Contractor shall abandon a hand dug well for A. Wahwassuck#596 in Horton, KS (Brown Co.) in accordance with the statement of work and drawing.
ID: RFQIHS1508682Type: 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

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 10:00 PM UTC
Description

The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to abandon a hand-dug well for A. Wahwassuck in Horton, Kansas. The contractor will be responsible for safely decommissioning the well, which includes removing all pumps and debris, disinfecting the well, and plugging it with specified materials, while adhering to environmental and safety regulations. This procurement is set aside for 100% Indian-owned businesses under NAICS code 237110, with an estimated price range of less than $25,000 and a performance period of 60 calendar days from the award date. Interested parties must submit their quotes by April 4, 2025, and direct any inquiries to Noleen Powell at noleen.powell@ihs.gov.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 8:05 PM UTC
This document outlines the additional provisions, terms, and conditions related to federal government requests for proposals (RFPs) and grants. It primarily details various clauses incorporated by reference that govern the conduct and compliance of contractors and subcontractors engaged in federal contracts. The clauses cover topics such as personal identity verification, wage rate requirements, submission protocols, labor compliance, and performance standards. Importantly, it emphasizes the legal obligations and certifications that contractors must fulfill, including details about small business classifications, the Buy American Act, and labor standards. The document also highlights the need for contractors to ensure compliance with various federal regulations, including those pertaining to environmental standards, child labor, and workplace safety. Additionally, it includes directives for site visitation for construction contracts and procedures for managing contract modifications and terminations. Overall, the document serves as a comprehensive guide for prospective contractors to understand their responsibilities and the regulatory framework governing federal contracts.
Mar 26, 2025, 8:05 PM UTC
The document outlines a Request for Quotes (RFQ) IHS1508682 issued by the Indian Health Service (IHS) for the abandonment of a hand-dug well, specifically set aside for 100% Indian-owned businesses under NAICS code 237110. The procurement has an estimated price range of less than $25,000, with a performance period of 60 calendar days from award. Quotes are due by April 4, 2025, with no official site visits allowed. Proposals must include a firm fixed-price quote, technical specifications, two relevant past performances, and the Indian Economic Enterprise Representation form. Evaluation of quotes will be based on price and technical acceptability, and the award will go to the responsible offeror with the lowest reasonable price that meets all requirements. The document emphasizes compliance with the statement of work and the importance of complete submissions for consideration, highlighting the IHS's commitment to supporting Indian economic enterprises through this initiative.
Mar 26, 2025, 8:05 PM UTC
The Indian Health Service's Office of Management Services has issued a self-certification form under the Buy Indian Act for Offerors responding to solicitations or Requests for Information (RFIs). This form mandates that the Offeror confirms compliance with the definition of an “Indian Economic Enterprise” at various points: during the offer submission, at contract award, and throughout the performance period. If the Offeror's status changes, they must notify the Contracting Officer immediately. Additionally, successful Offerors must be registered with the System of Award Management (SAM). Misrepresentation regarding eligibility can lead to legal repercussions. The document emphasizes the importance of genuine self-certification for Indian-owned enterprises participating in government contracts, ensuring adherence to federal guidelines related to indigenous business ownership and participation in government procurement processes.
Mar 26, 2025, 8:05 PM UTC
The document appears to be a corrupted text file containing incoherent data, making it challenging to extract any meaningful information or discern a central topic. Therefore, no clear main ideas, supporting details, or structured content can be identified. The scattered characters and fragmented phrases indicate that the file is likely not usable in its current state for discussions related to government RFPs, federal grants, or local proposals. Consequently, this document fails to communicate any relevant information vital for analysis or comprehension in the context of government initiatives or requests for proposals. Further examination or recovery of a readable version would be necessary to provide a comprehensive summary.
Mar 26, 2025, 8:05 PM UTC
The document is a Request for Quotation (RFQ) issued by the Indian Health Service for the abandonment of a hand-dug well in Kansas. It specifies the scope of work, estimated to cost less than $25,000, and includes relevant federal provisions such as the Davis Bacon General Wage Decision and applicable FAR clauses. The RFQ outlines the contractor’s obligations and details like project location, submission deadlines, and a request for quotations due by April 4, 2025. It stresses that submitted quotes are not binding offers and that the government will not incur any costs from the quotation preparation. The overall aim of this RFQ is to solicit information and pricing from potential contractors to execute the specified work in compliance with federal requirements and local regulations. The document is structured clearly with distinct sections for vendor information, project details, and contact information for the contracting officer, ensuring comprehensive guidance for potential bidders.
Mar 26, 2025, 8:05 PM UTC
The document outlines a Statement of Work for the abandonment of a hand-dug water well at Wahwassuck, Horton, Kansas. The contractor is tasked with safely abandoning the well by removing all pumps and debris, disinfecting the well, and plugging it with specified materials including clean gravel and concrete or bentonite clay. It is essential that work schedules align with the Construction Inspector, and inspections must be performed before covering any work. A one-year warranty is required for all materials and workmanship. Additionally, site restoration is mandated, which includes applying fertilizer, seed, and mulch after the abandonment process. To ensure proper execution, the contractor must adhere to required regulations and provide Record Drawings to the Construction Inspector. This document reflects the formal procedures and quality standards necessary for well abandonment, showcasing the federal priority in maintaining environmental and public health safety.
Mar 26, 2025, 8:05 PM UTC
The document outlines a federal request for proposal (RFP) related to the abandonment of a water well located at 837 K-20 Highway, Horton, Brown County, Kansas. The project, referenced as "Well Abandonment," involves the decommissioning of an existing water well, which must be carried out by a licensed pump and/or water well installer in Kansas. The total cost for this service is noted as a lump sum, including necessary provisions for sands, gravels, concrete, bentonite clays, and soils required for the abandonment process. Additionally, there are provisions for the fertilization, seeding, and mulching of areas disturbed by the construction activities. The document indicates that the addressee, although listed as a company, has expressed a lack of interest in submitting a bid for this project. Overall, the RFP emphasizes specific contractual requirements for well abandonment while ensuring environmental considerations are addressed during the process.
Mar 26, 2025, 8:05 PM UTC
The document appears to contain a digitally signed note from Ted A. Schlueter, but does not provide specific details regarding a federal RFP, grant, or state/local RFP. Its primary purpose could be to confirm receipt or acknowledgment of information related to a governmental process, potentially in the context of application or compliance. The signature date of October 16, 2024, suggests relevance to ongoing or upcoming government matters. However, due to the lack of substantive content, the document does not offer key points or central ideas that illuminate a specific topic or initiative within federal or state grant procedures. Overall, the content implies an administrative function rather than a detailed RFP or funding framework.
Lifecycle
Similar Opportunities
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 quotes for water and wastewater systems rehabilitation services in Holton, Kansas. The procurement, designated as Request for Quotes (RFQ) 246-25-Q-0048, requires contractors to furnish and install essential water and wastewater systems at a specified location, adhering to the provided statement of work and drawings. This project is crucial for maintaining and upgrading local water infrastructure, ensuring compliance with federal regulations and environmental standards. Interested Indian-owned businesses must submit their quotes by April 22, 2025, with an estimated award amount of less than $25,000; inquiries should be directed to Jeffrey Earnest at jeffrey.earnest@ihs.gov or 405-951-3740.
Contractor shall furnish and install a water service line for K. Paakkonen #6702 in Okemah, OK (Okfuskee Co.) in accordance with the statement of work and drawing.
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water service line for K. Paakkonen 6702 in Okemah, Oklahoma. The project requires compliance with a detailed statement of work and associated drawings, focusing on the installation of polyethylene water service lines and adherence to local regulations. This procurement is exclusively set aside for Indian-owned businesses under the Buy Indian Act, with a contract value estimated at less than $25,000 and a performance period of 60 calendar days from the award date. Interested parties must submit their quotes by April 9, 2025, and direct any inquiries to Noleen Powell at noleen.powell@ihs.gov by April 4, 2025.
Water Line Extension and Line, Pawhuska, OK
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the installation of a water service extension and line in Pawhuska, Oklahoma, under solicitation RFQ 246-25-Q-0042. The project involves furnishing and installing a new 4-inch cast iron water line and a related 2-inch PVC sewer line, adhering to specific construction guidelines and local regulations. This procurement is part of the government's initiative to enhance water infrastructure and sanitation facilities, with an estimated contract value under $25,000. Interested contractors must submit their quotes by April 14, 2025, and can direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
Contractor shall furnish and install a water service line for E. Tynon #1184 in Miami, OK (Ottawa Co.) in accordance with the Statement of Work and drawing.
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water service line for E. Tynon 1184 in Miami, Oklahoma. The project involves the installation of approximately 450 linear feet of 1.5" HDPE DR11 water service line, connecting it to an existing water meter and home plumbing, with a performance period of 60 calendar days from the award date. This procurement is part of the government's initiative to enhance water infrastructure in Indian communities and is set aside exclusively for Indian-owned businesses under NAICS code 237110, with an estimated budget of less than $25,000. Interested contractors must submit their quotes by April 10, 2024, and direct any questions to Noleen Powell at noleen.powell@ihs.gov by April 7, 2024.
Sewer Service, Henryetta, OK
Buyer not available
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.
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.
F--Well Abandonment Easton MD
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors for a well abandonment project in Easton, Maryland, as part of its Water Science Center operations. The objective is to select a licensed contractor to seal and fill a monitoring well in compliance with state and local regulations, ensuring the restoration of the land surface and adherence to relevant standards before the project deadline of June 30, 2025. This competitive Request for Quotations (RFQ) is set aside for small businesses under the NAICS code 237110, which pertains to Water and Sewer Line and Related Structures Construction. Interested parties must submit their quotations via email to Mindie Dixon at mdixon@usgs.gov by April 14, 2025, at 2:30 PM Mountain Time, and are required to attend a mandatory site visit on April 1, 2025, at 09:00 EDT, with prior registration needed by March 28, 2025.
Garrett Hull OSS (Makah)
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting bids for the construction of an on-site septic system (OSS) for the Garrett Hull project located in Clallam Bay, Washington. This project, designated as a Total Small Business Set-Aside under NAICS Code 237110, involves the installation of an advanced OSCAR XO2-360 septic system, which includes various components such as treatment and pump tanks, sewer pipes, and a sand mound drain field, all aimed at enhancing public health infrastructure. The estimated construction cost ranges from $25,000 to $100,000, with a completion timeline of 45 calendar days following the Notice to Proceed. Interested contractors must submit sealed bids by the specified deadline and can direct inquiries to the primary contact, Robert S. Miller, at robert.miller2@ihs.gov or by phone at 214-767-8589.
PIMC N2o Pipe Decommission
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the decommissioning of nitrous oxide (N2O) piping systems at the Phoenix Indian Medical Center (PIMC). The primary objective of this contract is to safely decommission the N2O systems in compliance with NFPA 99 (2012) standards, which includes the removal of decommissioned piping and ensuring proper documentation throughout the process. This project is critical for maintaining safety and compliance within healthcare facilities, emphasizing the importance of adhering to federal regulations during such operations. Interested small businesses must submit their proposals by April 10, 2025, and direct any inquiries to Dale C. Clark at dale.clark@ihs.gov.
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 aims to remove outdated equipment, address life safety and environmental concerns, and install modern systems that comply with healthcare ventilation standards. This construction opportunity, set aside for Indian Small Business Economic Enterprises (ISBEE), has an estimated budget between $1 million and $5 million, with proposals due by May 1, 2025, following a site visit on March 26, 2025. Interested contractors should contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.