Water Service Line, Sapulpa, OK
ID: 246-25-Q-0061Type: 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 seeking qualified contractors to furnish and install a water service line in Sapulpa, Oklahoma, under the solicitation RFQ 246-25-Q-0061. The project involves the installation of 400 feet of 2-inch PVC and 180 feet of 1-inch HDPE water service lines, along with necessary fittings and hydrants, adhering to specific technical specifications and compliance with federal regulations. This procurement is a 100% Indian Owned set-aside under NAICS code 237110, with an estimated award amount under $25,000, emphasizing the importance of enhancing public water infrastructure in Native American communities. Interested bidders must submit their quotes by May 30, 2025, and can direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.

    Files
    Title
    Posted
    The Okmulgee OEH&E Field Office outlines a Request for Proposal (RFP) for a water main line extension project. This initiative involves capping and abandoning an existing one-inch water line, installing various components, including a four-inch PVC casing, gate valves, and a connection to the existing water system. The project is divided into two schedules: Schedule A focuses on the main line extension, encompassing tasks like the installation of insulated tracer wire and the flushing hydrant. Schedule B involves servicing with a one-inch polyethylene water service line and fittings, including an isolation valve and a pressure regulator provided by the water district. Interested bidders must submit proposals for all items across both schedules to be considered for an award. The document emphasizes compliance with specified materials and requirements crucial for project success.
    The document outlines a comprehensive Statement of Work for the installation of water main lines and related infrastructure at a specified location in Sapulpa, Oklahoma. The contractor is tasked with installing 400 feet of 2-inch PVC and 180 feet of 1-inch HDPE water service lines, along with necessary fittings and hydrants, in adherence to local and state regulations. Key components include a construction schedule requiring prior notice for any work delays, a quality assurance protocol conforming to environmental standards, and a submission process for materials that must receive approval before installation. The document emphasizes a warranty on materials and labor for at least one year, and details the standards for materials used, such as PVC pipe, gate valves, and self-flushing hydrants, referencing applicable industry standards. Testing and disinfection processes are outlined to ensure safety and compliance with health standards prior to service activation. Finally, the contractor is responsible for site restoration and addressing any construction deficiencies identified during the final inspection by the Project Oversight. This file represents part of a structured government Request for Proposals (RFP) process aimed at enhancing public water quality infrastructure while ensuring regulatory compliance throughout the project lifecycle.
    The document outlines the project for constructing sanitation facilities, specifically a water main extension by Creek County Rural Water District #2 in Oklahoma under Public Law 86-121. It contains essential project layouts, notes, and legends crucial for contractors to understand the construction requirements. The contract emphasizes the contractor's responsibility in determining the exact locations of existing utilities, protecting site conditions during construction, and ensuring compliance with specified installation guidelines for water mains. Key points include the need for proper testing and disinfection of new water lines, adherence to depth requirements for water lines under roadways, and the installation of specified fittings and valves. Additionally, it mandates the collection of satisfactory bacteriological samples under supervision to ensure water safety before the line can be put into service. Overall, the document serves as a critical reference for ensuring the successful execution of the water main extension project, highlighting compliance and procedural standards to achieve effective sanitation and water service delivery in the region.
    The document details the additional provisions, terms, and conditions relevant to federal government requests for proposals (RFPs) and grants. It outlines various clauses incorporated by reference under the Federal Acquisition Regulation (FAR), covering topics such as contractor identity verification, wage rates, telecommunications regulations, submission of bids, and compliance requirements related to construction and contracting. The document specifies applicable North American Industry Classification System (NAICS) codes and small business size standards, as well as various certifications and representations that bidders must comply with in SAM (System for Award Management). Notably, it emphasizes due diligence in site investigations and conditions affecting proposed work, while also providing consultation contacts for contractors. The content emphasizes the government’s intention to ensure regulatory compliance, equitable practices, and operational standards throughout the contracting process. The structure systematically organizes the myriad of clauses and requirements, helping contractors navigate the complexities of federal procurement.
    The document outlines specifications for various components of water and sewer systems, focusing on materials and equipment standards for federal and local government projects. It details requirements for nominal pipe sizes, gate valves, blow-off hydrants, automatic flushing hydrants, steel pipes, polyethylene, and polyvinyl chloride (PVC) pipes. Key points include compliance with AWWA standards, specific manufacturer approvals (Mueller or AVK for valves), and stringent testing and certification procedures for pipes to ensure quality and safety. Installation guidelines cover joint types, quality control measures, and environmental considerations, such as protecting PVC pipes from UV exposure. Payment structures for various items, including excavation and material provisions, are also specified. This document serves as a critical framework for ensuring the reliability and compliance of municipal water and sewer infrastructure components in adherence to government RFPs and grant regulations, ultimately aiming to provide efficient public services while maintaining safety and environmental standards.
    The document is a representation form for the Indian Health Service under the Buy Indian Act, intended for Indian Economic Enterprises submitting responses to solicitations or requests for information. It verifies that the Offeror meets the criteria for being classified as an “Indian Economic Enterprise,” which they must maintain throughout the evaluation and contract period. The self-certification requires accurate representation of eligibility, and any false information submitted may lead to legal consequences. The form requires the name of the firm, ownership details, business name, and a DUNS number, ensuring compliance with the System of Award Management (SAM) for eligibility in set-aside or sole source contracts. The purpose is to facilitate the participation of eligible Indian-owned businesses in federally funded contracts, thereby promoting economic opportunities for Native American communities while maintaining strict validation and accountability measures.
    The document appears to be a corrupted file and does not provide coherent information regarding government RFPs, federal grants, or state/local RFPs. However, if we assume that it was meant to contain information on these topics, the summary would aim to delineate the federal government's requests for proposals and grants, outlining the primary goals, eligibility criteria, funding availability, and specific project requirements seeking to address local needs or improvements. In a normative context, such documents generally aim to solicit proposals that could enhance community services, infrastructure, and economic development. The main topic likely relates to various RFPs initiated by federal agencies aimed at supporting specific projects through detailed guidelines for applicants, fostering transparency, and encouraging innovative solutions. Given the aim of effectively engaging individuals and organizations capable of fulfilling the stated needs, this would showcase the commitment of the government towards community enhancement and responsible funding allocation, despite the corrupted state of the provided file hindering a specific detailed analysis.
    The document outlines a permit exception issued to Creek County RWD #2 for the construction of a 400-foot PVC waterline extension as part of the Soma Learned Waterline Extension project in Creek County, Oklahoma. Dated February 13, 2025, the permit requires adherence to approved plans and regulations under Environmental Quality Code. Key stipulations for the permit include that construction must commence within six months, compliance with public water supply operation rules, and certification of sufficiency by a licensed water works operator before the waterline can enter service. The permit also includes conditions preventing unauthorized modifications and stipulates that failure to comply may result in penalties. The document emphasizes the importance of safe operational practices and the responsibilities of the permit holder, highlighting the regulatory framework governing public water supplies. Overall, it serves as a formal authorization while specifying the obligations of the recipient regarding construction and maintenance.
    The document is a Request for Quotations (RFQ) issued by the Oklahoma City Area Office of the Indian Health Service, seeking bids for the installation of a water service line. The RFQ, numbered RFQ246-24-Q-0061, requires contractors to adhere to specific conditions, including compliance with the Davis Bacon General Wage Decision, which mandates wage standards for laborers and mechanics on government projects. Interested parties must submit their quotations by May 30, 2025, and are reminded that submitting a quotation does not constitute an offer or obligate the government to any payments. Additional specifications, including the project scope and design drawings, as well as site visit information, are attached to the RFQ. The procurement process aims to ensure that only qualified vendors participate, focusing on the installation's quality and adherence to federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@ihs.gov.
    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.
    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.
    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.
    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.
    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.
    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 in South Dakota. This project aims to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. The procurement is 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 Notice to Proceed. Interested contractors must submit their proposals electronically by December 17, 2025, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or by phone at 206-615-2452.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new rooftop unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    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.
    Rental and Support for Pharmacy Will Call Management System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors to lease, install, and support a Pharmacy Will Call Management System for the Lawton Indian Hospital and Anadarko Indian Clinic in Oklahoma. The system must utilize RFID and barcode technology to enhance medication dispensing accuracy, facilitate audits, ensure secure storage of controlled substances, and integrate with existing electronic health record systems, while also complying with HIPAA regulations. This procurement is crucial for improving pharmacy operations and ensuring the safety and efficiency of medication management within federal IHS sites. Interested parties can contact Audrey Yackeyonny at audrey.yackeyonny@ihs.gov or by phone at 580-354-5381 for further details regarding the solicitation.