Water Service Line Inola, OK
ID: 246-25-Q-0062Type: 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 quotes for the installation of a water service line in Inola, Oklahoma, under the solicitation number RFQ 246-25-Q-0062. The project involves furnishing and installing a 2-inch diameter polyethylene water service line, totaling 1,130 linear feet, along with necessary components such as isolation valves and valve boxes, adhering to federal standards and specifications. This initiative is crucial for enhancing local water infrastructure and ensuring reliable service, with an estimated contract value of less than $15,000. Interested Indian-owned businesses must submit their quotes by May 16, 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 is issuing a request for proposals (RFP) for a water service connection project in Inola, Oklahoma. The RFP outlines the scope of work involving the installation of a 2-inch diameter polyethylene water service line, which totals 1,130 linear feet, alongside an isolation valve and valve box. Bidders are required to submit proposals for all items listed in the schedule to be considered for the project award. This document emphasizes the need for compliance with bidding requirements and highlights the project’s total estimated cost as a significant factor in the award process. The initiative reflects the government’s commitment to improving local infrastructure and ensuring reliable water service.
    The document outlines a proposed onsite sewer project identified as Project # OK23-F79, located in Rogers County, Oklahoma. The project involves installing a water service line (WSL) consisting of 1130 linear feet of 2" DR11 HDPE with isolation valves and valve boxes, alongside various other components such as an aerobic spray system and drainage features for a four-bedroom home. Specific directions to the site are provided, along with property and water system details including pump tank specifications and required spray areas. It includes technical specifications like pump size, casing depth, and capacities, underscoring the project’s compliance with sanitation facility standards. The file also contains administrative details, such as relevant contacts from the Indian Health Service and project personnel, indicating a structured approach to managing this repair and service enhancement initiative. Overall, the document serves as a detailed proposal for improving sanitation facilities, crucial for public health and regulatory adherence.
    The document outlines a Request for Proposal (RFP) for the installation of a water service line in Inola, Oklahoma. The contractor is tasked with furnishing and installing a specified water service line per provided specifications, including site location and construction schedule. Key requirements include prior notification for work commencement, inspection conditions, operating hours, and permitting guidelines pertaining to existing utilities. A minimum one-year warranty on materials and labor is mandated. The specifications detail material standards, installation requirements, and trench specifications necessary for the proper installation and maintenance of the water service line. Testing requirements for leak detection prior to backfilling are emphasized, along with restoration of the site to its original condition. The RFP aligns with federal standards, ensuring compliance with various ASTM and AWWA specifications, reflecting the government's commitment to quality and safety in public infrastructure projects. The document is signed by Project Engineer Dalton Barnes, marking its official approval and oversight. This project is vital for enhancing the water infrastructure in the area, demonstrating government investment in local utilities and community services.
    This government document outlines the additional provisions and terms for contractors regarding federal RFPs and grants. It includes a detailed list of clauses incorporated by reference, such as regulations governing personal identity verifications, wage rate requirements, and guidelines for small business participation under various federal laws. Key clauses emphasize compliance with labor standards, construction requirements, and federal regulations on telecommunications. The document underscores the importance of contractor adherence to established laws like the Buy American Act and specifics regarding employment standards and certifications. Additionally, it highlights the significance of site visits for work performance verification and the responsibilities of the contractor in case of delays or terminations. By combining various federal regulations and requirements, this document serves as a comprehensive guide for contractors participating in governmental projects, ensuring legal compliance and standardized practices across contracts.
    The Indian Health Service's document serves as a self-certification form for enterprises seeking to qualify as “Indian Economic Enterprises” under the Buy Indian Act, as stipulated by 25 U.S.C. 47. It mandates that these criteria must be met throughout the solicitation response, contract award, and performance periods. If an enterprise fails to meet the qualifications at any time, they are required to inform the Contracting Officer immediately. Additionally, successful Offerors must register with the System of Award Management (SAM). The document also warns that providing false information or claims can lead to legal penalties. Offerors must indicate whether they meet the definition of an “Indian Economic Enterprise” and provide necessary details, including the name of the owner and the tribal affiliation, alongside a DUNS number. This document underlines the importance of compliance with eligibility requirements and the legal implications of false claims, reinforcing the federal commitment to supporting Indian-owned businesses within government contracting.
    The document outlines wage determinations for heavy construction projects in specific counties of Oklahoma, under General Decision Number OK20250030, effective January 3, 2025. It highlights compliance with the Davis-Bacon Act and emphasizes the requirement to pay minimum wage rates established by Executive Order 14026 for contracts awarded post-January 30, 2022, and Executive Order 13658 for contracts between January 1, 2015, and January 29, 2022. Various trade classifications and corresponding wage rates are listed, including electricians, power equipment operators, ironworkers, and laborers, with differing wage rates and fringe benefits specified. The wage determination establishes a framework for worker compensation, ensuring protections and rights under current federal labor laws and executive orders, including sick leave provisions. The document also details the appeals process for wage determination disagreements and administrative review, emphasizing the role of the Department of Labor's Wage and Hour Division. This comprehensive framework ensures fair compensation and adherence to labor standards for federal construction contracts, reflecting the government's commitment to worker rights and equitable labor practices in public contracts.
    This document is a Request for Quotation (RFQ) issued by the Indian Health Service for the provision and installation of a water service line in Pawnee, Oklahoma. The RFQ number is RFQ246-24-Q-0062, issued on April 30, 2025, with a submission deadline of July 30, 2024. The document specifies that it is not an order but rather a request for quotations, emphasizing that responses do not constitute an offer and that the government is not obligated to pay any related preparation costs. The scope of work includes detailed statements and drawings attached, along with provisions governed by the Davis-Bacon wage decision, which sets standards for worker wages. The RFQ also includes federal clauses applicable to the procurement process and mentions site visit information. Interested parties must provide their quotes along with necessary representations and certifications before the deadline, ensuring compliance with all relevant regulations. Overall, the RFQ aims to solicit competitive bids while adhering to strict guidelines and conditions related to public contracting and service delivery, particularly targeted within the Indian Health Service framework.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Sources Sought - FYSU Water Management Plan Development, Maintenance, Verification, and Legionella Testing Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide comprehensive Water Management Plan (WMP) development, maintenance, verification, and Legionella testing services for the Fort Yuma Health Center (FYHC) in California. The contractor will be responsible for creating a facility-wide WMP that adheres to ANSI/ASHRAE Standard 188, CMS QSO 17-30, and CDC guidance, which includes ongoing maintenance, quarterly and semi-annual verification visits, and routine water sampling for Legionella, heterotrophic plate count (HPC), and E. coli. This initiative is crucial for ensuring the safety and compliance of the health center's water systems, thereby protecting public health. Interested vendors must respond with their qualifications, including company details and IEE status, to Minkyu Kim at minkyu.kim@ihs.gov, as this is a sources sought notice aimed at market research and compliance with the Buy Indian Act.
    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.
    ISBEE Set-Aside: Indian Health Service - Oracle Hyperion Licenses
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking quotations for Brand Name Oracle Hyperion Licenses under solicitation RFQ 75H70426Q00007. This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEEs) and includes a requirement for both Oracle Essbase Plus and Oracle Hyperion Planning Plus licenses, with a total of 195 perpetual licenses and an option for an additional 75 licenses for each product. The contract will span from January 29, 2026, to January 28, 2027, with four one-year option periods extending to January 28, 2031, and all-inclusive pricing is required. Interested vendors must submit their quotes by December 23, 2025, at 10 AM EST, and any questions by December 17, 2025, to Natasha Bitsoi at Natasha.Bitsoi@ihs.gov.
    Pharmaceutical Dispensing Machine Implementation to Interface with ScriptPro
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking written quotes for the implementation of pharmaceutical dispensing machines to interface with ScriptPro systems across three locations: Clinton, El Reno, and Watonga, Oklahoma. The procurement includes six line items, encompassing both the implementation of the systems and 12 months of monthly service fees, with a performance period of 12 months from the date of award. This initiative aims to enhance the efficiency of pharmacy operations by automating package tracking and reducing errors, thereby improving service delivery to the Indian Health Centers. Interested vendors must submit their quotes by December 22, 2025, at 10:00 AM CDT to Misti Bussell via email at misti.bussell@ihs.gov, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    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 located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% 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 issuance of a Notice to Proceed. Proposals are due electronically by 2 PM Pacific Time on January 6, 2026, and interested parties should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or call 206-615-2452.
    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.