The Rosebud New Hospital Lift Station project in Rosebud, SD, aims to replace the existing sewer lift station at the Rosebud Hospital complex. The current system, which serves hospital quarters and tribal program buildings, is deteriorated and undersized, leading to frequent pump replacements and sewage backup. The project will involve the full removal and demolition of the old lift station, including the wet well, dry well, pumps, and piping. A new lift station will be constructed with a wet well, dry well, chopper pumps, and a new control system for monitoring. The new system will handle the current sanitary load and accommodate future expansion. The project has a 120-calendar-day period of performance and requires the contractor to comply with Oglala Sioux Tribe Tribal Employment Rights Office (TERO) requirements, including fees and work permits for employees.
The document outlines plans for the Rosebud Comprehensive Health Care Facility's lift station in South Dakota, part of an Indian Health Service project. It details the demolition of the existing lift station and the construction of a new one, including site plans, proposed layouts, and section views. Key elements involve replacing concrete and asphalt, installing a new chain-link fence, and connecting to existing force mains and water service lines. The project specifies the use of Vaughan submersible sewage chopper pumps and outlines comprehensive details for the lift station's structure, piping, electrical components, and safety features, such as vapor-tight lighting and ventilation. General notes emphasize the contractor's responsibility for verifying utility locations and site conditions before bidding. The project prioritizes safety and regulatory compliance throughout the upgrade process.
This government file outlines the scope of work, pricing, project management, quality requirements, and closeout procedures for a construction project at the Rosebud Comprehensive Health Care Facility on the Rosebud Indian Reservation. The project involves installing a new double box culvert lift station, sewer mains, and modifications to an existing manhole. The contractor is responsible for furnishing all necessary tools, equipment, materials, labor, and transportation, complying with all Tribal regulations, and coordinating with various entities. The document details specific bid items, measurement methods, and payment bases, emphasizing adherence to technical specifications, safety standards, and environmental regulations. It also specifies procedures for submittals, inspections, and final payment, ensuring comprehensive project execution and quality control.
The Indian Health Service (IHS) requires offerors to self-certify as an “Indian Economic Enterprise” (IEE) under the Buy Indian Act (25 U.S.C. 47) for solicitations like the Rosebud Lift Station Construction project. This certification must be valid at the time of offer, contract award, and throughout the contract performance period. Contractors must immediately notify the Contracting Officer if they no longer meet IEE eligibility. Contracting Officers may request documentation, and awards are subject to protest if eligibility is questioned. Successful offerors must also be registered with the System for Award Management (SAM). Providing false or misleading information is a violation of law, punishable under 18 U.S.C. 1001, and false claims during performance are subject to penalties under 31 U.S.C. 3729-3731 and 18 U.S.C. 287.
The Indian Health Service (IHS) has issued a Sources Sought/Request for Information (RFI) for the Rosebud Lift Station Construction project in Rosebud, South Dakota. This notice, also serving as a presolicitation, aims to identify qualified firms, particularly small businesses including Native American/Indian-Owned, 8(a), HUB-Zone, Women-Owned, Service Disabled Veteran-Owned, Small Disadvantaged, and Veteran-Owned Small Businesses, capable of performing the required work. The project involves the full removal and replacement of the existing wastewater lift station, including the installation of a new wet well, dry well, chopper pumps, force main connection, and a control system, to serve the hospital quarters and tribal program buildings. The anticipated project magnitude is between $500,000 and $1,000,000. The government is conducting market research to determine the acquisition strategy, including potential set-asides under the Buy Indian Act or other small business programs. Responses, including company information, point of contact, intent to propose, business type, bond capacity, and relevant project experience from the last six years, are due by December 24, 2026, at 2:00 PM Pacific Time via email to Daniel Cotto (daniel.cotto@ihs.gov). The solicitation is anticipated around February 2026.