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
    Grindstone Water Storage Tank & Treatment Monitoring
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms for the Grindstone Water Storage Tank & Treatment Monitoring project located in Elk Creek, California. The objective is to replace an existing water storage tank, remove old tanks, and install water quality monitoring equipment at the Grindstone Indian Rancheria. This opportunity is part of a market research effort to determine the interest and capabilities of small businesses, particularly those that are Native American-owned, 8(a) certified, or fall under other designated categories, with a potential 100% set-aside for small business concerns anticipated. Interested firms must submit their responses, including a completed Sources Sought Submittal Questionnaire and any required documentation, to the Contract Specialist, Thupten Tsering, by the specified deadline. For further inquiries, contact Thupten Tsering at thupten.tsering@ihs.gov or 206-615-2452.
    Water Delivery
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for a contract to provide water delivery services to the Chemawa Indian Health Center in Salem, Oregon. The procurement includes the delivery of distilled water, 5-gallon bottles of drinking water, and the rental of five hot and cold water cooler dispensers, with deliveries required on an as-needed basis within three days of request. This contract is vital for ensuring access to clean drinking water for the health center, with an anticipated performance period from December 1, 2025, to November 30, 2026, and the possibility of four additional one-year option periods. Interested vendors must submit their quotations by November 13, 2025, to Jacob Blalock at jacob.blalock@ihs.gov, with a focus on providing the lowest price technically acceptable offer.
    Mold Remediations at Desert Sage YRTC, Hemet, California
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting quotes for mold remediation services at the Desert Sage Youth Wellness Center in Hemet, California. The project requires contractors to identify and repair water leaks, perform mold remediation in specific areas, and repair or replace damaged drywall and ceilings, all within a 30-day performance period following contract award. This opportunity is a 100% Indian Small Business Economic Enterprise set-aside, emphasizing the importance of compliance with federal, state, and local regulations, including EPA guidelines for mold remediation. Interested contractors must submit their quotes by November 22, 2025, at 1:00 pm PST, and can contact Samantha Marcellais at samantha.marcellais@ihs.gov or 916-279-2989 for further information.
    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.
    ISBEE Set-Aside: Abatement, demolition, and disposal of two unoccupied IHS quarters units located in Rosebud, South Dakota.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting bids for the abatement, demolition, and disposal of two unoccupied quarters located at the Rosebud Health Center in South Dakota. This procurement is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside, requiring contractors to provide all-inclusive pricing for the services, which must comply with the specifications outlined in the Request for Quote (RFQ) 75H70626Q00013. The selected contractor will be responsible for ensuring the safe removal of hazardous materials, including asbestos and lead-based paint, as identified in a recent environmental assessment, and the contract will be awarded based on the lowest price that meets technical requirements. Interested parties must submit their quotes by November 28, 2025, and can direct inquiries to Erin Doering at Erin.Doering@ihs.gov or by phone at 605-226-7662.
    Yakama Building Automation Controls
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting bids for the Yakama Building Automation Controls project located in Toppenish, Washington. The procurement aims to upgrade the existing Building Automation System (BAS) at the Yakama Indian Health Center, which includes replacing outdated components and enhancing system capabilities, with a focus on compliance with various codes and standards. This project is crucial for improving operational efficiency and ensuring a safe healthcare environment, with an estimated construction magnitude between $25,000 and $100,000 and a performance period of 90 calendar days from the Notice to Proceed. Interested contractors, particularly small businesses, must submit their quotes by November 14, 2025, at 2:00 PM CST, and direct inquiries to Robert S. Miller at robert.miller2@ihs.gov.
    IHS Nationwide Multiple Award Task Order Contract
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the IHS Nationwide Multiple Award Task Order Contract (MATOC) aimed at providing design-build and design-bid-build services for the construction, renovation, alteration, and repair of medical facilities across various IHS geographic regions. This Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract will primarily focus on projects within the Albuquerque, Billings, California, Great Plains, Nashville, Navajo, Oklahoma City, Phoenix, and Portland Areas, with a maximum contract capacity of $10 million per awardee and a guaranteed minimum order of $1,000. The selected contractors will be responsible for a range of services, including the modernization of facilities such as the Kyle Health Center in South Dakota, which has a seed project budget between $1 million and $5 million, and requires completion within 365 days. Interested parties must submit their proposals by December 5, 2025, and can direct inquiries to Matt D. Sanders at matt.sanders@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Laboratory Services for Process Quality Water Testing for NNMC
    Buyer not available
    The Indian Health Service, specifically the Shiprock Service Unit, is conducting market research to identify potential sources for monthly laboratory services focused on testing and analyzing process quality water to ensure compliance with the ANSI/AAMI Standard 108:2023. This opportunity falls under the NAICS code 334513, which pertains to the manufacturing of instruments and related products for measuring and controlling industrial process variables, with a small business size standard of 750 employees. The services are critical for maintaining water quality standards in healthcare facilities, thereby supporting public health initiatives. Interested parties are invited to submit their qualifications by November 18, 2025, at 12:00 PM MST, to Cornelius Tsipai at cornelius.tsipai@ihs.gov, and must include a company profile, a statement of capability, and, if applicable, an IHS IEE Representation Form to claim Indian-owned status.
    Grounds Maintenance Services for the IHS, Mid-Atlantic Tribal Health Center
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting quotes for Grounds Maintenance Services at the Mid-Atlantic Tribal Health Center (MATHC) located in Charles City, Virginia. The contract requires comprehensive grounds maintenance for approximately 3 acres, including seasonal tasks such as mowing, trimming, mulching, weeding, and snow removal, with a focus on maintaining a welcoming environment for the clinic. This opportunity is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act, with a firm-fixed price contract spanning a base year and four option years, from December 1, 2025, to November 30, 2030. Interested vendors must submit their quotes by email to Courtney Davis at courtney.davis@ihs.gov by 3:00 PM Central Time on November 18, 2025, and must comply with specific eligibility requirements, including registration in SAM and submission of relevant documentation.
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is soliciting proposals for the repair of a water well at the Range Sheep Production Efficiency Research Center in Dubois, Idaho. The project involves drilling a new well, demolishing existing infrastructure, and installing new piping and electrical connections, with an estimated construction cost between $1,000,000 and $5,000,000. This procurement is critical for ensuring the operational efficiency of the research center's water supply system. Interested contractors must submit their proposals by January 30, 2026, and are encouraged to direct any inquiries to Theodore Blume at the USDA via email at theodore.blume@usda.gov.