Water Main Extension and Line for 4 Homes, Yukon, OK
ID: 246-25-Q-0021Type: 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, through the Indian Health Service, is seeking qualified contractors for a water main extension project in Yukon, Oklahoma, aimed at servicing four homes. The project involves the installation of approximately 1,594 linear feet of 6-inch and 1,108 linear feet of 4-inch water mains, including necessary valves and hydrants, to enhance sanitation facilities and public health services in the region. This initiative is particularly significant as it is a 100% Indian Owned set-aside under NAICS code 237110, with an estimated contract value ranging from $100,000 to $250,000. Interested contractors should contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov for further details and to ensure compliance with all bidding requirements.

    Files
    Title
    Posted
    This document outlines the construction project for sanitation facilities in Canadian County, Oklahoma, funded under Public Law 86-121 and managed by the Indian Health Service (I.H.S. Project No. OK21-F49 ELA III). The project focuses on extending a water line, detailing the layout and necessary installations over specific stations, including the connection to existing water mains and installation of multiple valves and hydrants. The summary includes specific instructions for contractors, highlighting the importance of identifying utility locations prior to construction and the responsibility of contractors to observe site conditions. Additionally, the document emphasizes safety procedures, such as notifying utility owners before excavation, and outlines compliance with environmental health and engineering standards. The project's scope entails the installation of approximately 1,594 linear feet of water main infrastructure, ensuring all activities occur within designated easements. Its successful execution is vital for improving sanitation facilities, thus enhancing public health services in the region.
    The Oklahoma City Area Indian Health Service is overseeing a water line extension project for the Canadian County Water Authority, detailed in the August 2024 document. This project, identified as IHS PROJECT OK-21-F49, involves the installation of approximately 1,594 linear feet of 6-inch and 1,108 linear feet of 4-inch water main to service four homes, including several gates and valves. Technical specifications cover general requirements, site construction, concrete work, and various project management aspects, outlining standards for materials, construction methods, and payment structures. The contractor must manage all equipment, labor, and necessary supplies while adhering to strict quality requirements, safety protocols, and environmental regulations. Regular communication with local agencies and completion of detailed submittals are mandatory for project execution. Compliance with erosion and sediment control measures is particularly emphasized to mitigate environmental impact during the construction process. This summary encapsulates the project's objectives, responsibilities, and execution guidelines, underscoring the commitment to providing essential water service infrastructure while adhering to federal and state standards.
    This document outlines wage determinations for heavy construction projects in Oklahoma, specifically affecting Canadian, Cleveland, Grady, Lincoln, and McClain counties. It details requirements under the Davis-Bacon Act, highlighting the necessary minimum wage rates established by Executive Orders 14026 and 13658, dependent upon contract initiation dates. For contracts starting or renewed after January 30, 2022, workers must receive a minimum of $17.75 per hour, while those covered under earlier contracts should earn at least $13.30 per hour. Various labor classifications, such as power equipment operators, ironworkers, and cement masons, have specified wage rates and fringe benefits. The document also describes procedures for wage determination appeals and the necessity for contractors to provide paid sick leave under Executive Order 13706. Compliance with these regulations ensures appropriate compensation and worker rights under federal contracts. The content is essential for contractors involved in government RFPs, grants, and local construction projects, reinforcing legal wage standards and protecting workers' rights during federally funded construction activities.
    The file details the responses to inquiries regarding a water service line extension project in Yukon, Oklahoma, designed to serve four homes. Key points include the process for disturbing driveways, seeding requirements, allowed open trench lengths, and specific construction materials and practices. Importantly, the project is a 100% Indian Owned set-aside under NAICS code 237110, requiring a firm price quote, detailed specifications, performance bonds, and evidence of relevant past performance for bid consideration. The contractor must comply with the Buy American Act and is responsible for disinfection and bacterial testing. The main water line will remain live during the tap, and manpower is required for specific tasks such as excavation material disposal and equipment staging. The total estimated award ranges from $100,000 to $250,000, with strict evaluation criteria related to price and technical compliance, emphasizing the significance of adhering to documented requirements for a successful bid.
    The document is a Bid Bond form, which is required in federal and state government procurement processes where a bid guarantee is necessary. It outlines the obligations of the Principal (the bidder) and the Surety(ies) in relation to a bid submission. The bond serves to ensure that if the Principal's bid is accepted, they will execute the contract and provide the necessary bonds within designated timeframes. The penal sum of the bond, which is the maximum amount the Surety may be liable for, is detailed alongside bid identification information such as the bid date, invitation number, and type of work (construction, supplies, or services) involved. The document specifies conditions under which the obligation becomes void, primarily focusing on the execution of contracts and bond requirements after a bid is accepted. Detailed instructions for filling out the form, including requirements for corporate seals, identification of Surety(ies), and the need for accompanying affidavits for individual Sureties, are provided to facilitate compliance. This standardized form plays a vital role in maintaining assurance and accountability in the government contracting process.
    This performance bond document serves as a legal instrument ensuring the Principal's commitment to fulfilling contractual obligations with the U.S. Government. It outlines the details concerning the bond execution, including the types of organizations involved, the penal sum, and the contract specifics such as the date and number. The obligations are nullified if the Principal meets contractual terms, including any modifications and tax obligations associated with the contract. The document also specifies requirements for executing the bond, including the necessity of corporate seals for corporate sureties and additional details regarding liability limits when multiple sureties are listed. The form must be approved for use in government contracts, highlighting the importance of adherence to federal regulations. Overall, this document is crucial for establishing financial responsibility and performance guarantees for government contracts, aligning with RFPs and federal grants requirements.
    The document is a Payment Bond form required by the federal government under Title 40, Chapter 31, Subchapter III. Its purpose is to protect individuals supplying labor and materials for a contract. The bond confirms the Principal (contractor) and Surety (surety company) are jointly responsible for a specified penal sum, ensuring payment to laborers and subcontractors involved in the contract. Key components include the legal name and address of the Principal, type of organization, names and addresses of Sureties, and the penal sum for the bond. The bond provides conditions under which the obligation becomes void, namely, if timely payments are made to all service providers. The document includes instructions for filling it out, including the necessity for corporate seals and individual surety affidavits. The bond form clearly delineates obligations, responsibilities, and required documentation, ensuring compliance with federal regulations pertinent to government contracts and grants, thus facilitating financial security in public construction projects.
    The Oklahoma City Area Indian Health Service's document outlines the specifications for a water line extension project for the Canadian County Water Authority in Canadian County, Oklahoma. This contract includes detailed provisions for the installation of approximately 1,594 linear feet of 6-inch and 1,108 linear feet of 4-inch PVC water mains, including installation of gate valves, air release valves, and flush hydrants. The document is organized into sections detailing general requirements, project management, quality controls, submittal procedures, site preparation, grading, excavation, erosion control, and installation methods, ensuring compliance with state and federal regulations. The project emphasizes safety, coordination with stakeholders, and adherence to standards throughout the various execution phases. Contractors are required to maintain communication with respective authorities, perform work during designated hours, and submit regular documentation to ensure compliance with contract specifications. The successful completion of the project is critical for enhancing water distribution infrastructure, highlighting the government's efforts to provide essential services to communities, alongside regulatory compliance and environmental considerations intrinsic to such undertakings.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    BFSU Utility - Water and Sewer Services
    Buyer not available
    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.
    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.
    Claremore Indian Hospital AHU 3 and 4 Replacements
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking contractors for the replacement of Air Handling Units 3 and 4 at the Claremore Indian Hospital in Oklahoma. This project falls under the Commercial and Institutional Building Construction category and is part of the maintenance of hospitals and infirmaries, emphasizing the importance of maintaining a safe and efficient healthcare environment for the community served. Interested contractors should note that this opportunity is set aside for Indian Economic Enterprises (IEE), and they can reach out to Taylor Kanthack at taylor.kanthack@ihs.gov or call 240-478-1501 for further details.