Water Service Line Mayetta, KS
ID: 246-25-Q-0039r1Type: 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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Indian Health Service, part of the Department of Health and Human Services, is seeking qualified contractors for the installation of a water service line in Mayetta, Kansas. The project involves furnishing and installing a 2 ½-inch water service line at a specified location, with a performance period of 90 calendar days from the Notice to Proceed. This procurement is a total small business set-aside under NAICS code 237110, with an estimated award amount of less than $25,000, emphasizing the importance of compliance with federal labor standards as outlined in the Davis-Bacon Act. Interested contractors must submit their quotes by May 1, 2025, and direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.

    Files
    Title
    Posted
    This Request for Bid (RFB) focuses on the services required for the Holton OEH project, specifically related to landscaping and water utility installation. The main tasks outlined include fertilizing, seeding, and mulching disturbed areas due to construction activities, along with the installation of a 2 1/2" SDR21 Gasket water service line. The project demands compliance with all contract specifications and entails disinfection and quality testing of the water service line after installation. The estimated service quantity is 1,600 linear feet, identified for a location in Mayetta, Jackson County, Kansas. The document also includes sections for company identification, pricing, and a participant's decision on bidding. Overall, the RFB aims to solicit bids from contractors to ensure proper environmental restoration and water service installation in accordance with the specified technical requirements.
    This document outlines the additional provisions, terms, and conditions incorporated by reference for federal contracts, focusing on government procurement processes. It includes various Federal Acquisition Regulation (FAR) clauses addressing requirements such as personal identity verification of contractor personnel, the maintenance of the System for Award Management (SAM), bid submissions, and compliance with labor standards. Specific clauses deal with construction wage rates, subcontracting rules, disputes concerning labor standards, and warranties. The document emphasizes the small business size standards applicable to bidders based on NAICS codes and outlines necessary representations and certifications concerning financial and operational compliance. Lastly, it discusses potential contract terminations, including for convenience or cause, and the importance of site inspections for construction projects. This comprehensive listing serves as a guide for contractors to ensure adherence to federal regulations in response to RFPs and grant opportunities.
    The document outlines the scope of work for a wastewater management and water service installation project in Mayetta, Jackson County, Kansas. The project involves the construction of a wastewater lagoon (M-45) and requires the installation of a 1,600-foot water service line along the south side of an existing driveway. Key components include the installation of a 1,000-gallon septic tank, 400 feet of 4-inch PVC sewer pipe, and the lagoon constructed with bentonite clay, ensuring specified depths and structural integrity. Additionally, the project mandates the installation of a two-way cleanout near the building foundation, a one-way cleanout prior to elbow connections, and non-climbable fencing around the lagoon with secure access features. Geographic specifics, including the exact location of work and detailed measurements, are included to ensure compliance and successful implementation. This document is part of a formal Request for Proposals (RFP) and emphasizes the coordination needed for water line installation by Jackson County Rural Water District #3, underlining local governance and infrastructure development.
    The document details the wage determination for heavy construction contracts in Jackson County, Kansas, under the Davis-Bacon Act, as identified by the General Decision Number KS20250152, effective from February 7, 2025. It outlines minimum wage rates dictated by Executive Orders 14026 and 13658, indicating that certain contracts require a minimum wage of $17.75 per hour or $13.30 per hour, depending on the contract's award date. The document also provides specific wage rates and fringe benefits for various construction classifications such as electricians, ironworkers, and operators, detailing an array of job functions and corresponding pay rates effective into 2025. Contractor compliance with federal standards including paid sick leave under Executive Order 13706 and the process for requesting wage determination revisions or appeals is also highlighted. This wage determination serves essential purposes for federal, state, and local government contracts, ensuring fair pay and adherence to labor standards in public works projects.
    This Request for Quotation (RFQ) from the Indian Health Service pertains to the installation of a Water Service Line as outlined in the accompanying Statement of Work and drawings. The RFQ is issued by the Oklahoma City Area Office and contains details regarding the submission process, delivery requirements, and terms for the procurement. It specifies that this is not a small business set-aside and includes stipulations for domestic supply origin. Key information includes a delivery deadline of May 1, 2025, contact for inquiries, and incorporation of the Davis Bacon General Wage Decision for labor standards. The document has attached provisions and conditions detailing compliance with federal regulations, such as the FAR clauses relevant to procurement. Overall, the RFQ seeks qualified contractors to provide a service essential for water infrastructure, emphasizing compliance, timeframes, and applicable wage regulations, reflecting the government’s focus on quality service delivery while ensuring adherence to labor laws.
    The document outlines the Statement of Work for the installation of a 2 ½-inch water service line at 17869 T Road, Mayetta, Kansas. It specifies responsibilities for the contractor, requiring substantial quality assurance measures, including work conducted under licensed supervision. Essential requirements include providing a one-year warranty, using domestically manufactured materials compliant with NSF standards, and following precise installation protocols involving trench specifications and pressure testing using AWWA methods. The contractor must ensure proper disinfection of the water lines per AWWA standards and coordinate any connections to the existing distribution system with relevant stakeholders, providing advance notice to affected residents. Additionally, the project encompasses restoration activities like topsoiling and mulching post-installation to return disturbed areas to their original condition. Overall, the document serves as a comprehensive guide ensuring the construction of a reliable and compliant water service infrastructure while adhering to environmental standards and practices, typical in government RFPs and grants pertaining to public utilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@ihs.gov.
    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.
    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.
    Landscape Services for IHS, Mashpee Wampanoag Health Service Unit
    Health And Human Services, Department Of
    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.
    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.
    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 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 in South Dakota. This project aims to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. The procurement is 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 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.
    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.
    MODIFICATION 001 - Two (2) Licensed Independent Social Workers - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking to procure the services of two Licensed Independent Social Workers for the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, identified as Solicitation No. 75H70726Q00016, is a firm-fixed-price agreement that spans a base year with four optional one-year periods, focusing on providing counseling, crisis intervention, and case management services to a diverse patient population. This procurement is particularly significant as it falls under the Buy Indian Act, emphasizing the need for services tailored to the Indian community, with a cascading set-aside for Indian Small Business Economic Enterprises. Interested offerors must submit their quotes by December 17, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.