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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Zuni Quarters Sewer Improvement Project,
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is preparing to solicit proposals for the Zuni Quarters Sewer Improvement Project located in Zuni, New Mexico. This project involves the reconstruction of sewer lines, including demolition and replacement of existing infrastructure at the Zuni Comprehensive Community Health Center, and is expected to be completed within a 90-day period following the issuance of the Notice to Proceed. The contract will be awarded as a Firm Fixed Price (FFP) and is set aside exclusively for small businesses under NAICS code 237110, with an estimated project value between $100,000 and $250,000. Interested contractors should monitor https://sam.gov for the solicitation release, anticipated around December 23, 2025, and are encouraged to contact Shaukat Syed or Jenny Scroggins for further inquiries.
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@ihs.gov.
    Rosebud Lift Station Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Rosebud Lift Station Construction project in Rosebud, South Dakota. The project entails the complete removal and replacement of the existing wastewater lift station, which services hospital quarters and tribal program buildings, with a new system designed to handle current and future sanitary loads. This construction is critical for ensuring reliable wastewater management and compliance with health standards in the area. Interested firms, particularly those qualifying as small businesses or Indian Economic Enterprises, must submit their responses by December 24, 2026, at 2:00 PM Pacific Time to Daniel Cotto at daniel.cotto@ihs.gov, with the anticipated contract value between $500,000 and $1,000,000 and a solicitation expected around February 2026.
    BFSU Utility - Water and Sewer Services
    Health And Human Services, Department Of
    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.
    BPA for Stainless Steel Surgical Equipment Repairs
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide stainless steel surgical equipment repair services through a Blanket Purchase Agreement (BPA) for the Oklahoma City Area Indian Health Service. The procurement aims to ensure the timely repair and maintenance of surgical instruments used at the Pawnee, Lawton, and Clinton Indian Health Centers, with services including sharpening, refurbishing, and onsite repairs. This opportunity is particularly significant as it supports the healthcare needs of Native American communities, emphasizing compliance with the Buy Indian Act. Interested vendors must submit their quotes by December 18, 2025, at 10:00 AM CST, to Misti Bussell via email at misti.bussell@ihs.gov, with the contract period running from March 1, 2026, to February 28, 2031, and a maximum funding limit of $1,250,000.
    SOURCES SOUGHT NOTICE: Infectious Waste Collection and Disposal Services
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting a sources sought notice to identify potential sources for infectious waste collection and disposal services for the Kayenta Health Center in Kayenta, Arizona, and the Inscription House Health Center in Tonalea, Arizona. The procurement aims to secure services related to the provision of infectious waste storage containers, collection, and disposal, which are critical for maintaining health and safety standards in healthcare facilities. Interested parties are invited to submit their qualifications and capabilities by November 17, 2025, at 12:00 PM, to Flora Washington via email at flora.washington@ihs.gov. Respondents must include a company profile, capability statement, and, if applicable, the completed IHS IEE Representation Form to demonstrate eligibility as an Indian Economic Enterprise.
    Haskell Indian Health Center Generator Gas Line Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the replacement of a natural gas line at the Haskell Indian Health Center in Lawrence, Kansas. The project involves furnishing, replacing, and installing a new 3-inch gas line with a meter and regulator to ensure the generator operates at full capacity, addressing current limitations posed by the existing undersized line. This procurement is a 100% Small Business set-aside under NAICS code 238220, with an estimated contract value between $25,000 and $100,000, and a performance period of 120 calendar days from the Notice to Proceed. Interested parties must submit their quotes by January 12, 2026, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new rooftop unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    MODIFICATION 001 - Two (2) Licensed Independent Social Workers - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking to procure the services of two Licensed Independent Social Workers for the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, identified as Solicitation No. 75H70726Q00016, is a firm-fixed-price agreement that spans a base year with four optional one-year periods, focusing on providing counseling, crisis intervention, and case management services to a diverse patient population. This procurement is particularly significant as it falls under the Buy Indian Act, emphasizing the need for services tailored to the Indian community, with a cascading set-aside for Indian Small Business Economic Enterprises. Interested offerors must submit their quotes by December 17, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Rental and Support for Pharmacy Will Call Management System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors to lease, install, and support a Pharmacy Will Call Management System for the Lawton Indian Hospital and Anadarko Indian Clinic in Oklahoma. The system must utilize RFID and barcode technology to enhance medication dispensing accuracy, facilitate audits, ensure secure storage of controlled substances, and integrate with existing electronic health record systems, while also complying with HIPAA regulations. This procurement is crucial for improving pharmacy operations and ensuring the safety and efficiency of medication management within federal IHS sites. Interested parties can contact Audrey Yackeyonny at audrey.yackeyonny@ihs.gov or by phone at 580-354-5381 for further details regarding the solicitation.