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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    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.
    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.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Contractor shall furnish and install a water line extension for SR#6139 and SR#6734 in Bixby, OK (Tulsa Co.) in accordance with the attached Statement of Work and drawings.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water line extension for State Routes 6139 and 6734 in Bixby, Oklahoma. The project involves the installation of approximately 200 linear feet of 8-inch C900 DR14 PVC water main line and associated appurtenances, with a completion timeline of 90 calendar days from the Notice to Proceed. This procurement is a 100% Indian-owned set-aside under NAICS code 237110, with an estimated contract value between $25,000 and $100,000, emphasizing the importance of compliance with local and federal standards for water supply facilities. Interested contractors must submit their quotes by January 5, 2026, and are encouraged to contact Noleen Powell at noleen.powell@ihs.gov for further details and clarification.
    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.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    Landscape Services for IHS, Mashpee Wampanoag Health Service Unit
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting quotes for landscape services at the Mashpee Wampanoag Health Service Unit in Mashpee, Massachusetts. The procurement aims to maintain the landscaping and gutter services for three modular units, ensuring a professional appearance and preventing infestation, with services required from March 1, 2026, to October 31, 2026, and four optional one-year extensions. This opportunity is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses. Interested vendors must submit their quotes, including required documentation, to Courtney Davis at courtney.davis@ihs.gov by 3:00 p.m. Central Time on December 15, 2025, to be considered for the contract, which will be awarded based on the lowest price technically acceptable.
    FY26 GSU THC Pharmaceutical Medication Returns [base+3options]
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is soliciting proposals for pharmaceutical medication returns at the Tohatchi Health Center in New Mexico. This procurement, set aside for small businesses, requires offerors to provide waste disposal services, including waste characterization, container provision, staff training, and ongoing support, with a contract period spanning from January 1, 2026, to December 31, 2026, and options for three additional years. The services are critical for managing hazardous pharmaceutical waste in compliance with regulatory standards, ensuring safe disposal and environmental protection. Interested parties must submit their proposals by December 19, 2025, at 3:00 PM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.
    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.
    BFSU Trash Removal Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a sole source contract for trash removal services to Blackfeet Solid Waste for the Blackfeet Service Unit in Browning, Montana. The contract will cover essential waste management services for the year 2025, from January 1 to December 31, at both the Blackfeet Service Unit and the Heart Butte Clinic. This procurement is crucial for maintaining public health standards through effective waste disposal in the community. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov or by phone at 406-338-6452 within seven days of this notice, with the contract valued at $54,440.00.