Water Service Line Sapulpa, OK
ID: RFQ1511724Type: 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 WATER SUPPLY FACILITIES (Y1NE)

Set Aside

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

The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for the installation of a water service line in Sapulpa, Oklahoma, under Request for Quotes RFQ1511724. The project requires contractors to furnish and install a water service line in accordance with specified materials and construction standards, with a performance period of 60 calendar days from the Notice to Proceed. This procurement is set aside for Indian Economic Enterprises, emphasizing the importance of supporting Indian-owned businesses in federal contracting. Interested contractors must submit their quotes by April 25, 2025, and can direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov, with an estimated award amount under $25,000.

Files
Title
Posted
Apr 10, 2025, 4:06 PM UTC
The document outlines an estimate for a project related to water service connections under the Okmulgee OEH&E Field Office. Specifically, it details the installation and fittings of a 2-inch DR 11 polyethylene water service line, with a required length of 400 linear feet, accompanied by one isolation valve and valve box. The total project cost is not specified in the excerpt but is noted with a date of estimate set for March 25, 2025. To be eligible for contract award, bidders are required to submit bids for all items in the schedule. This bid requirement emphasizes the collective nature of the components involved in the water service connection project, which aligns with federal procurement practices aimed at ensuring comprehensive offers from contractors.
Apr 10, 2025, 4:06 PM UTC
The document outlines a proposed on-site sewer system project coordinated by the Indian Health Service for a specific community in Creek County, Oklahoma. It includes detailed specifications for the sewage disposal design, addressing the installation of various components such as spray heads, a new ATU (aerobic treatment unit), and a water meter. The property spans 14.75 acres, with information on existing and proposed infrastructure including a septic tank, lagoon, and drainage fields. Directions to the site are provided along with demographic and geographic data relevant to the project. An engineer named Marcus Birdtail and several others are involved in the project, which falls under federal regulations for sanitation facilities. The report highlights the essential components required for compliance with health standards and effective waste management solutions for rural communities.
Apr 10, 2025, 4:06 PM UTC
The document outlines the Statement of Work for a water service line installation project located at 14814 W 101st St S, Sapulpa, OK. The contractor is required to furnish and install the water service line according to specifications, including standards for materials such as polyethylene pipe, fittings, and valves. The construction schedule mandates that work occur Monday through Friday during set hours and involves notifying Project Oversight, Marcus Birdtail, three days prior to starting. Warranty for materials and labor is set at a minimum of one year. Installation guidelines emphasize proper separation from sewer lines, protection of existing fencing, management of any damaged utilities, and specialized procedures for creek crossings. Trenching requirements state specific depth and backfill conditions, including rock excavation methods when applicable. The site must be restored to its original condition post-project, and testing for leaks in the joints is a mandatory step before backfilling. Overall, this document serves as a detailed directive governing the safe and compliant installation of water infrastructure, reflecting the rigor needed in government contracts to ensure public resource protection and community health standards.
Apr 10, 2025, 4:06 PM UTC
The document outlines the additional provisions, terms, and conditions relevant to federal solicitations, particularly focusing on clauses incorporated by reference from the Federal Acquisition Regulation (FAR). It lists numerous clauses that address essential contractor obligations, including personal identity verification, system for award management maintenance, labor standards, and environmental compliance. The clauses cover various aspects of contracting, such as submission of bids, compliance with construction wage rate requirements, tax reporting, and requirements around telecommunications equipment. The document emphasizes the need for compliance with relevant federal laws and standards, including provisions for small businesses and specific certifications related to labor and environmental impacts. It also mentions the importance of site inspections and provides contact details for oversight. The purpose of this document is to establish legal and operational guidelines for contractors responding to RFPs, ensuring they meet the necessary standards set forth by federal regulations during contract execution. Overall, this comprehensive listing serves as a reference for contractors to ensure compliance with contractual obligations in federal projects.
Apr 10, 2025, 4:06 PM UTC
The Indian Health Service's Division of Acquisition Policy has issued a representation form related to the Buy Indian Act, emphasizing self-certification for Offerors claiming to be "Indian Economic Enterprises." This document outlines the requirement for enterprises to meet specific eligibility criteria at three critical points: upon making an offer, at contract award, and throughout the contract's performance. If an enterprise fails to meet these criteria during any phase, it must notify the Contracting Officer immediately. The form also highlights that false information can lead to legal penalties under federal laws. Offerors must affirm their eligibility for Indian Economic Enterprise status, provide details about ownership, and ensure registration with the System of Award Management (SAM). This process is part of the broader frame of federal RFPs and grants aimed at supporting Indian-owned businesses within government contracting, thereby promoting economic development in Native American communities.
Apr 10, 2025, 4:06 PM UTC
The document outlines wage determinations for heavy construction contracts in Oklahoma, specifically for projects involving sewer and water line construction across six counties. It incorporates provisions from the Davis-Bacon Act, mandating that contractors pay minimum wage rates as specified by Executive Orders 14026 and 13658, depending on contract conditions. The wages stipulated for various classifications, including electricians, power equipment operators, ironworkers, and laborers, reflect updated rates effective January 3, 2025. For contracts initiated on or after January 30, 2022, the minimum wage of $17.75 applies, whereas contracts awarded earlier but not renewed are subject to a minimum of $13.30. Furthermore, the document provides guidelines on worker protections, including paid sick leave per Executive Order 13706, and specifies how contractor classifications and wage rates may be appealed. This wage determination serves to ensure fair compensation in federally funded construction projects, aligning with labor standards and workforce protections within relevant jurisdictions.
Apr 10, 2025, 4:06 PM UTC
The document is a Request for Quotation (RFQ) RFQ1511724 issued by the Indian Health Service (IHS) for the installation of a water service line in accordance with specific work requirements and drawings. The RFQ does not constitute an order but rather solicits price quotations from contractors for the specified services, mandating that all submissions be delivered by April 25, 2025. The RFQ includes essential provisions such as the Davis Bacon Wage Decision, indicating that prevailing wage rates apply to the work to be performed. It also notes that any representations or certifications attached to the RFQ must be completed by the quoting party. The document provides a structured format, indicating the issuing office, destination consignees, quantity, and units required, along with instructions for quoting parties regarding prompt payment discounts. Overall, the RFQ outlines the government's requirements and conditions for potential contractors to ensure compliance with regulatory standards and facilitate procurement for public service.
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.
Samantha DeGoede New Test Well (Mossyrock, WA, Lewis County)
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting quotes for the installation of a new residential drinking water well in Mossyrock, WA, under solicitation number 75H70125Q00024. The project aims to enhance local water accessibility and is set aside exclusively for small businesses, with an estimated construction cost ranging from $25,000 to $100,000. This initiative is critical for ensuring safe drinking water and compliance with health standards, emphasizing the importance of proper water resource management. Interested contractors must submit their quotes electronically by May 15, 2025, to Colleen Henry at colleen.henry@ihs.gov, and are encouraged to review all attached documents for detailed requirements and specifications.
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.
(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.
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.
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.
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.
SOURCES SOUGHT: Treatment of Closed Loop Water System
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources for water treatment and analysis services for closed loop cooling systems at the Kayenta Service Unit in Arizona. This sources sought notice aims to conduct market research to identify potential contractors capable of fulfilling this requirement, which falls under the NAICS code 221310 for Water Supply and Irrigation Systems. Interested parties are encouraged to submit their qualifications, including company profiles and capability statements, by May 4, 2025, to Flora Washington at flora.washington@ihs.gov. It is important to note that this is not a solicitation, and all submissions must comply with the requirements outlined in the IHS IEE Representation Form for those claiming Indian ownership status.
Stephan Booster Station & WM Replace
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the replacement of the Stephan Booster Station and approximately 9,900 linear feet of water main in Chamberlain, South Dakota. The project aims to enhance water service reliability for the local community by removing and replacing existing infrastructure, with a construction magnitude estimated between $1,000,000 and $5,000,000. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed-Price contract, following a Request for Proposal (RFP) process with Lowest Price Technically Acceptable (LPTA) evaluation criteria. Interested parties should contact Daniel Cotto at daniel.cotto@ihs.gov or 240-461-7841 for further details, and must ensure registration in the System for Award Management (SAM) to be eligible for award consideration.
Healthcare Grade Ceiling Tiles
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for the procurement of healthcare-grade ceiling tiles for the Claremore Indian Hospital in Oklahoma. The solicitation, identified as RFQ IHS1512016, includes three line items: healthcare-grade ceiling tiles measuring 20 in x 60 in and 2 ft x 4 ft, along with shipping services, totaling 1,372 units. These tiles are essential for maintaining high healthcare standards within the facility, as they must meet stringent performance criteria, including anti-bacterial properties and compliance with healthcare guidelines. Interested vendors must submit their written quotes by April 30, 2025, at 10:00 AM CST, to the designated contact, Misti Bussell, via email at misti.bussell@ihs.gov, and ensure they are registered in the System for Award Management (SAM) prior to contract award.