cost. For any clarifications or inquiries regarding this RFP, please contact Aaron Brannan Sr. or Phyllis Gardner by February 7, 2025.

Bids for the services specified herein will be received by Wind River Family & Community Health Care at the above-specified email until the time and date cited. Late Bids shall not be considered.

This RFP does not commit the Owner to award a contract, to pay any costs incurred in the preparation of the RFP, or to procure or contract for services or supplies.

The information submitted by each contractor must be responsive to the requirements in this RFP. Failure to submit any of these items or any of this information may, in the sole discretion of the Owner, result in the Contractor’s Bid being deemed non-responsive.

Attached Documents and Addenda:

PROJECT MANUAL TITLE AND REGISTRATION SHEET

ARCHITECTURAL DRAWINGS

Addendum 1

Addendum 2

Addendum 3