Betty Jane Bagley OSS Replacement (Suquamish)
ID: 75H70125Q00001Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEDIV OF ENGINEERING SVCS - SEATTLESEATTLE, WA, 98121, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF OTHER UTILITIES (Y1NZ)

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 for the installation of a new septic system on Fee land in Bremerton, Washington, as part of the Betty Jane Bagley OSS Replacement project. The project involves constructing a 2-Compartment Septic Tank, an Advanced Treatment Unit, and associated infrastructure, with an estimated budget ranging from $25,000 to $100,000. This initiative is crucial for ensuring proper waste management and environmental compliance in the area, and it emphasizes the inclusion of small and disadvantaged businesses, particularly Native American and Veteran-owned entities. Interested parties must submit their qualifications and relevant project experience by October 16, 2024, and can direct inquiries to Robert S. Miller or Andrew E. Hart via the provided contact information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service (IHS) document outlines the self-certification requirements for Offerors under the Buy Indian Act, ensuring that businesses qualify as “Indian Economic Enterprises” throughout all phases of a solicitation, contract award, and the duration of contract performance. The document emphasizes the need for factual and verifiable representation of eligibility, requiring Offerors to notify the Contracting Officer if their status changes. Successful applicants must also be registered with the System of Award Management (SAM). It is important to note that false claims can lead to severe legal consequences under various federal laws. The form requires completion of key information, including the name of the enterprise's owner, certification of Indian ownership, and business details. The overall purpose is to maintain compliance with the Buy Indian Act while facilitating contract opportunities for Indian-owned enterprises.
    The Indian Health Service (IHS) is seeking information through a Sources Sought notice for the installation of a new septic system on Fee land in Bremerton, Washington. This market research aims to identify potential contractors, particularly focusing on small and disadvantaged businesses, including Native American and Veteran-owned entities. The project entails creating a 2-Compartment Septic Tank, Advanced Treatment Unit, and associated infrastructure, with a budget estimated between $25,000 and $100,000. Respondents are invited to submit company information, bonding capabilities, and relevant project experience, emphasizing that this is not a solicitation for proposals. The IHS requires detailed submissions that demonstrate capabilities in construction management, quality control, and prior project accomplishments. For Native American-owned businesses, additional documentation is necessary, including the IHS IEE Representation Form. All submissions must be emailed by October 16, 2024, and questions directed to designated IHS contacts, ensuring compliance with federal standards throughout the process.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    75H71025Q00002 GSU THC Sewer Pipe Pipe Re-alignment
    Active
    Health And Human Services, Department Of
    The Indian Health Service, under the Department of Health and Human Services, is soliciting proposals for the sewer pipe line re-alignment project at the Tohatchi Health Center in Tohatchi, New Mexico. The primary objective of this project is to install a separate laboratory sanitary sewage system to prevent disruptions caused by sewage backups from shared trunk lines, which involves replacing existing cast iron pipes with appropriately sized PVC pipes and ensuring compliance with safety and regulatory standards. This initiative is crucial for enhancing the infrastructure of healthcare facilities while maintaining operational integrity during construction. Proposals are due by October 8, 2024, with the project scheduled to commence on November 1, 2024, and conclude by December 31, 2024. Interested contractors can contact Ken Parrish at Ken.Parrish@ihs.gov or by phone at 505-726-8895 for further information.
    Construct a Wastewater Lagoon System
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to construct a wastewater lagoon system. This system will be used for sewage and waste facilities. The procurement is a combined synopsis/solicitation under the Buy Indian Set-Aside program. The contractor will be responsible for furnishing and installing the wastewater lagoon system according to the provided drawing and statement of work. The project has a performance period of 60 calendar days from the Notice to Proceed. Interested parties must submit their quotes by February 2, 2024. The quotes can be submitted via email or in a sealed envelope to the designated office. The evaluation of quotes will be based on price and technical acceptability. The award will be given to the responsible and responsive offeror with the lowest reasonable price and meeting all technical specifications.
    Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the renovation of the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota, focusing on achieving USP compliance. The project encompasses various construction activities, including demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, all while ensuring adherence to federal construction standards and local regulations. This initiative is crucial for enhancing healthcare infrastructure and maintaining operational continuity for the facility, which serves an underserved community. Proposals are due by October 18, 2024, at 2:00 PM CT, and interested contractors should direct inquiries to Shaukat Syed at shaukat.syed@ihs.gov or call 214-767-3934.
    IHS, Pawnee Nephrology Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for nephrology services at the Pawnee Indian Health Center (PIHC) in Oklahoma, with the intent to award a one-year contract. The contractor will provide on-site nephrology care twice a month, with the possibility of adjustments based on patient demand, and must adhere to IHS quality standards and regulatory guidelines. This procurement is crucial for enhancing healthcare services for Native American populations, ensuring comprehensive nephrology care, and maintaining compliance with public health standards. Interested vendors must submit their quotes by 4:00 PM CST on September 5, 2023, to Judy Eaves at judy.eaves@ihs.gov, and the procurement is unrestricted with a focus on promoting participation from small and disadvantaged business enterprises.
    ACL - Biohazardous Waste Management Removal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Small Business Indian Firms to provide biohazardous waste management services at the Acoma-Canoncito-Laguna Indian Health Center in New Mexico. The procurement involves bi-monthly collection and disposal of regulated medical waste, including sharps and pharmaceuticals, along with the provision of various waste containers and staff training on compliance with federal and local regulations. This initiative underscores IHS's commitment to supporting Native American businesses under the Buy Indian Act, aiming to establish a firm-fixed price contract with an eligible Indian Small Business Economic Enterprise (ISBEE). Interested firms should respond via email with their ISBEE certification, capabilities statement, and registration details in the System for Award Management (SAM) by the specified deadline, with further inquiries directed to Judith Mariano at judith.mariano@ihs.gov or Patricia P Trujillo at patricia.trujillo@ihs.gov.
    P--Environ. Sampling and Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is preparing to solicit proposals for Environmental Sampling and Remediation Services under a National Multiple Award Environmental Remediation Services IDIQ Contract, specifically targeting Indian-owned Small Business Economic Enterprises (ISBEEs). The procurement aims to award approximately three Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total maximum value of $45 million over a five-year period, to qualified contractors who will conduct environmental assessments, develop remediation plans, and execute remediation on properties owned by the BIA and other Department of the Interior (DOI) agencies across various locations in the United States. Interested ISBEEs must have a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) to participate, with the formal solicitation expected to be issued around September 23, 2024. For further inquiries, interested parties can contact Lara Wood at lara.wood@bia.gov.
    NNMC, Request for Miscellaneous Materials and Supplies for Construction, Plumbing, Heating/Cooling Air Ventilation
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking capable sources to provide miscellaneous materials and supplies for construction, plumbing, and heating/cooling air ventilation at the Northern Navajo Medical Center (NNMC) in Shiprock, New Mexico. This opportunity is a Sources Sought notice aimed at gathering information for market research purposes, with the intent to establish a 12-month base contract that may include two additional option years. The procurement falls under the NAICS code 332913, which pertains to Plumbing Fixture Fitting and Trim Manufacturing, and emphasizes the preference for Indian economic enterprises as per the Buy Indian Act. Interested parties must submit their capabilities package to Cornelius Tsipai by October 10, 2024, at 12:00 PM MST, including necessary documentation to confirm eligibility and experience in similar work.
    Grounds Maintenance Services for Santa Fe Indian HC & San Felipe HC
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for Grounds Maintenance Services at the Santa Fe Indian Health Center and San Felipe Health Clinic in New Mexico. The contract will encompass a range of services including landscape maintenance, trash removal, and snow and ice removal, structured as a Firm-Fixed-Price purchase order with a base year and four option years, extending from 2024 to 2029. This procurement is vital for maintaining a safe and clean environment for healthcare delivery to Native American populations, ensuring compliance with federal regulations and standards. Interested offerors must submit their proposals by November 1, 2024, by 12:00 p.m. MDT, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Trash Compactor Preventative Maintenance Services for the Jicarilla Service Unit
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for Trash Compactor Preventative Maintenance Services at the Jicarilla Service Unit located in Dulce, New Mexico. The contract requires the selected contractor to perform biannual inspections and maintenance, as well as provide on-call repair services, ensuring compliance with all relevant federal, state, local, and IHS regulations. This service is crucial for maintaining the operational integrity of waste disposal equipment, which is essential for health and safety standards in the facility. Proposals are due by 5:00 PM MST on October 7, 2024, and interested parties should contact Stephanie Begay at stephanie.begay3@ihs.gov or call 505-256-6750 for further information.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Solicitation No. 140P2024R0050). The project aims to construct a new water treatment facility, including advanced treatment technologies, while ensuring compliance with environmental regulations and minimizing disruptions to park activities. This initiative is critical for maintaining essential infrastructure within the park, with an estimated contract value exceeding $10 million and a performance period of 822 calendar days from the notice to proceed. Interested contractors must submit their proposals by November 12, 2024, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or call 720-402-8467.