Zuni Quarters Sewer Improvement Project
ID: 75H70126R00014Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEDIV OF ENGINEERING SVCS - SEATTLESEATTLE, WA, 98121, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Zuni Quarters Sewer Improvement Project located at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. This project, which is a total small business set-aside, aims to replace aging sewer lines and improve the overall sewer infrastructure, with an estimated contract value between $100,000 and $250,000. The scope includes constructing new sanitary sewer lines, reconnecting service laterals, and adhering to strict safety and environmental regulations throughout the 90-calendar-day performance period. Interested contractors must attend a site visit on January 7, 2026, and submit their proposals by January 26, 2026; for further inquiries, they can contact Shaukat Syed at shaukat.syed@ihs.gov or Jenny Scroggins at Jenny.Scroggins@ihs.gov.

    Files
    Title
    Posted
    QA Engineering's 2014 project for the Zuni Comprehensive Health Care Facility involves significant sewer system improvements at the IHS Government Quarters. The project focuses on replacing and improving existing sewer lines (A, B, C, D, and E), manholes, and service connections. Key tasks include removing and replacing existing mains, reusing and refurbishing manholes, and installing new service lines. Detailed plans specify piping materials (Schedule 40 PVC, SDR-35), trenching procedures, and standards for water and sewer line proximity. The project emphasizes adherence to engineering details for typical trench sections, cleanout installations, and manhole construction, ensuring compliance with health department guidelines. The overall goal is to modernize the Zuni CHCF's sewer infrastructure, enhancing functionality and safety.
    The General Decision Number NM20250011, effective December 12, 2025, sets prevailing wage rates for heavy construction projects across several New Mexico counties. It outlines specific rates and fringe benefits for various trades, including electricians, ironworkers, carpenters, laborers, operators, plumbers, and truck drivers. Electrician rates are tiered based on mileage zones from designated towns. The document also details the application of Executive Order 13706 for paid sick leave and Executive Order 13658 for minimum wage on federal contracts. It provides guidance on adding unlisted classifications and explains identifiers for union, union average, survey, and state-adopted wage rates. Additionally, it details the appeals process for wage determinations, directing inquiries to the WHD Branch of Wage Surveys or Construction Wage Determinations, and further appeals to the Wage and Hour Administrator and Administrative Review Board.
    The Zuni Quarters Sewer Improvement Project No. AQ18ZS002 outlines a comprehensive bid schedule for sewer infrastructure upgrades in Zuni, New Mexico. The project, divided into Schedule A, encompasses 19 distinct items covering mobilization, demolition of existing manholes and sewer mains, and installation of new 8-inch SCH. 40 PVC sewer lines for both Line A and Line B. It also includes the installation of new 4-ft diameter manholes, 4-inch PVC SAS service lines, and the refurbishment of existing manholes. Additionally, the project specifies the removal and replacement of curb and gutter, concrete driveways, and landscape restoration. Critical connections to existing sewer lines and manholes, along with reconnecting service lines to housing on 6th Street, are also detailed. Bidders are required to bid on all items to be considered responsive, with all taxes and fees to be included within the bid items.
    Attachment J07, titled "Company Specialized Experience – Construction Form," is a critical document for government solicitations, specifically RFP 75H701-26-R-00014. It requires construction companies to detail their specialized project experience over the past six years. The form mandates providing information for each project, including its type, the firm's name, project name and location, owner, general scope, facility type, building size, the company's role and self-performed work, contract dollar value, subcontracted work, construction dates, owner performance evaluation, and any terminations or liquidated damages. A key component is the requirement for owner references, including contact names and telephone numbers. This form is essential for evaluating a company's qualifications and ensuring they possess the necessary experience for projects of similar type and scope.
    The "Past Performance Questionnaire (PPQ) Form PPQ-0" is a critical document for evaluating contractor performance in response to Solicitation 75H701-26-R-00014, a federal government RFP. It requires contractors to provide detailed information about their company and past contracts, including project descriptions, roles (prime, sub, JV), contract numbers, types, values, and completion dates. Clients then complete sections on quality, schedule, customer satisfaction, management, cost, and safety/security, using a rating scale from Exceptional to Unsatisfactory, with specific definitions and justifications for each. The form emphasizes the importance of client feedback for assessing performance risk and allows for direct submission to the government or through the offeror. It also includes sections for explaining discrepancies in contract pricing or dates and for providing an overall narrative assessment of the contractor's performance.
    The Indian Health Service (IHS) is soliciting proposals for the Zuni Quarters Sewer Improvement project at the Zuni Comprehensive Community Health Center in Zuni, NM. This 100% Small Business set-aside construction project, with an estimated value between $100,000 and $250,000, aims to address aging sewer lines. The scope of work includes constructing new sanitary sewer lines, reconnecting service laterals, backfilling trenches, and demolition. Key dates include a site visit on January 7, 2026, and a proposal due date of January 26, 2026. The contractor must provide a one-year warranty, adhere to a 90-calendar-day performance period, and coordinate extensively with the Owner while maintaining facility operations. Strict requirements for submittals, progress meetings, daily reports, and payrolls are outlined. Contractor personnel must be identified, and adherence to safety and environmental regulations is mandatory.
    Lifecycle
    Title
    Type
    Similar Opportunities
    KHC Old Housing Renovations
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified contractors for the KHC Old Housing Renovations project in Kayenta, Arizona, aimed at conducting comprehensive renovations of residential facilities. The project encompasses various tasks, including the replacement of doors, flooring, kitchen and restroom cabinets, plumbing, HVAC systems, and more, to enhance living conditions for residents. This initiative is part of the IHS's commitment to improving housing for Native American communities, and interested contractors must submit their qualifications by January 15, 2025, at 12:00 PM MST to Daisha Richards at Daisha.Richards@ihs.gov. Potential bidders are reminded that this is a market research notice, not a solicitation, and must be registered in the System for Award Management (SAM) to participate.
    Solicitation_75H70726Q00022_Podiatrist-Non-Personal_Healthcare_Services_ZCCHC
    Health And Human Services, Department Of
    The Department of Health and Human Services, Indian Health Service (IHS), is soliciting proposals for one Podiatrist Non-Personal Healthcare Services contract for the Zuni Comprehensive Community Health Center (ZCCHC) in Zuni, New Mexico. The selected podiatrist will provide clinical and surgical podiatric services five days a week, with an expected patient load of approximately 15 patients per day and surgical procedures performed at the Gallup Indian Medical Center based on patient need. This solicitation is set aside for Indian Small Business Economic Enterprises (ISBEE) as the first tier, with cascading set-asides for other small business categories if no reasonable offers are received. Interested parties must submit their proposals, including technical qualifications, past performance documentation, and a price quote, by January 13, 2026, at 03:00 PM (MT), and may direct inquiries to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.
    Janitorial and Cleaning Supplies - Santa Fe Indian Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking quotes for janitorial and cleaning supplies for the Santa Fe Indian Health Center in New Mexico. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, with the aim of providing essential cleaning products to support the health center's operations. The selected contractor will be responsible for delivering a comprehensive range of janitorial supplies, adhering to specific technical requirements, and ensuring timely deliveries. Interested offerors must submit their quotes by January 9, 2026, at 12:30 PM MST, and are required to register with the System for Award Management (SAM) prior to award. For further inquiries, potential bidders can contact Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Name Brand: Remove & Install Water Fountains - Santa Fe Indian Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for the removal and installation of new Elkay ezH2O enhanced refrigerated, filtered, stainless steel bottle-filling stations at the Santa Fe Indian Health Center in New Mexico. The project involves replacing existing drinking fountains with one bi-level ADA model and twelve single ADA models, along with providing three years' worth of OEM replacement filters for maintenance. This procurement is significant as it aims to enhance the accessibility and quality of drinking water facilities within the health center, promoting better health outcomes for the community served. Interested Indian Small Business Economic Enterprises (ISBEEs) must submit their quotes by January 16, 2026, at 12:30 PM MST, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    KHC Weed Control Services for Quarters
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking qualified contractors to provide weed control services for two housing sites in Kayenta, Arizona. The procurement involves a one-time chemical treatment and will be structured as a base contract with four option years. These landscaping services are critical for maintaining the health and safety of the housing environment, and the contract will adhere to the NAICS code 561730, which has a small business size standard of $9.5 million. Interested parties must submit their qualifications and relevant documentation by January 15, 2025, at 12:00 PM MST to Daisha Richards at Daisha.Richards@ihs.gov, ensuring compliance with registration requirements in the System for Award Management (SAM) and adherence to the Indian Economic Enterprise criteria if applicable.
    Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade – Construction (Gallup, NM)
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade project in Gallup, New Mexico. This construction project aims to redesign and install a new fire alarm system to meet current safety standards, replacing an outdated system across multiple buildings within the medical center. The contract, set aside for 100% Indian Small Business Economic Enterprises (ISBEE), has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 calendar days from the notice to proceed. Interested contractors must submit their proposals by January 27, 2026, and can contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further information.
    Housekeeping Vacuums - Kayenta Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for housekeeping vacuums and replacement parts for the Kayenta Health Center in Arizona. The procurement is set aside for Indian Owned Small Business Economic Enterprises (ISBEE) and includes a detailed list of required items such as Trident vacuums, various filters, and accessories essential for maintaining cleanliness in healthcare facilities. Interested vendors must ensure compliance with the Buy Indian Act and complete the Indian Economic Enterprise Representation Form, with proposals due by January 22, 2026, at 1:00 PM EST. For further inquiries, potential contractors can contact Brandon Martinez at brandon.martinez@ihs.gov.
    FYSU Water Mgt Plan Development, Maint, Verification, and Legionella Testing Services
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is soliciting quotations from qualified small business vendors for the development, maintenance, verification, and Legionella testing services of a comprehensive Water Management Plan (WMP) at the Fort Yuma Health Center (FYHC) in California. The contractor will be responsible for creating a facility-wide WMP during the base year, with ongoing maintenance and updates in subsequent option years, ensuring compliance with various health and safety standards. This procurement is critical for maintaining safe and effective water systems, which include mechanical and domestic water systems, and involves regular testing for Legionella and other contaminants. Quotes are due by January 15, 2026, at 1:00 PM EST, and must be submitted via email to Minkyu Kim at minkyu.kim@ihs.gov, with mandatory registration in SAM for eligibility.
    Albuquerque Area Indian Health Service Sustainable Products and Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for sustainable products and services in the Albuquerque area. This procurement aims to identify sources that can provide environmentally friendly and sustainable solutions tailored to the needs of the Indian Health Service. The goods and services procured will play a crucial role in enhancing healthcare delivery while promoting sustainability within the community. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should reach out to Eric Wright at eric.wright@ihs.gov or call 505-256-6752 for further details regarding this opportunity.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking contractors for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3, which involves Horizontal Directional Drilling (HDD) for water transmission pipelines in New Mexico. This construction project, valued between $30 million and $60 million, aims to enhance water supply reliability for the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico, through the installation of 42-inch and 36-inch buried pipelines across various locations. Interested contractors must adhere to stringent quality control and assurance requirements, submit performance and payment bonds, and be registered in SAM, with proposals due by January 28, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.