Contractor shall furnish and install a water service line for L. Rovang #6804 in Sapulpa, OK (Creek Co.) in accordance with the Statement of Work and drawing provided.
ID: 246-25-Q-0031Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEOK CITY AREA INDIAN HEALTH SVCOKLAHOMA CITY, OK, 73114, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water service line for L. Rovang #6804 in Sapulpa, Oklahoma. The project involves the installation of approximately 1,700 linear feet of polyethylene water service line, fittings, and an isolation valve, with a total budget estimated at less than $25,000. This procurement is part of a Buy Indian Set-Aside initiative, promoting economic opportunities for Indian-owned businesses, and requires compliance with federal regulations, including the Davis-Bacon General Wage Decision. Interested vendors must submit their quotations by February 21, 2025, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the construction of a water service connection and service line project scheduled to be completed by January 14, 2025, under the Okmulgee OEH&E Field Office, located in Sapulpa, Oklahoma. The project involves the installation of various components, including 1,700 linear feet of 2" DR 9 polyethylene water service line, fittings, and one isolation valve with a valve box. Additionally, rock excavation is required for approximately 20 cubic yards. It is mandatory for bidders to submit comprehensive bids for all items in the schedule to ensure their eligibility for award consideration. This RFP underscores the government’s commitment to improving water infrastructure while ensuring compliance with federal and local standards.
    This document outlines a Statement of Work (SOW) for the installation of a water service line at 8902 W 166th St S, Sapulpa, OK. The contractor is responsible for furnishing and installing a polyethylene water service pipeline according to specified standards. Key points include: - Construction must be scheduled with notice and performed on weekdays only, ensuring work remains uncovered until properly inspected. - A one-year warranty is mandatory for materials and labor. - The installation requires adherence to specific guidelines for pipe materials, including ultra-high molecular weight polyethylene, as well as necessary fittings and an isolation valve. - Proper trench depth and restoration of the site are critical, with procedures outlined for rock excavation where necessary. - Before backfilling, all pipes must be tested for leaks in the presence of the Project Oversight, Dalton Barnes. Ultimately, the document serves as a formal request for proposals (RFP) within the federal context, ensuring compliance with technical specifications and safety regulations during water service line installation.
    This document announces a Request for Quotes (RFQ) 246-25-Q-0031 for the installation of a water service line, part of a procurement set-aside for Indian-owned businesses under NAICS code 237110. The award value is estimated at less than $25,000, with a performance period of 60 calendar days post-award. Offers must be submitted via email or sealed envelope by February 21, 2025. Mandatory requirements include a firm fixed price quote, technical specifications, evidence of relevant past performance, and the Buy Indian Act representation form. Quotes will be evaluated on a non-acceptable basis initially focusing on price, followed by technical acceptability. The Indian Health Service intends to award the contract to the responsible offeror with the lowest reasonable price meeting all conditions. The evaluation relies solely on the information provided in proposals, emphasizing the importance of comprehensive submissions. This RFQ aligns with federal procurement practices, promoting economic opportunities for Indian enterprises while ensuring compliance with specific technical and regulatory standards.
    The document outlines the requirements for certification under the Buy Indian Act as part of the Indian Health Service procurement process. It establishes that an Offeror must self-certify as meeting the definition of an “Indian Economic Enterprise” at three critical points: when submitting an offer, at contract award, and throughout the contract performance period. If an enterprise fails to meet these criteria at any time, they are obligated to notify the Contracting Officer immediately. Documentation of eligibility may be required prior to awarding contracts, with false representation leading to legal penalties. The form includes spaces for the enterprise's details such as ownership, business name, and a DUNS number, and necessitates a signature from a 51% owner. This ensures compliance and aims to protect the interests of federally recognized tribes in government contracting opportunities, aligning with adherence to federal regulations in RFP processes.
    This document outlines essential provisions, terms, and conditions relevant to federal acquisitions, specifically incorporated clauses from the Federal Acquisition Regulation (FAR). It details various clauses applicable to contractors, such as personal identity verification, labor standards, and conditions for payment, along with stipulations regarding site visits and inspections during construction projects. The document emphasizes compliance with regulations promoting small businesses, equal opportunities, and environmental safeguards. Key areas include contractor obligations related to telecommunication services, wage rates, performance standards, contract termination, and potential enforcement actions against non-compliance. The overall purpose is to ensure transparent governance in federal procurement processes by stipulating clear guidelines and requirements for contractors to foster responsible and ethical business practices while aligning with federal laws and executive orders. This comprehensive approach aims to mitigate risks and uphold standards across government contracts.
    This document is a Request for Quotation (RFQ) issued by the Oklahoma City Area Office of the Indian Health Service, soliciting bids for the installation of a water service line. The project budget is estimated at less than $25,000, and includes a scope of work detailing the requirements over three pages, supplemented by one page of drawings. Compliance with the Davis-Bacon General Wage Decision and FAR clauses is mandated. Quotations must be submitted by February 21, 2025, and stakeholders are informed that this RFQ is not a contractual obligation, meaning that submitting a quote does not commit the government to any expenditure. The document encourages prospective vendors to submit their pricing details along with their qualifications and emphasizes the need for domestic origin supplies unless stated otherwise. Overall, this RFQ is structured to gather competitive bids while ensuring compliance with federal regulations and stakeholder requirements.
    The document is heavily corrupted and contains extensive random characters, making it largely unreadable and unusable for extracting coherent information. Without clear context or substantively identifiable content, its purpose remains undetermined. The structure appears non-existent due to the overwhelming corruption, leaving no discernible sections or topics. The only discernible elements indicate it may pertain to government-related processes, possibly including aspects of federal grants or RFPs based on the assignment context. However, it ultimately lacks the necessary clarity for any meaningful summary or analysis, rendering it ineffective for conveying a government-related topic or proposal. Any established details are obscured by the corruption, highlighting the need for a clean version of the document for accurate analysis and summarization.
    Similar Opportunities
    Contractor shall furnish and install a water service line for J. Selsor #6796 in Sapulpa, OK (Creek Co.) in accordance with the Statement of Work and drawing provided.
    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 service line for J. Selsor 6796 in Sapulpa, Oklahoma. The project involves the installation of a 2-inch DR 9 polyethylene water service line, an isolation valve, and rock excavation, with a total estimated quantity of 1,725 linear feet of water line and 20 cubic yards of rock excavation. This procurement is part of the government's efforts to enhance community water services and infrastructure, adhering to competitive bidding practices and compliance with federal regulations. Interested contractors must submit their quotes by February 21, 2025, with a budget cap of $25,000, and are encouraged to contact Noleen Powell at noleen.powell@ihs.gov for further details.
    J Davis Septic and Water Line
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified small businesses to undertake the construction of the J Davis Septic and Water Line project in Warm Springs, Oregon. This procurement involves the installation of a septic system and water service line for a newly built home, requiring compliance with local regulations and the Davis-Bacon Act for prevailing wages. The project is critical for enhancing community infrastructure and ensuring reliable water service, with an estimated budget between $25,000 and $100,000 and a performance timeline of 45 days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and are encouraged to contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further details, with quotes due 30 days after the solicitation release expected around February 6, 2025.
    Furnish and install a septic tank and lagoon Mayette, KS
    Buyer not available
    The Indian Health Service (IHS) under the Department of Health and Human Services is soliciting quotes for the furnishing and installation of a septic tank and lagoon system in Mayetta, Kansas. The project requires the contractor to construct a wastewater lagoon and install a 1,000-gallon septic tank, adhering to specific materials and installation guidelines as outlined in the Statement of Work and accompanying drawings. This procurement is significant for enhancing local health infrastructure, particularly for Indian populations, and is set aside exclusively for Indian-owned businesses under the Indian Small Business Economic Enterprise (ISBEE) program. Interested contractors must submit their quotes by February 28, 2025, with an estimated award amount between $25,000 and $100,000. For further inquiries, potential bidders can contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
    Crow/Northern Cheyenne Hospital Sewer Rehabilitation
    Buyer not available
    The Indian Health Service, under the Department of Health and Human Services, is soliciting bids for the sewer rehabilitation project at the Crow/Northern Cheyenne Hospital located in Crow Agency, Montana. The project aims to utilize Cured in Place Pipe (CIPP) technology to rehabilitate approximately 5,100 linear feet of sewer piping that has suffered from corrosion and damage since its installation in 1995. This initiative is critical for maintaining the hospital's operational efficiency and compliance with health and safety standards, ensuring continued patient care and infection control. Interested small businesses in the water and sewer line construction sector are encouraged to submit proposals by March 5, 2025, with an estimated project cost between $1,000,000 and $5,000,000. For further inquiries, potential bidders can contact Taylor Kanthack at taylor.kanthack@ihs.gov or by phone at 240-478-1501.
    Betty Jane Bagley OSS Replacement (Suquamish)
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors for the installation of a new onsite septic system for Betty Jane Bagley in Bremerton, Washington. The project involves the construction of a comprehensive wastewater management system, including a 2-compartment septic tank, advanced treatment unit, pump chamber, and low-profile chamber drainfield, all to be completed within 30 calendar days after receiving the Notice to Proceed. This initiative is part of the federal commitment to enhance sanitation facilities in tribal communities and is classified as a Total Small Business Set-Aside, with an estimated budget ranging from $25,000 to $100,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to prepare for the forthcoming solicitation expected to be released around October 23, 2024. For further inquiries, potential bidders can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Claremore Site Prep for New Clinical Modular Building
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the site preparation of a new clinical modular building at the Claremore Indian Hospital in Oklahoma. The project entails extensive site work, including demolition, utility connections, and the construction of a foundation for a five-section modular facility, with a focus on compliance with local and federal regulations, including ADA standards. This initiative aims to enhance healthcare services in response to increased demand, particularly following the COVID-19 pandemic. Interested contractors should note that the project is set aside for Indian Small Business Economic Enterprises, with a contract value estimated between $1 million and $5 million. Proposals are due by February 25, 2025, and potential bidders are encouraged to contact Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
    Nooksack Sulwhanon Community Well (Everson, WA)
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting bids for the Nooksack Sulwhanon Community Well project located in Everson, Washington. The project aims to construct a new 12-inch diameter production well to replace an inadequate existing supply well, ensuring safe and reliable drinking water for 25 homes and 5 non-residential connections while addressing water quality issues such as high iron concentrations. This initiative is a 100% Small Business Set Aside under NAICS code 237110, with a construction budget ranging from $100,000 to $250,000, and requires completion within 120 calendar days following the notice to proceed. Quotes are due by March 13, 2025, and interested contractors should contact Toby Hayden at toby.hayden@ihs.gov or call 503-414-5524 for further details.
    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.
    Indian Health Services (IHS) Makah Sewer Outfall, Neah Bay, WA
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors for the replacement of the Makah Sewer Outfall in Neah Bay, Washington, managed by Indian Health Services (IHS). The project involves replacing approximately 2,800 linear feet of high-density polyethylene (HDPE) pipe, necessitated by the deterioration of the existing outfall pipe, which has been compromised and is no longer anchored securely. This construction effort is crucial for maintaining the sewage infrastructure in the area, with an estimated project cost between $1,000,000 and $5,000,000 and a completion period of 120 days. Interested businesses, particularly small firms, must be pre-registered in the System for Award Management (SAM) and submit their responses by February 21, 2025, to the primary contact, Javon Miller, at javon.m.miller@usace.army.mil.
    BUY INDIAN SET-ASIDE - IT COMPUTER BUY FOR OKLAHOMA IHS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the procurement of Dell computer equipment under a Buy Indian Set-Aside initiative for the Oklahoma City Area Indian Health Service. The procurement includes a range of items such as laptops, desktop units, monitors, and peripherals, with a total of eight line items specified in the solicitation. This initiative aims to replace outdated systems and enhance operational effectiveness in providing healthcare services to Native American populations. Interested vendors must submit written quotes by February 27, 2025, and ensure compliance with Federal Acquisition Regulation guidelines, including registration in the System for Award Management. For further inquiries, vendors can contact Edson Yellowfish at Edson.Yellowfish@ihs.gov or by phone at 405-951-3888.