Samantha DeGoede New Test Well (Mossyrock, WA, Lewis County)
ID: 75H70125Q00024Type: 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 WATER SUPPLY FACILITIES (Y1NE)

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 installation of a residential drinking water well at 297 DeGoede Drive, Mossyrock, WA. The project, designated as the "Samantha DeGoede New Test Well," aims to enhance local water accessibility and is set aside exclusively for small businesses under NAICS code 237110, with an estimated construction cost ranging from $25,000 to $100,000. Interested contractors must submit their sealed quotes electronically by May 22, 2025, at 8:00 PM EST, and are encouraged to review the solicitation documents for detailed requirements, including technical specifications and compliance with federal standards. For further inquiries, contractors may contact Colleen Henry at colleen.henry@ihs.gov or by phone at 240-463-3813.

    Point(s) of Contact
    Files
    Title
    Posted
    The government solicitation for the "Samantha DeGoede New Test Well" project (RFP No. 75H70125Q00024) outlines the requirements for drilling a residential water well in Mossyrock, WA. This project targets small businesses under NAICS 237110 and has an estimated construction cost of $25,000-$100,000. Interested offerors must submit sealed quotes by May 15, 2025, and the contract includes provisions for performance and payment bonds, though they are currently not required. The project consists of drilling, casing, grouting, and testing the well, with specific technical and safety standards mandated to ensure compliance. The completion time is tightly set at 30 days from the Notice to Proceed. The contract emphasizes that all work must adhere to federal wage determinations, and all estimates serve informational purposes without guaranteeing actual quantities. Contractual agreements stipulate strong communication channels between contractors and the Indian Health Service, emphasizing the need for diligent oversight and adherence to health, safety, and operational protocols throughout the drilling process. The comprehensive planning, oversight, and reporting requirements ensure the project aligns with government quality and safety standards, showcasing commitment to enhancing water accessibility for local residents.
    The document outlines an amendment to a solicitation regarding a project, specifically extending the due date for quotes from May 15, 2025, to May 22, 2025, at 8:00 p.m. EST. Interested contractors must acknowledge receipt of this amendment before the specified deadline, either by completing specified items in the form or through written communication referencing the relevant solicitation and amendment numbers. The amendment highlights that the contractor is not required to sign the document for it to be valid and states that all other terms and conditions of the original solicitation remain unchanged and in full effect. The document functions within the framework of federal procurement processes, ensuring clarity in communications concerning project bids. This amendment is a critical step to facilitate contractor participation, maintaining transparency and compliance within the Federal Acquisition Regulation procedures.
    The document outlines the payment terms and conditions related to various well drilling and construction activities under federal and local contracting guidelines. It stipulates that well drilling payments are based on actual linear feet drilled, excluding additional depths beyond estimated quantities without pre-approval from the Contracting Officer. Compensation details are provided for key components, including mobilization, well casing installation, sanitary grout, well screens, well development, test pumping, water quality analysis, PVC well liners, and well abandonment. Each payment category specifies the unit prices, required materials and labor, and conditions for payment. Notably, well abandonment procedures delineate responsibilities based on fault for well failure. This document is crucial for ensuring compliance with government procurement standards in well construction projects, emphasizing cost accountability and the specifics of contract execution within RFP frameworks.
    The document outlines the technical provisions for individual water well drilling, detailing the responsibilities of contractors in the construction, casing, screening, and testing of water wells. Key specifications include drilling methods, casing materials, and the requirement for compliance with Washington State Administrative Code standards. Contractors must utilize approved equipment for drilling depths of up to 400 feet and must develop wells to ensure maximum yield while preventing contamination. Safety measures, such as disinfection post-construction and well abandonment protocols, are emphasized. Contractors are required to provide daily records, water quality analysis, and a well log upon completion. The document serves as a comprehensive guide for contractors responding to government RFPs and grants by ensuring adherence to technical standards and environmental regulations in water well projects. Overall, it aims to establish clear guidelines for the proper construction and management of individual water wells within the specified regulatory framework.
    The document outlines the Maximum Contaminant Limits (MCLs) for various inorganic and physical chemical substances as specified in the Washington Administrative Code (WAC) Section 246-291-171. It details primary and secondary MCLs for numerous substances, highlighting limits for inorganic chemicals such as Arsenic (0.01 mg/L) and Lead (0.015 mg/L), which are critical for ensuring public health within water systems. Additionally, the document includes physical characteristics, such as turbidity and pH levels, with established limits to monitor water quality effectively. Sodium is noted for its public health importance despite lacking a defined MCL. This information aims to guide federal and state entities in evaluating water safety and compliance, pivotal in context to RFPs and grants concerning environmental health and safety standards. Ultimately, the regulations set forth serve as a foundation for maintaining water quality and protecting public health across jurisdictions.
    The document outlines the Pump Test Field Data Recording Form for the Individual Water Well Drilling project under the U.S. Public Health Service Indian Health Service. It serves as a standardized template for recording essential data during water well pump testing. Key components include sections to capture the project number, date, owner, location, and personnel involved, such as the pumping company, operator, and observers. The form outlines crucial measurements, including static water levels, distance to the pump, and detailed test pump data over specified time intervals. Observations include clock times, elapsed time since pumping commenced or paused, depth to water, drawdown or recovery measurements, and pumping rate in gallons per minute (GPM). The entries will help assess the well's performance and efficiency, contributing to overall water resource management. This form is instrumental in maintaining compliance with federal and state regulations in the context of RFPs and grants focused on public health and water infrastructure improvement.
    The Degoede Surrounding Wells document appears to relate to a site or project near 297 Degoede Dr, focusing on water management or environmental assessment. The reference to “gpm” indicates a consideration of gallons per minute, suggesting an evaluation of water flow rates or well outputs. The inclusion of directional markers (1000 ft N) implies geographical considerations affecting the surrounding area, potentially pertaining to resource management or environmental impact assessments. Although limited in content, the document could be part of a larger federal or state RFP aimed at addressing public health and safety regarding water resources, likely requiring a detailed proposal from contractors knowledgeable in hydrogeology, environmental engineering, or related fields. Overall, it seems to underscore the importance of managing groundwater resources safely and effectively, potentially amidst ongoing environmental concerns.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Buyer not available
    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.
    Remove_Replace_Fountains_SantaFeIndianHealthCenter
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to remove and replace existing drinking fountains at the Santa Fe Indian Health Center in New Mexico. The project involves installing new Elkay ezH2O Enhanced refrigerated, filtered, stainless steel bottle-filling stations, including one bi-level ADA model and twelve single ADA models, along with providing three years' worth of OEM replacement filters for maintenance. This initiative is crucial for ensuring access to clean drinking water in a healthcare setting and aligns with the Buy Indian Act, emphasizing the procurement from eligible Small Business Indian Firms. Interested parties must respond to the sources sought notice by submitting the required documentation, including certification as a Small Business Indian Firm, by the specified deadline, with inquiries directed to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    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.
    AK SAIC ANCHORAGE HYDRATION STATION
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the selected contractor to provide all necessary labor, materials, tools, and equipment, ensuring compliance with local building codes and federal regulations, including environmental and historical preservation standards. This installation is crucial for enhancing operational efficiency and ensuring the well-being of personnel at the facility. The total construction cost is estimated to be less than $25,000, with a completion deadline set for December 31, 2025. Interested contractors can reach out to Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792 for further details.
    Belcourt RTU & Cabinet Replacement
    Buyer not available
    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 entails 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 a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, with a performance period of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, at 2:00 PM PST, and should direct any inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Landscape Services for IHS, Mashpee Wampanoag Health Service Unit
    Buyer not available
    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.
    Annual Fire Extinguisher Inspection and Systems Services for White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide annual fire extinguisher inspection and systems services for the White Earth Health Center and associated clinics in Minnesota. The procurement involves inspecting 116 fire extinguishers, one FM200 fire suppression system, and one CO2 fire suppression system across four health clinics located in Ogema, Mahnomen, Ponsford, and Naytahwaush. This opportunity is a 100% Small Business Set-Aside under NAICS Code 238220, with proposals due by December 10, 2025, at 2:00 PM CST, requiring detailed company information, pricing for a base year plus four option years, a technical capability statement, and past performance references. Interested parties can contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further details.
    Pine Ridge Multi Phase Door Replacement
    Buyer not available
    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 requires adherence to specific construction standards and regulations, with a performance period of 270 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by December 17, 2025, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or by phone at 206-615-2452.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive renovations, including the replacement of the membrane roof system and various HVAC components to ensure compliance with ASHRAE 170 standards, addressing deficiencies identified during facility assessments. The project is critical for modernizing the health center's infrastructure, with an estimated construction magnitude between $1,000,000 and $5,000,000, and is set aside for Indian Small Business Economic Enterprises (ISBEE). Interested contractors must submit proposals by December 16, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further information.
    FY26 GSU THC FLOORING SUPPLY & SERVICE
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is seeking qualified small businesses to provide flooring supplies and installation services at the Tohatchi Health Center in New Mexico. The project involves the removal of existing floor tiles and cove base, application of filler and self-leveling products, and installation of new vinyl flooring and cove base over approximately 1,434 square feet in designated rooms of Building 2004. This procurement is critical for maintaining a safe and functional healthcare environment, with a performance period set from January 1, 2026, to January 31, 2026. Interested offerors must submit their proposals by December 10, 2025, at 10:00 AM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.