Garrett Hull OSS (Makah)
ID: 75H70125Q00018Type: Combined Synopsis/Solicitation
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
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 7:00 PM UTC
Description

The Department of Health and Human Services, through the Indian Health Service, is soliciting quotes 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 tanks, pump tanks, and a sand mound drain field, with an estimated construction cost between $25,000 and $100,000. The successful contractor will be responsible for all labor and materials, ensuring compliance with local regulations and federal standards, with a project completion timeline of 45 calendar days following the Notice to Proceed. Interested contractors should direct inquiries to Robert S. Miller at robert.miller2@ihs.gov, and submit sealed bids by April 17, 2025, at 2:00 PM CST.

Point(s) of Contact
Files
Title
Posted
Apr 15, 2025, 12:05 PM UTC
The document outlines the Statement of Work for the installation of an advanced septic system at a private residence owned by a Makah Tribe member in Clallam County, WA. The project involves installing a sophisticated OSCAR XO2-360 septic system, comprising various components including treatment and pump tanks, sewer pipes, and a sand mound drain field. The contractor must ensure compliance with local codes and secure necessary permits. Key tasks include mobilization, installation of the plumbing system, and coordination with relevant design professionals. The contractor is responsible for site conditions, obtaining approvals, and ensuring proper waste disposal during construction. All work must adhere to specified standards, with detailed submittals required pre- and post-construction, including warranties and maintenance information. The project timeline is set for completion within 45 calendar days following the Notice to Proceed. The designated project engineer and the Contracting Officer’s Representative are identified for oversight and compliance. Overall, this project is crucial for enhancing sanitation facilities critical for public health in the region.
Apr 15, 2025, 12:05 PM UTC
Apr 15, 2025, 12:05 PM UTC
Apr 15, 2025, 12:05 PM UTC
The document outlines the septic system installation project at 495 Eagle Crest Way, Clallam Bay, WA, to accommodate a three-bedroom single-family residence and associated structures. It includes specifications such as a 1000-gallon septic tank, a drainfield with a reserve area, and detailed requirements for soil conditions and construction practices, adhering to Washington State Department of Health regulations. Key construction notes highlight the need for pre-construction meetings, inspections, and strict adherence to established codes regarding utilities, erosion control, and septic system design. The installer is responsible for verifying utility locations and ensuring that environmental factors, such as water features and soil types, align with design specifications. Furthermore, protective measures must be taken during installation to prevent contamination and ensure system functionality. The document emphasizes the importance of communication with Absolute Earthworks for approvals, inspections, and any deviations from the approved plan. Compliance with local environmental health standards and detailed site preparation, including slope management and soil assessments, is crucial for the successful installation of the septic system, ensuring ecological protection and public health safety during the process.
Apr 15, 2025, 12:05 PM UTC
This government document outlines technical provisions for excavation, trenching, backfilling, and the installation of various wastewater management systems, including sewer service lines, individual septic tanks, lift stations, and aerobic treatment units. Key tasks involve supplying all necessary labor, materials, and equipment while adhering to specified construction methods and safety regulations. The document specifies excavation methods, protection measures, placement, and compaction of backfill materials, as well as requirements for surface restoration post-installation. It emphasizes compliance with federal and local standards, safe trench practices, and proper wastewater system connection and maintenance. Each technical provision includes guidelines for materials, installation techniques, and regulatory approvals required during the construction phases. Overall, the document serves as a comprehensive guide for contractors involved in wastewater infrastructure projects funded through federal and state programs, ensuring consistency and safety in the construction processes while addressing environmental concerns and community health standards.
Apr 15, 2025, 12:05 PM UTC
The OSCAR-XO2 Treatment System Design Manual outlines the specifications and operational details of the OSCAR-XO2 wastewater treatment system, manufactured by Lowridge Onsite Technologies. This system combines the XO2 treatment components (septic, aeration, clarifier, and pump chambers) with OSCAR drip tubing coils and sand media for effective wastewater management. The manual describes design options for single-family residences and non-residential applications, emphasizing the need for specific tank sizes and aeration requirements based on daily flow rates, which can reach up to 3,500 gallons per day. It provides detailed guidance on sizing various components, including treatment and discharge tanks, aerators, and OSCAR coils, along with the necessary hydraulic layouts and basal area calculations. Environmental compliance is critical, mandating that all designs align with Washington Department of Health regulations. The guidance includes step-by-step instructions for constructing the system, ensuring efficient operation while minimizing environmental impact. The document also addresses set-back requirements and the importance of maintaining appropriate distances from water features and property lines. In summary, this design manual serves as a comprehensive resource for professionals involved in planning and implementing wastewater treatment solutions, contributing to sustainable development and public health standards.
Apr 15, 2025, 12:05 PM UTC
The OSCAR-XO2 Installation Manual provides comprehensive instructions for the installation of the OSCAR-XO2 wastewater treatment system, manufactured by Lowridge Onsite Technologies, LLC. This system includes a septic chamber, aeration tank, clarifier, and pump chamber, designed to treat residential wastewater effectively. Key installation steps involve determining tank positioning, excavation, plumbing connections, and wiring the control panel. The manual emphasizes the importance of proper training for installers and specifies materials and component requirements, including polyethylene tanks and sch 40 PVC piping. Operational details of the LF1P-RF-AR control panel, system flushing protocols, and float settings are outlined to ensure efficient management of the installation. The manual also addresses replacement procedures for critical components such as solenoid valves and pumps, ensuring that installers have clear guidelines for upkeep. Overall, the document serves as a technical reference that supports compliance with local regulations, enhancing public health through effective wastewater management.
Apr 15, 2025, 12:05 PM UTC
The document outlines Amendment A00001 for the solicitation regarding the Garrett Hull OSS (Makah) project, managed by the Indian Health Services (IHS). The amendment includes responses to contractor inquiries and clarifications regarding project requirements. Key details indicate that the contractor is responsible for wiring the system and removing excess construction debris, including spoils from installation. It confirms the contractor will have access to permanent electrical power and sewage connections by the time of septic installation. Additionally, the use of polypropylene tanks is permitted under specific conditions. If weather conditions delay construction, extensions to the performance period may be granted. The proposal submission deadline remains unchanged at April 17, 2025, at 2:00 PM CST, and any changes to offers must acknowledge receipt of the amendment before this deadline. This document emphasizes clear communication and compliance in government contracting processes while ensuring that contractors are informed of their responsibilities and project timelines.
Apr 15, 2025, 12:05 PM UTC
This document outlines the payment structure for a construction project involving various infrastructure components, largely focusing on sewage treatment systems and their installation. It details payment terms for mobilization and demobilization, solid sewer pipes, underground cleanouts, aerobic treatment tanks, pump tanks with effluent pumps, Schedule 40 PVC supply and return lines, and sand mound distribution systems. Each section specifies compensation based on the quantity or size of items installed, encompassing costs related to excavation, backfilling, testing, and ensuring all installations meet operational standards. The guidelines emphasize the inclusion of necessary measures for creating fully functional systems and maintaining regulations. Overall, the document serves as a comprehensive payment schedule aligned with federal and local contracts, ensuring clarity and accountability in project execution. It aims at facilitating an organized and lawful approach to construction financing in municipal environmental infrastructure projects.
Apr 15, 2025, 12:05 PM UTC
The document outlines wage determinations for construction contracts in Clallam County, Washington, under the Davis-Bacon Act. It specifies that contracts awarded on or after January 30, 2022, must pay a minimum wage of $17.75 per hour based on Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $13.30 per hour under Executive Order 13658. The determination includes various trade classifications and prevailing wage rates, such as elevator mechanics, laborers, glaziers, sheet metal workers, truck drivers, and electricians, along with their respective fringe benefits. The document emphasizes the importance of compliance with federal regulations concerning worker protections, sick leave benefits, and wage adjustments based on regular updates of the executive orders. It also provides guidance on the appeals process for wage determinations, addressing initial decision inquiries and subsequent review mechanisms. This summary serves as an essential tool for contractors and stakeholders involved in federal projects, ensuring compliance with labor standards while facilitating workforce management within designated construction types in Washington state.
Feb 24, 2025, 10:05 PM UTC
The document outlines requirements for self-certification under the Buy Indian Act, administered by the Indian Health Service (IHS). It emphasizes that Offerors must confirm their status as an “Indian Economic Enterprise” at three critical points: when submitting an offer, at contract award, and throughout contract performance. An offeror must provide immediate written notice to the Contracting Officer if they no longer meet these eligibility requirements. Documentation may be required by Contracting Officers before awarding contracts under this act, with penalties imposed for false information or claims. The required representation confirms whether the Offeror meets the criteria of an Indian Economic Enterprise and includes space for the signature of the owner and relevant business details. This process is crucial for ensuring compliance with the Act and safeguarding the integrity of contract awards aimed at promoting Native American ownership in federal contracting opportunities.
Feb 24, 2025, 10:05 PM UTC
The Indian Health Service (IHS) is seeking information from businesses regarding a project for an on-site septic system in Clallam County, Washington. This request, categorized under a SOURCES SOUGHT notice, aims to assess interest and capabilities, specifically from small and Native American-owned firms. The project includes the installation of a sewer system, treatment tanks, and a drain field, with an expected project cost between $25,000 and $100,000. Interested parties are encouraged to provide detailed company information, past project experience, and bonding capacity, emphasizing their qualifications to fulfill the requirements. Additionally, the IHS highlights the preference for Indian Economic Enterprises under the Buy Indian Act, encouraging significant participation from small businesses while reminding that this notice is not a solicitation for proposals. Responses must be submitted by March 10, 2024, with specific guidelines for documentation. Overall, the IHS aims to gather thorough market insights to facilitate project planning and ensure compliance with regulations while fostering economic opportunities for eligible firms.
Apr 15, 2025, 12:05 PM UTC
The Indian Health Service (IHS) has issued a pre-solicitation notice for a construction project focused on installing a new homeowner’s on-site septic system in Clallam County, WA. This project, categorized under NAICS code 237110, is set as a Total Small Business Set-Aside, requiring offerors to be classified as small businesses with average annual revenues under $45 million. The anticipated solicitation release date is around March 18, 2025, with quotes due 30 days following issuance, though these dates may change. The project's scope includes the installation of various components such as a 1,000-gallon aerobic treatment tank, pump tank, and a 900-square foot sand mound drain field, adhering to relevant standards and regulations. The construction duration is expected to last 45 days post-Notice to Proceed, with the overall project magnitude estimated between $25,000 and $100,000. Interested contractors must register in the System for Award Management (SAM) database. This notice serves as information only and does not constitute a request for offers, urging potential bidders to monitor sam.gov for updates and to recognize that no hard copies of documents will be available.
Apr 15, 2025, 12:05 PM UTC
The Indian Health Service (IHS) is soliciting quotes for construction work on a project named “Garrett Hull (Makah) OSS” located in Clallam Bay, WA. The solicitation number for this Request for Quote (RFQ) is 75H70125Q00018, and it is designated as a 100% Small Business Set Aside under NAICS Code 237110, with an estimated construction cost between $25,000.00 and $100,000.00. Bidders must commence work within ten days of receiving a Notice to Proceed (NTP) and complete it within 45 calendar days. Key requirements include furnishing performance and payment bonds, adhering to U.S. Department of Labor Wage Determinations, and following established safety protocols. Interested contractors must submit sealed bids by the specified deadline and direct any inquiries to the contracting officer, Robert S. Miller. The contract stipulates that contractors are responsible for all labor, materials, and compliance with all relevant regulations during construction. The document details specific pricing schedules, scope of work, payment processes, and compliance requirements, emphasizing the significance of adhering to federal standards and timelines. This project exemplifies the government's initiative to enhance public health infrastructure through careful procurement and contract management processes.
Lifecycle
Title
Type
Garrett Hull OSS (Makah)
Currently viewing
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
Samantha DeGoede New Test Well (Mossyrock, WA, Lewis County)
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting quotes for the installation of a new residential drinking water well in Mossyrock, WA, under solicitation number 75H70125Q00024. The project aims to enhance local water accessibility and is set aside exclusively for small businesses, with an estimated construction cost ranging from $25,000 to $100,000. This initiative is critical for ensuring safe drinking water and compliance with health standards, emphasizing the importance of proper water resource management. Interested contractors must submit their quotes electronically by May 15, 2025, to Colleen Henry at colleen.henry@ihs.gov, and are encouraged to review all attached documents for detailed requirements and specifications.
Demolition of Historic Federal Clinic Buildings, Colville Service Unit (Nespelem, WA)
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the demolition of two historic clinic buildings located at the Colville Service Unit in Nespelem, Washington. The project involves the safe demolition and disposal of the original hospital building (Building 21) and Nurse’s Quarters (Building 22), which may contain hazardous materials such as asbestos and lead-based paint, necessitating proper abatement procedures prior to or during demolition. This initiative is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 238910, emphasizing the importance of local economic participation and compliance with tribal employment regulations. Proposals are due by May 26, 2025, and interested contractors should contact Toby Hayden at toby.hayden@ihs.gov for further details and to arrange a mandatory site visit scheduled for May 13, 2025.
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 qualified contractors to provide water and wastewater systems rehabilitation services in Holton, Kansas. The project involves the installation of new infrastructure, including a pump, pressure tank, wastewater lift station, and the abandonment of existing systems, all in accordance with the provided Statement of Work and associated drawings. This initiative is part of a broader effort to enhance public health and environmental safety through improved infrastructure, with an estimated contract value of less than $25,000. Interested parties must submit their quotes by May 9, 2025, and can direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
Water Service Line Mayetta, KS
Buyer not available
The Indian Health Service, part of the Department of Health and Human Services, is seeking qualified contractors for the installation of a water service line in Mayetta, Kansas. The project involves furnishing and installing a 2 ½-inch water service line at a specified location, with a performance period of 90 calendar days from the Notice to Proceed. This procurement is a total small business set-aside under NAICS code 237110, with an estimated award amount of less than $25,000, emphasizing the importance of compliance with federal labor standards as outlined in the Davis-Bacon Act. Interested contractors must submit their quotes by May 1, 2025, and direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
Residential Water service Line Quapaw, 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 residential water service line in Quapaw, Oklahoma, under the Request for Quotes (RFQ) number 246-25-Q-0059. The project involves furnishing and installing a 600-foot water service line made of 1.5-inch HDPE DR11 material, with a performance period of 60 calendar days from the Notice to Proceed. This procurement is set aside for Indian Economic Enterprises, emphasizing the importance of supporting Indian-owned businesses in providing essential public infrastructure services. Interested vendors must submit their quotes by May 9, 2025, with an estimated award amount under $15,000. For further inquiries, potential bidders can contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@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 involves comprehensive construction services, including the removal and replacement of outdated equipment, installation of modern systems, and compliance with safety and environmental regulations, particularly concerning asbestos abatement. This procurement is significant for enhancing healthcare infrastructure and ensuring compliance with current standards, with a contract value estimated between $1 million and $5 million. Interested contractors must submit their proposals by May 1, 2025, following a mandatory site visit on March 26, 2025, and can direct inquiries to Taylor Kanthack at taylor.kanthack@ihs.gov or by phone at 240-478-1501.
Tsaile Helipad Construction
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is seeking qualified firms for the construction of a new helipad at the Tsaile Health Center in Tsaile, Arizona. This project aims to enhance safety by establishing a designated landing area for medical evacuations, thereby reducing risks associated with current traffic management practices during such operations. The anticipated contract value is between $500,000 and $1 million, and responses to the sources sought notice must be submitted by 12:00 PM Pacific Time on May 9, 2025, to the Contract Specialist, Jong Kim, at jong.kim@ihs.gov. Interested firms, particularly those that are small businesses or Native American-owned, are encouraged to provide their capabilities and relevant project experience as part of their response.
REPLACEMENT OF SEPTIC TANK AT LOST HORSE
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of a septic tank at the Lost Horse Ranger Station in Joshua Tree National Park. The project involves removing an outdated 1967 septic tank and installing a modern 1,500-gallon system, ensuring compliance with current environmental codes and safety regulations. This initiative is crucial for maintaining the infrastructure of national parks and ensuring the facility's functionality and environmental compliance. Interested small businesses must submit sealed bids by the specified deadline, with a site visit scheduled for April 24, 2025, and the project completion expected within 30 days after the notice to proceed. For further inquiries, contact Caroline Bachelier at carolinebachelier@nps.gov.
Z--Lincoln Boyhood NM - Septic System Replacement
Buyer not available
The National Park Service is seeking bids for the replacement of the septic system at the Gale House within the Lincoln Boyhood National Memorial in Indiana. The project involves the complete removal and replacement of the existing sanitary sewer system, including the installation of a new septic tank, gravity sewer service lines, and a dual pump sewage lift station with automatic controls. This work is critical for maintaining the operational integrity of the memorial site, ensuring proper waste management and environmental compliance. The contract, valued between $250,000 and $500,000, is set aside exclusively for small businesses, with bids expected to be awarded by early July 2025. Interested contractors should contact Matt Frank at matthewfrank@nps.gov for further details and ensure they are registered in the System for Award Management (SAM) prior to the solicitation's release in mid/late April 2025.
100% ISBEE Set-Aside Demolition and removal of old dental clinic mobile home in Manderson, SD for Great Plains Area Indian Health Service OEHE
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for the demolition and removal of an old dental clinic mobile home located in Manderson, South Dakota. The project involves the demolition of a 15x60 manufactured trailer, including utility disconnections, debris disposal, earthwork, and site cleanup, all to be completed within 180 days from the notice to proceed. This initiative is part of a broader effort to enhance local health infrastructure and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to supporting Indian businesses in federal contracting. Interested contractors must submit their proposals by April 30, 2025, with project execution anticipated from June 1 to December 1, 2025. For further inquiries, potential bidders can contact Erin Doering at Erin.Doering@ihs.gov or by phone at 605-226-7662.