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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    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.
    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.
    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.
    ISBEE Set-Aside: Indian Health Service - Oracle Hyperion Licenses
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking quotations for Brand Name Oracle Hyperion Licenses under solicitation RFQ 75H70426Q00007. This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEEs) and includes a requirement for both Oracle Essbase Plus and Oracle Hyperion Planning Plus licenses, with a total of 195 perpetual licenses and an option for an additional 75 licenses for each product. The contract will span from January 29, 2026, to January 28, 2027, with four one-year option periods extending to January 28, 2031, and all-inclusive pricing is required. Interested vendors must submit their quotes by December 23, 2025, at 10 AM EST, and any questions by December 17, 2025, to Natasha Bitsoi at Natasha.Bitsoi@ihs.gov.
    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.
    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.
    Pharmaceutical Dispensing Machine Implementation to Interface with ScriptPro
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking written quotes for the implementation of pharmaceutical dispensing machines to interface with ScriptPro systems across three locations: Clinton, El Reno, and Watonga, Oklahoma. The procurement includes six line items, encompassing both the implementation of the systems and 12 months of monthly service fees, with a performance period of 12 months from the date of award. This initiative aims to enhance the efficiency of pharmacy operations by automating package tracking and reducing errors, thereby improving service delivery to the Indian Health Centers. Interested vendors must submit their quotes by December 22, 2025, at 10:00 AM CDT to Misti Bussell via email at misti.bussell@ihs.gov, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Sources Sought - FYSU Water Management Plan Development, Maintenance, Verification, and Legionella Testing Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide comprehensive Water Management Plan (WMP) development, maintenance, verification, and Legionella testing services for the Fort Yuma Health Center (FYHC) in California. The contractor will be responsible for creating a facility-wide WMP that adheres to ANSI/ASHRAE Standard 188, CMS QSO 17-30, and CDC guidance, which includes ongoing maintenance, quarterly and semi-annual verification visits, and routine water sampling for Legionella, heterotrophic plate count (HPC), and E. coli. This initiative is crucial for ensuring the safety and compliance of the health center's water systems, thereby protecting public health. Interested vendors must respond with their qualifications, including company details and IEE status, to Minkyu Kim at minkyu.kim@ihs.gov, as this is a sources sought notice aimed at market research and compliance with the Buy Indian Act.
    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.
    Pine Ridge Multi Phase Door Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi Phase Door Replacement project located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed Price contract, with a performance period of 270 calendar days following the issuance of a Notice to Proceed. Proposals are due electronically by 2 PM Pacific Time on January 6, 2026, and interested parties should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or call 206-615-2452.