Sewer Service, Henryetta, OK
ID: 246-25-Q-0043Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEINDIAN HEALTH SERVICEPORTLAND, OR, 97209, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 10:00 PM UTC
Description

The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide sewer service installation in Henryetta, Oklahoma, under a combined synopsis/solicitation. The project involves furnishing and installing a sewer service line from a home to the main sewage system, adhering to specific technical specifications and construction standards outlined in the statement of work. This procurement is a 100% Indian Owned set-aside under NAICS code 237110, with an estimated award amount under $25,000. Interested contractors must submit their quotes by April 10, 2025, with all required documentation, including the Indian Health Service Buy Indian Act representation form, to Jeffrey Earnest at jeffrey.earnest@ihs.gov.

Files
Title
Posted
Mar 25, 2025, 6:05 PM UTC
This document outlines the additional provisions, terms, and conditions applied in federal and state contracting, specifically through incorporated clauses by reference. These clauses pertain to contractor responsibilities, compliance with federal regulations, labor standards, payment structures, and specific requirements related to construction, telecommunications, and procurement processes. It includes instructions on small business standards, IT accessibility, and various representations needed for compliance in contract submissions. The document emphasizes the legal requirements for bids and contract performance, including termination protocols for convenience or cause, warranties, and responsibilities for site inspections. The main purpose of this document is to provide comprehensive guidelines and regulations that contractors must adhere to when engaging in federal contracts. It draws attention to terms that ensure compliance with federal laws, labor standards, and protections, establishing a clear framework for expectations between the government and contractors. Additionally, it emphasizes the importance of understanding and following precise legal stipulations to facilitate transparency and accountability in government contracting procedures. Overall, the document serves to ensure that contractors are fully informed of their obligations and the standards expected in federal and local RFP processes.
Mar 25, 2025, 6:05 PM UTC
Mar 25, 2025, 6:05 PM UTC
The document pertains to the Buy Indian Act and outlines the self-certification requirements for Offerors claiming status as an “Indian Economic Enterprise” while responding to federal solicitations, sources sought notices, or RFIs. To qualify, enterprises must satisfy the definition of an Indian Economic Enterprise at the time of the offer submission, contract award, and throughout the contract's performance period. Any changes in eligibility must be communicated to the Contracting Officer immediately. Offerors will need to be registered with the System of Award Management (SAM). The document also highlights the serious legal implications of providing false or misleading information during the application process. It includes a representation section in which the Offeror must confirm their status as an Indian Economic Enterprise. Finally, the document specifies required details such as the name of the 51% owner, business name, and DUNS number. This ensures compliance with the Buy Indian Act while supporting Indian-owned businesses in obtaining federal contracts.
Mar 25, 2025, 6:05 PM UTC
This document outlines a project proposal for sanitation facilities in Henryetta, Oklahoma, under the jurisdiction of the Indian Health Service. The key project features include the design and location specifications for on-site sewer systems, specifically targeting properties identified as Lots 1 & 2, Block 45 of the Henryetta Heights Subdivision. The project description includes essential details such as the connection to the City of Henryetta water supply and the construction notes, which highlight existing infrastructure and necessary connections to the sewer main. The report identifies the required tank capacities, trench specifications, and materials used for construction as well as the logistical directions to the site. Additionally, potential challenges regarding existing utilities are outlined, reflecting the importance of compliance with health and sanitation standards. By facilitating these installations, the project aims to enhance public health and sanitation services in the community, demonstrating the government's commitment to updating essential infrastructure. The report is consolidated with varied data such as coordinates, project references, and contact information for relevant agencies, ensuring thorough documentation for planning and execution.
Mar 25, 2025, 6:05 PM UTC
The Oklahoma General Decision Number OK20250030 outlines wage determinations for heavy construction projects in specific counties, including Creek, Okmulgee, Osage, Pawnee, Rogers, and Wagoner. This decision falls under the Davis-Bacon Act, mandating minimum wage rates for workers on federally funded construction contracts, adhering to Executive Orders 14026 and 13658, which establish pay scales based on contract dates. For contracts initiated after January 30, 2022, the minimum wage rate is set at $17.75 per hour. For those awarded earlier and not extended, the rate is $13.30. The document includes classifications and wage rates for various trades, such as electricians, power equipment operators, ironworkers, and laborers, detailing their specific pay rates and fringe benefits. It also elaborates on the wage determination appeals process, guiding affected parties on how to dispute and seek reconsideration of decisions made regarding wage determinations. This document is essential in promoting fair labor practices and ensuring compliance with federal regulations in state and local RFPs and grant contracts.
Mar 25, 2025, 6:05 PM UTC
The document is a Request for Quotation (RFQ) issued by the Oklahoma City Area Office of the Indian Health Service. It seeks quotations for the furnishing and installation of a sewer service line, with detailed specifications provided in an attached statement of work and drawings. The RFQ includes provisions under the Davis-Bacon Act regarding wage determinations and Federal Acquisition Regulation (FAR) clauses applicable to the project. Interested contractors must submit quotations by April 10, 2025, but the request itself does not commit the government to award a contract or cover any associated costs incurred by the quoters. The document outlines requirements for domestic origin supplies and includes a section for the contractor's information and a signature line for authorized representatives. This RFQ represents a vital component of federal procurement, targeting local capacity while ensuring compliance with regulations and fair labor practices.
Mar 25, 2025, 6:05 PM UTC
This document outlines the specifications for the installation of a gravity sewer service line at 201 West Cummings Street, Henryetta, OK, as authored by Andrew Banta. The contractor is responsible for connecting the new sewer service to the community sewage system, adhering to a defined construction schedule, and obtaining necessary permits. Work is to occur Monday to Friday, between 8 a.m. and 5 p.m., with specific protocols for scheduling and inspections in place to ensure quality assurance under state-licensed supervision. Key requirements include using PVC materials compliant with ASTM standards, maintaining proper slope for gravity flow, and ensuring a minimum 30-inch horizontal and 12-inch vertical separation from water services. The installation methods specified include both open cut and pipe bursting techniques, with detailed procedures for trench excavation, pipe testing, and final site restoration. A warranty of a minimum of one year for materials and labor is mandatory, covering defects in workmanship. Overall, this document serves as a function-specific guide for contractors responding to a government RFP to ensure compliance with safety, quality, and operational standards during sewer installation projects.
Mar 25, 2025, 6:05 PM UTC
The Okmulgee OEH&E Field Office issued an estimate for project costs associated with the installation of sewer service lines and a lift station. This project includes tasks such as pumping an existing septic pit, installing PVC sewer lines through open cut and pipe bursting methods, and fitting two-way cleanouts. Additional elements entail connecting kitchen drain lines, conducting post-construction CCTV inspections, and taping into the sewer main, as well as securing city permits and covering inspection fees. It is important for bidders to note that they must submit bids for all items listed to be considered for the award. The document emphasizes the structured approach typical of federal and local RFPs, ensuring that all key components of sewer line installation are addressed comprehensively and systematically.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Water Service Line Mayetta, KS
Buyer not available
The Indian Health Service, part of the Department of Health and Human Services, is seeking qualified contractors for the installation of a water service line in Mayetta, Kansas. The project involves furnishing and installing a 2 ½-inch water service line at a specified location, with a performance period of 90 calendar days from the Notice to Proceed. This procurement is a total small business set-aside under NAICS code 237110, with an estimated award amount of less than $25,000, emphasizing the importance of compliance with federal labor standards as outlined in the Davis-Bacon Act. Interested contractors must submit their quotes by May 1, 2025, and direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
Betty Jane Bagley OSS Replacement (Suquamish)
Buyer not available
The Indian Health Service (IHS) is seeking qualified contractors for the installation of a new onsite septic system for Betty Jane Bagley in Bremerton, Washington. The project involves the construction of a comprehensive wastewater management system, including a 2-compartment septic tank, advanced treatment unit, pump chamber, and low-profile chamber drainfield, all to be completed within 30 calendar days after receiving the Notice to Proceed. This initiative is part of the federal commitment to enhance sanitation facilities in tribal communities and is classified as a Total Small Business Set-Aside, with an estimated budget ranging from $25,000 to $100,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to prepare for the forthcoming solicitation expected to be released around October 23, 2024. For further inquiries, potential bidders can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
Water and Wastewater systems rehabilitation services, Holton, KS
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide water and wastewater systems rehabilitation services in Holton, Kansas. The project involves the installation of new infrastructure, including a pump, pressure tank, wastewater lift station, and the abandonment of existing systems, all in accordance with the provided Statement of Work and associated drawings. This initiative is part of a broader effort to enhance public health and environmental safety through improved infrastructure, with an estimated contract value of less than $25,000. Interested parties must submit their quotes by May 9, 2025, and can direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
Dumpster Rental
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide dumpster rental services at its Oklahoma City Area Office. The procurement involves the provision of a 30-yard roll-off dumpster with a minimum of 24 pickups per year, adhering to federal and state waste disposal regulations, and requires compliance with security protocols and operational guidelines. This initiative is crucial for maintaining a clean and compliant work environment, supporting the IHS's operational efficiency. Interested vendors must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form to Lauren Taylor at lauren.taylor@ihs.gov by 4:00 PM CST on May 1, 2025, with a maximum submission length of five pages.
(Buy-Indian) Sources Sought: Water Softener Installation
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources for the installation of a new water softener and reverse osmosis unit at the Parker Indian Health Care Center in Arizona. The project involves removing an outdated water softener that currently fails to adequately treat water, which is critical for sterilization equipment, and replacing it with a duplex water softener and a comprehensive RO system. This initiative is vital for ensuring high-quality water treatment, which is essential for patient care and the protection of medical equipment. Interested contractors must respond by April 30, 2025, with detailed qualifications and capability statements, and are encouraged to contact Kenneth Nicholson at kenneth.nicholson@ihs.gov for further information.
Claremore Indian Hospital AHU 3 and 4 Replacements
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the replacement of air handling units (AHUs) 3 and 4 at the Claremore Indian Hospital in Oklahoma. The project involves comprehensive construction services, including the removal and replacement of outdated equipment, installation of modern systems, and compliance with safety and environmental regulations, particularly concerning asbestos abatement. This procurement is significant for enhancing healthcare infrastructure and ensuring compliance with current standards, with a contract value estimated between $1 million and $5 million. Interested contractors must submit their proposals by May 1, 2025, following a mandatory site visit on March 26, 2025, and can direct inquiries to Taylor Kanthack at taylor.kanthack@ihs.gov or by phone at 240-478-1501.
EDR LICENSE AND SUPPORT - CLINTON IHS
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide Electronic Dental Records Licensure and Support for Dentrix Enterprise in Clinton, Oklahoma. This Sources Sought notice aims to identify capable vendors who can demonstrate their experience and ability to fulfill the requirements outlined, emphasizing the importance of tailored capability statements over generic submissions. Interested parties must submit their responses, including a completed Buy Indian Act Indian Economic Enterprise Representation Form, to the Contract Specialist, Ronay Burns, via email by 10:00 AM CST on April 29, 2025, with a maximum submission length of five pages.
Towable Sewer Machine for BIE AZ Navajo Central Ag
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is seeking qualified vendors to provide a Towable Sewer Machine for the Bureau of Indian Education (BIE) at the Navajo Central Agency Facility in Chinle, AZ. This procurement is a 100% set-aside for Indian Small Business Economic Enterprise (ISBEE) vendors, emphasizing the need for submissions that demonstrate technical capabilities, relevant experience, and compliance with federal regulations, particularly concerning background checks for contractor employees interacting with Indian children. The Towable Sewer Machine is essential for maintaining waste disposal operations at the facility, ensuring the health and safety of the community served. Interested vendors should contact Michael Drinkwater at michael.drinkwater@bie.edu for further details, with an estimated delivery timeline of 90 days following contract award.
BFSU Utility - Water and Sewer Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for water and sewer services to Two Medicine Water for the Blackfeet Service Unit in Browning, Montana. The contract, valued at $49,980.00, will cover essential utility services at the Heart Butte Clinic and Government Quarters, ensuring operational functionality in these tribal regions. This procurement reflects the federal government's commitment to maintaining infrastructure support in underserved areas, with the performance period set from January 1, 2025, to December 31, 2025. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within seven days of this notice.
100% ISBEE Set-Aside Demolition and removal of old dental clinic mobile home in Manderson, SD for Great Plains Area Indian Health Service OEHE
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for the demolition and removal of an old dental clinic mobile home located in Manderson, South Dakota. The project involves the demolition of a 15x60 manufactured trailer, including utility disconnections, debris disposal, earthwork, and site cleanup, all to be completed within 180 days from the notice to proceed. This initiative is part of a broader effort to enhance local health infrastructure and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to supporting Indian businesses in federal contracting. Interested contractors must submit their proposals by April 30, 2025, with project execution anticipated from June 1 to December 1, 2025. For further inquiries, potential bidders can contact Erin Doering at Erin.Doering@ihs.gov or by phone at 605-226-7662.