Contractor shall furnish and install a sewer service line for K. McMillian #3279 in Moore, OK (Cleveland, Co.) in accordance with the statement of work and drawing provided.
ID: 246-25-Q-0029Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEOK CITY AREA INDIAN HEALTH SVCOKLAHOMA CITY, OK, 73114, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)

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 seeking qualified contractors to furnish and install a sewer service line for K. McMillian #3279 in Moore, Oklahoma. The project involves providing materials, including PVC piping, and adhering to specific construction schedules and regulatory requirements, with a total estimated cost of under $25,000. This procurement is crucial for maintaining public health infrastructure and ensuring compliance with local and federal standards. Interested small businesses must submit their quotes by March 17, 2025, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the installation of a sewer tap and service line at a specified location in Moore, Oklahoma. It details the requirements for the project's components, including the furnishing and installation of a new tap, a sewer service line made of 4" PVC Sch-40, and two cleanouts with backflow preventors, highlighting that the contractor is responsible for securing all necessary permits and fees. The work must conform to local city specifications and the attached IHS "Sewer Service Line Scope of Work." The estimated quantity for each item and total costs are also presented, indicating that the project is structured to comply with municipal regulations and specifications. The RFP emphasizes adherence to local codes and quality standards throughout the construction process, ensuring safety and functionality in the community's sewer infrastructure.
    The document outlines the terms and conditions associated with federal government contracts, specifically focusing on clauses incorporated by reference within procurement solicitations. Key provisions include identity verification for contractor personnel, compliance with wage rate requirements, and representations related to telecommunications. The document emphasizes the importance of adherence to construction and labor standards, particularly for contracts that exceed certain monetary thresholds. Additional stipulations address the conditions for termination, inspection and acceptance of work, as well as the obligations for maintaining compliance with various regulations, such as the Buy American Act. Notable clauses dictate the responsibilities of contractors regarding timely bid submissions, subcontracting arrangements, and transparency in payment practices. Contractors are encouraged to conduct site inspections, with a point of contact provided for coordination. The regulation document is essential in guiding contract execution, ensuring compliance with federal standards, and promoting fair business practices within government procurements that involve construction and service contracts.
    This document represents a combined synopsis and solicitation under RFQ 246-24-Q-0029, specifically for a sewer service line installation, designated as a 100% Indian Owned set-aside under NAICS code 237110. The project scope requires the contractor to adhere to specified technical and material standards, submitting a firm fixed-price quote, along with relevant past performance documentation and specific forms to qualify. There is a period of performance of 60 calendar days post-award, with a total project budget of under $25,000. Notably, the evaluation process prioritizes pricing and technical acceptability, strictly adhering to requirements laid out in the statement of work. Quotes must be submitted by February 14, 2025, with no site visits scheduled and questions due by February 7, 2025. The award will be given to the responsible offeror providing the lowest reasonable price that meets all specifications, with the government reserving rights to make awards without discussions. This solicitation emphasizes compliance with federal procurement regulations, supporting both economic enterprise initiatives and responsible engagement with Indian-owned businesses.
    The Indian Health Service has issued a Request for Quotes (RFQ) 246-24-Q-0029 for the furnishing and installation of a sewer service line, reserved 100% for small businesses under NAICS code 237110. The project has a performance period of 60 calendar days and a budget cap of $25,000. Interested parties must submit their quotes by March 17, 2025, along with a firm fixed-price quote, technical specifications, and evidence of related past performance. Quotes will be evaluated based on price and technical acceptability, with the lowest reasonable offer meeting all requirements likely to be awarded the contract. There's no scheduled site visit, and inquiries must be submitted by March 7, 2025. All required documents and specifications can be accessed on the designated government acquisition websites. The agency emphasizes the importance of adhering strictly to the submission requirements to avoid disqualification.
    The Indian Health Service (IHS) document outlines the requirements for self-certification under the Buy Indian Act for entities seeking federal procurement opportunities. It emphasizes the need for an “Indian Economic Enterprise” to meet specific criteria at various stages: when an offer is submitted, at contract award, and throughout the contract performance. If eligibility changes, the contractor must inform the Contracting Officer immediately. The document highlights that Contracting Officers may require proof of eligibility and warns against submitting false or misleading information, which could lead to legal penalties. Offerors must also be registered with the System of Award Management (SAM). The representation section requires the Offeror to affirm their status regarding Indian ownership, ensuring compliance with the Buy Indian Act’s stipulations. Overall, the document underscores the importance of maintaining eligibility as defined by federal regulations during the procurement process.
    This document outlines essential clauses and terms related to a federal government's request for proposals (RFPs) for construction contracts. It specifies clauses incorporated by reference, which are integral to ensuring compliance with federal regulations and laws. Key provisions encompass identity verification for contractor personnel, maintenance of system awards, regulations regarding telecommunications, and adherence to construction wage rate requirements. Moreover, it delineates stipulations regarding bid submissions, the contractor's responsibilities, and the government’s right to inspect, accept, or reject work based on compliance. The terms emphasize obligations regarding equal opportunity, environmental standards, and contractor accountability. Additionally, the document includes guidelines for responding to site visits and maintaining communication with key project personnel. Overall, this document serves as a comprehensive framework to ensure both contractors and the government understand their roles, responsibilities, and expectations, promoting transparency and adherence to legal standards throughout the contracting process.
    This Request for Quotation (RFQ) by the Indian Health Service seeks bids for the furnishing and installation of a sewer service line at the OEH&E Field Office in Shawnee, Oklahoma. Issued on February 6, 2025, by the Oklahoma City Area Office, the RFQ has an estimated value of less than $25,000 and specifies a deadline for quotes by February 14, 2025. The document includes a statement of work and associated drawings, which detail the project requirements. Additionally, it incorporates the Davis Bacon General Wage Decision and relevant Federal Acquisition Regulation (FAR) clauses. The RFQ clarifies that responses are not offers and that the government does not assume responsibility for the costs incurred in submitting quotations. The document highlights the project's domestic supply requirement, reinforcing compliance with regulations and guidelines. In summary, this RFQ outlines the project scope, requirements for contractor quotes, and legal standards applicable to the work, ensuring a structured procurement process while inviting competitive bids.
    This Request for Quotation (RFQ) from the Indian Health Service (IHS) solicits vendors to supply and install a sewer service line, with a total estimated cost of under $25,000. The RFQ was issued on March 4, 2025, and must be submitted by March 17, 2025. The project details, including a statement of work and drawings, are attached to the document. The RFQ emphasizes that quotes submitted do not constitute offers and the government is not liable for any costs incurred during the quotation process. It also adheres to the Davis Bacon Act, which incorporates wage decisions for federally funded projects. Interested vendors should provide a quotation to the specified issuing office, with a clear requirement for domestic origin supplies unless noted otherwise. This RFQ represents the government’s structured approach to procurement under federal guidelines, aiming to ensure compliance with stipulated regulations while facilitating necessary health-related infrastructure improvements.
    The document outlines a Statement of Work for the installation of a sewer service line at a specified location in Moore, Oklahoma. It details the contractor's responsibilities, including the provision of materials, such as PVC piping, and adherence to construction schedules, inspection protocols, and regulatory requirements. Notably, the construction must be conducted under the supervision of licensed personnel, ensuring quality assurance throughout the process. The installation guidelines emphasize proper techniques for piping, necessary permits, and required testing for leak integrity. After construction, the site must be restored to its original condition, with comprehensive Record Drawings submitted to the Project Engineer. The mandate aligns with government standards typical in federal and state RFPs, underlining the project's focus on public infrastructure maintenance and compliance with local regulations.
    The government document focuses on providing information relevant to federal and state/local Requests for Proposals (RFPs) and federal grants. It highlights the process for submitting proposals and obtaining grants, emphasizing key requirements and eligibility criteria. Among the central themes are compliance with federal regulations, the importance of detailed project planning, and collaboration with various stakeholders. The document underscores the necessity for applicants to demonstrate capacity, sustainability, and impact in their proposals to secure funding. It may also provide guidelines for financial management, timeline projections, and the significance of measurable outcomes to assess project effectiveness. Understanding the nuances of both RFPs and grants is crucial for entities aiming to participate in federally funded initiatives. Overall, this file serves as a foundational resource for organizations seeking to engage in governmental projects, ensuring they are informed of the procedural expectations and strategic frameworks necessary for successful proposal submissions and grant applications.
    Similar Opportunities
    Install a Sewer Service Line Bixby, OK
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors to install a sewer service line in Bixby, Oklahoma. The project involves the installation of a 4-inch SDR 35 PVC sewer service line, adhering to local regulations and industry standards, with a focus on quality assurance and compliance with the City of Bixby’s construction codes. This initiative is part of the federal government's efforts to improve local infrastructure and public health through reliable sanitation services. Interested contractors, particularly those qualifying as Indian Economic Enterprises under the Buy Indian Act, must submit their proposals by March 21, 2025, and can contact Jeffrey Gilmore Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov for further information.
    Garrett Hull OSS (Makah)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified small businesses to provide an on-site septic system in Clallam Bay, Washington. The project involves the installation of a sewer system, treatment tanks, and a drain field, with an estimated cost ranging from $25,000 to $100,000. This opportunity is particularly significant as it encourages participation from Indian Economic Enterprises under the Buy Indian Act, promoting Native American ownership in federal contracting. Interested firms must submit their responses by March 10, 2024, and can direct inquiries to Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
    Install a septic tank and lagoon in Mayetta, KS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to install a septic tank and lagoon system in Mayetta, Kansas. The project involves constructing a 1,000-gallon septic tank, a wastewater lagoon, and associated piping, with adherence to specific construction standards and local regulations. This procurement is crucial for enhancing residential sanitation systems and ensuring compliance with federal guidelines, including the Davis Bacon wage decision. Interested parties must submit their quotes by February 28, 2025, and can contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or 405-951-3740 for further information.
    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.
    IHS Nationwide Sanitation Facilities Construction (SFC) A-E Services Multiple Award IDIQ
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified small business architect-engineer firms to provide design and engineering services for sanitation facilities across American Indian communities. The procurement aims to award up to eight Indefinite Delivery-Indefinite Quantity (IDIQ) contracts, each with a maximum value of $8 million, to enhance infrastructure related to water systems, wastewater systems, and solid waste facility planning. This initiative underscores the importance of improving sanitation services in underserved communities, ensuring compliance with federal regulations and the Buy Indian Act. Interested firms must submit their qualifications, including a completed Standard Form 330, by 2:00 PM (PST) on March 28, 2025, and can contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further information.
    Whiteriver Pipeline Testing
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors for the Whiteriver Pipeline Testing project in Arizona. The project involves exposing existing piping, disconnecting it, and constructing a vertical extension for a threaded connection, followed by a fire flow test to gather critical data on the pressure and flow rate of a 12-inch main line. This testing is vital for the design of the water system for a new hospital and for obtaining necessary water quality samples. Interested contractors must respond by March 12, 2025, at 1300 local time, and are required to self-certify as Indian Economic Enterprises (IEE) to comply with the Buy Indian Act. For further inquiries, contact Dale C Clark at dale.clark@ihs.gov.
    Geotechnical Engineering Services for a new water storage Tank, Wyandotte, OK
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for geotechnical engineering services related to the construction of a new water storage tank in Wyandotte, Oklahoma. The project involves the construction of a 120,000-gallon, 100-foot tall standpipe tank, requiring comprehensive subsurface evaluations, foundation design recommendations, and compliance with relevant public water supply standards. This initiative is crucial for enhancing local water infrastructure and ensuring reliable access to clean water for community health. Interested contractors must submit their quotations by March 31, 2025, and can direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
    Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract. This procurement aims to gather specialized cost data and estimating services that will support the construction and renovation of facilities serving Native American communities. The selected contractor will play a crucial role in ensuring accurate budgeting and financial planning for projects that enhance healthcare infrastructure. Interested parties should contact Matt D Sanders at matt.sanders@ihs.gov or 206-374-7302, or Andrew E. Hart at andrew.hart@ihs.gov or 206-615-2453 for further details. Additionally, Offerors must comply with the Buy Indian Act and confirm their status as an "Indian Economic Enterprise" throughout the contract process.
    TPPIHC Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the TPPIHC Roof Replacement and Fall Protection project at the Taos-Picuris Health Center in Taos, New Mexico. This project involves replacing the existing roofing system and implementing fall protection measures, with an estimated construction cost between $1 million and $5 million, and is set aside for Indian Small Business Economic Enterprises (ISBEE). The successful contractor will be responsible for adhering to safety regulations, coordinating with health authorities, and completing the project within 180 calendar days. Proposals are due by March 20, 2025, following a mandatory site visit on March 5, 2025. Interested parties can contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further information.
    Nooksack Sulwhanon Community Well (Everson, WA)
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting bids for the Nooksack Sulwhanon Community Well project located in Everson, Washington. The project aims to construct a new 12-inch diameter production well to replace an inadequate existing supply well, ensuring safe and reliable drinking water for 25 homes and 5 non-residential connections while addressing water quality issues such as high iron concentrations. This initiative is a 100% Small Business Set Aside under NAICS code 237110, with a construction budget ranging from $100,000 to $250,000, and requires completion within 120 calendar days following the notice to proceed. Quotes are due by March 13, 2025, and interested contractors should contact Toby Hayden at toby.hayden@ihs.gov or call 503-414-5524 for further details.