Stephan Booster Station & WM Replace
ID: 75H70125R00046Type: Presolicitation
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

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the replacement of the Stephan Booster Station and approximately 9,900 linear feet of water main in Chamberlain, South Dakota. The project aims to enhance water service reliability for the local community by removing and replacing existing infrastructure, with a construction magnitude estimated between $1,000,000 and $5,000,000. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed-Price contract, following a Request for Proposal (RFP) process with Lowest Price Technically Acceptable (LPTA) evaluation criteria. Interested parties should contact Daniel Cotto at daniel.cotto@ihs.gov or 240-461-7841 for further details, and must ensure registration in the System for Award Management (SAM) to be eligible for award consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    The contract outlined in the government file concerns the replacement of the Stephan Booster Station and approximately 9,900 linear feet of water main serving the community of Stephan, South Dakota, managed by the Great Plains Area Office at the Crow Creek Reservation. The contractor is responsible for delivering all necessary labor, materials, equipment, and services to complete this project, which has a performance period of one year following substantial completion for warranty purposes. The warranty addresses defects but excludes items on the punchlist, which must be completed within specified timelines. This contract represents ongoing governmental efforts to improve essential water infrastructure in underserved areas.
    The document outlines the plans and specifications for the construction of a new booster station and water main replacement project at the Crow Creek Reservation in South Dakota, under Public Law 86-121. Key elements include site layout, grading plans, and detailed drawings for various systems such as plumbing, electrical, and civil works. Specific tasks involve the installation of a new 6-inch PVC water main, booster station components, and necessary erosion control measures. The project aims to enhance water supply infrastructure for the community, improve access, and ensure compliance with safety and environmental standards. Detailed notes indicate that contractors must verify existing utility locations, maintain traffic flow during construction, and restore disturbed areas. The comprehensive nature of the document reflects its importance as part of federal and local initiatives to improve public health and sanitation services in underserved areas. Adherence to specifications is crucial for the successful integration of the new systems into the existing infrastructure.
    The document outlines the specifications for the construction of the Stephan Booster Station and water main replacement project on the Crow Creek Reservation in Buffalo County, South Dakota. Key components include the installation of approximately 9,900 feet of 6-inch water main, a pre-packaged booster station, SCADA controls, and the connection of existing water service lines. The contractor is responsible for providing all necessary tools, equipment, materials, and labor, along with compliance with Tribal regulations and obtaining required permits. Payment structures are detailed, emphasizing that actual quantities installed and associated incidentals will determine compensation. The project involves comprehensive tasks such as site clearing, excavation, trenching, backfilling, and ensuring proper safety measures are followed throughout the construction process, including traffic control and utility management. Specific protocols for quality assurance, project management, and environmental considerations are highlighted. Overall, this federal project aims to enhance water service reliability for the local community through significant infrastructure improvements, reinforcing the government's commitment to support Native American infrastructure development sustainably and efficiently.
    The Crow Creek Reservation Boundaries & Community Map outlines the geographical and administrative details of the Crow Creek Reservation located in Hughes and Buffalo Counties, South Dakota. The document serves a dual purpose: providing vital location information for community planning and potentially guiding proposals related to federal grants and local RFPs. Within the context of government funding opportunities, this map is instrumental for entities looking to engage in projects that aim to support the Crow Creek community. By clearly delineating the reservation's boundaries, it facilitates stakeholder collaboration, ensuring that proposed initiatives align with community needs and regional planning requirements. This resource is essential for comprehending the area’s layout, which is critical for any future development or funding requests specific to the Crow Creek Reservation. The project's layout emphasizes the importance of accurate geographic representations when participating in governmental funding processes, underpinning effective resource allocation and community engagement.
    The document outlines wage determinations and requirements for building construction projects in Buffalo County, South Dakota, under federal contracts subject to the Davis-Bacon Act. It specifies minimum wage rates based on two Executive Orders—14026 and 13658—affecting contracts awarded on or after January 30, 2022, and those not renewed after that date. The minimum wage rates vary for different classifications of workers, with associated fringe benefits. The wage determination includes classifications for various trades, such as electricians, carpenters, and laborers, with detailed hourly rates and benefits. Additionally, it emphasizes the process for appealing wage determination decisions and the requirements for contractors regarding paid sick leave under Executive Order 13706. Overall, the document serves as a guideline to ensure fair wages and working conditions for laborers involved in federal construction projects, reflecting the government's efforts to uphold labor standards and address worker protections in federally funded projects.
    The "Self-Performed Calculation Sheet" is part of the solicitation process for the federally funded project concerning the Stephan Booster Station and WM Replacement. It provides guidelines for prime contractors to calculate the portion of work they will perform themselves in compliance with federal regulations on subcontracting limits. Contractors must complete a worksheet detailing their total proposed price, subtract profit, fees, materials, and costs related to non-similarly situated entities. The final calculation determines the percentage of work allocated to similarly situated entities, essential for ensuring compliance with the Federal Acquisition Regulation (FAR) regarding small business and subcontractor requirements. Specific definitions of “concern status” and “similarly situated entities” are provided to clarify eligible classifications, which include Small Business, HUBZone concerns, and Service-Disabled Veteran-Owned Small Businesses. This document ensures that prime contractors retain sufficient work in-house and do not exceed allowable subcontracting thresholds, promoting fairness and support for small businesses within government contract programs. Compliance is vital for award consideration in small business set-asides.
    The Department of Health & Human Services (HHS) Indian Health Service outlines the Buy Indian Act's requirements for enterprises seeking federal contracts. This solicitation emphasizes the need for self-certification as an "Indian Economic Enterprise," which must be verified at the time of the offer, contract award, and throughout contract performance. Offerors are required to notify contract officers if they no longer meet eligibility criteria. Furthermore, accurate information must be provided, as false claims can lead to legal repercussions under various U.S. codes. Successful bidders must also be registered in the System of Award Management (SAM). The document includes fields for representing the ownership status and details of the qualifying enterprise, including required signatures and relevant identifiers like the DUNS Number. This process aims to uphold the integrity of the contracting system by prioritizing Indian-owned businesses in federal procurement.
    The document is a solicitation form associated with the federal project for the construction and replacement at the Stephan Booster Station and Water Management (WM) system, identified by Solicitation Number 75H70125R00046. It requests information from companies regarding their specialized experience in construction over the past six years. Respondents must detail relevant projects, including project type, their firm's name, project name and location, owner, general scope of construction, facility type, building size, and role in the project (prime, joint venture, or subcontractor). Additionally, they must provide the contract's dollar value, subcontracting details, project completion dates, performance evaluations, and references, including contact information for the project owner's point of contact. This form emphasizes the technical capabilities of bidders to ensure they meet the project's scope and complexity requirements, maintaining compliance with federal regulations regarding procurement and contractor performance assessment.
    The Past Performance Questionnaire (PPQ) Form PPQ-0 is designed for contractors responding to Solicitation 75H70125R00046, collecting relevant contract information and evaluating performance. Contractors provide details such as firm identification, project roles, contract specifics, and project complexity. Clients complete the latter sections for performance evaluation, using a rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) to assess various aspects including quality, timeliness, customer satisfaction, management effectiveness, cost management, safety, and general compliance. The form emphasizes the importance of direct client feedback, urging clients to submit evaluations to both the contractor and the issuing agency. The goal is to establish an objective assessment of a contractor's historical performance, which is crucial for future federal and local contracting opportunities. The questionnaire emphasizes transparency and an evidence-based approach to ensuring that government contracts are awarded to capable and reliable contractors, fostering accountability within the procurement process.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    Pine Ridge Multiplex Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is preparing to solicit proposals for the construction of a multiplex at the Pine Ridge Hospital in South Dakota. This project aims to address the critical shortage of staff housing by constructing a pre-designed multiplex, which has been thoroughly planned to include civil, electrical, mechanical, plumbing, architectural, and fire protection elements. The anticipated contract, valued between $5 million and $10 million, will be awarded as a Firm Fixed Price contract, with a performance period of 730 calendar days from the notice to proceed. Interested contractors, particularly those qualifying under the Indian Small Business Economic Enterprise (ISBEE) set-aside, should prepare for the solicitation release expected in late December 2025 or early January 2026 and can contact Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
    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.
    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.
    Firm-Fixed-Price, Non-Personal Services – Two (2) Hospitalist/Nocturnist Services-Pine Ridge, SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Businesses Economic Enterprises (ISBEE) to provide two Hospitalist/Nocturnist services at the Pine Ridge Comprehensive Health Care Facility in South Dakota. The objective is to secure non-personal services through a firm-fixed-price contract, which includes a three-month base period and nineteen additional three-month options, to enhance healthcare delivery for the Oglala Lakota Nation. This procurement is critical for addressing high patient demand and ensuring continuity of care in a facility that serves a significant population of American Indians and Alaska Natives. Interested parties must submit their capability statements by January 15, 2026, to Mona Weinman at mona.weinman@ihs.gov, including relevant company information and experience in similar services.
    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.
    Urgent Paramedic/EMT Services, CRHC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a firm fixed-price contract for urgent paramedic services at the Cheyenne River Health Center in Eagle Butte, South Dakota. This contract, valued at approximately $85,856, is aimed at providing temporary paramedic services for an estimated duration of 90 days while a new contract is being established. The procurement is critical to ensure continuity of emergency medical services in the area, thereby supporting the health and safety of the local community. Interested parties can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or by phone at 605/964-0605 for further information.
    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.
    Firm-Fixed-Price Hillrom Centrella Beds for CRHC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a firm-fixed-price contract to purchase two Centrella Hillrom beds for the Cheyenne River Health Center located in Eagle Butte, South Dakota. This procurement is a 100% Small Business Set-Aside under NAICS Code 339112, focusing on the acquisition of new medical equipment to enhance patient care and operational efficiency at the health center. Proposals must be submitted by January 14, 2025, at 2:00 PM CT, and should include comprehensive details such as technical descriptions, pricing, and past performance information. Interested vendors should direct inquiries to Mona Weinman at mona.weinman@ihs.gov, and ensure compliance with registration requirements at SAM.gov and the use of the Invoice Processing Platform for invoicing.