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.
ID: 246-26-Q-0003Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service (IHS) Project No. OK-24-F94 ELA PART II outlines the Myers & Paxton Water Line Replacement in Bixby, Tulsa County, Oklahoma, under Public Law 86-121, with an anticipated completion by August 2025. This project involves replacing existing waterlines, including 8" C900 PVC and 2" Gray IPS PVC, with new 8" PVC C900 DR14 Class 200 water mains. Key construction notes include a minimum bury depth of 36 inches, installation of copper tracer wire and Mylar warning tape, and bedding new mains with imported sand. The project emphasizes adherence to City of Bixby and ODEQ standards, coordination with the City of Bixby, and strict protocols for leakage testing and disinfection. Detailed separation distances for water mains from other utilities and septic systems are provided, ensuring public health and safety. The plan includes specific details for connections to existing systems and temporary blow-off assemblies for testing.
    Amendment One (1) to RFQ 246-26-Q-0003 for the Water Service Line Extension in Bixby, Tulsa County, has been issued to correct the mandatory site visit details. The site visit, originally scheduled for December 4, 2025, at 10:00 AM, has been rescheduled to Friday, December 5, 2025, at 1:00 PM, due to anticipated inclement weather and potential road hazards. All other requirements and due dates for the RFQ remain unchanged, with quotes still due by Wednesday, December 17, 2025, at 5:00 PM COB. Proposers are required to acknowledge all amendments.
    Amendment Two (2) for RFQ 246-26-Q-0003, concerning the Water Service Line Extension in Bixby (Tulsa Co.), has been issued to correct and extend key dates. The mandatory site visit, originally scheduled for December 5, 2025, at 1:00 PM, has been rescheduled to Friday, December 19, 2025, at 1:00 PM due to conflicts with the City of Bixby. Consequently, the RFQ closing date has been extended from December 17, 2025, to January 5, 2026, at 5:00 PM COB. All other RFQ requirements remain unchanged, and bidders are required to acknowledge all amendments.
    This government file outlines additional provisions, terms, and conditions, primarily through a list of clauses incorporated by reference from the Federal Acquisition Regulation (FAR) and other regulations. The document details specific FAR clauses related to system for award management, telecommunications equipment, bid submission, construction wage rates, labor standards, Buy American Act, payment terms, contract performance, site conditions, accident prevention, specifications, and termination clauses. It also includes Department of Health and Human Services (HHS) Acquisition Regulation (HHSAR) clauses concerning privacy, confidential information, Indian preference, and child abuse reporting. The document further specifies requirements for annual representations and certifications, including NAICS codes, small business size standards, and various offeror representations. Key provisions cover prohibitions on contracting with entities using certain telecommunications equipment or services, and requirements for sustainable products and services. Crucially, it mandates a site visit for construction contracts on December 4th, 2025, providing contact information for the Project Engineer and Contract Specialist. The document also details general contract clauses regarding inspection/acceptance, excusable delays, termination for convenience, termination for cause, and warranty.
    RFQ 246-26-Q-0003 is a 100% Indian-owned set-aside procurement for a water main extension in Bixby, Oklahoma, with an estimated value between $25,000 and $100,000. The project falls under NAICS code 237110 and has a 90-calendar-day performance period. A mandatory site visit is scheduled for December 4, 2025, at 10:00 AM. Questions are due by November 21, 2025, 5:00 PM CST, and quotes must be submitted by December 17, 2025, 5:00 PM CST, via email or sealed envelope. Offers will be evaluated on an acceptable/non-acceptable basis, with technical acceptability determined after ranking by price. Required submissions include a firm, fixed-price quote on SF18, technical specifications, two relevant past performance examples, an Indian Health Service Buy Indian Act form, and a $35,000 bid bond (SF24). Failure to provide required documents or meet Statement of Work requirements will result in quote rejection. Award will be made to the lowest-priced, technically acceptable, responsible, and responsive offeror.
    RFQ 246-26-Q-0003 is a 100% Indian-owned set-aside procurement for a water main extension installation in Bixby, Oklahoma, under NAICS code 237110. The project has an estimated value between $25,000 and $100,000, with a performance period of 90 calendar days. A mandatory site visit is scheduled for December 5, 2025, at 1:00 PM. Questions are due by November 21, 2025, 5:00 p.m. CST, and quotes must be submitted by December 17, 2025, 5:00 p.m. CST, via email or sealed envelope. Required submission documents include a firm, fixed-price quote on SF18, technical specifications, two relevant past performance references, an Indian Economic Enterprise Representation Form, and a $35,000 bid bond (SF24). Offers will be evaluated on an acceptable/non-acceptable basis, with the lowest-priced technically acceptable quote being awarded the contract. Failure to provide required documentation, especially A and B, or meet Statement of Work requirements, will result in disqualification. Performance and payment bonds (SF25 and SF25A) will be required if the awarded contract exceeds $35,000.
    RFQ 246-26-Q-0003 is a combined synopsis/solicitation for a water main extension at Bixby, Oklahoma. This 100% Indian-owned set-aside procurement falls under NAICS code 237110 with a $45.0 million size standard. The contractor will furnish and install the extension within 90 calendar days from the Notice to Proceed. A mandatory site visit is scheduled for December 19, 2025, at 1:00 PM. Questions are due by December 22, 2025, 5:00 PM CST, and quotes by January 5, 2026, 5:00 PM CST, submitted via email or sealed envelope. The estimated price range is $25,000 to $100,000. Quotes require a firm, fixed-price on SF18 with a completed bid sheet, technical specifications, two relevant past performance references, an Indian Health Service Buy Indian Act form, and a bid bond (SF24) of $35,000. Evaluation will be based on acceptable/non-acceptable criteria, with quotes ranked by price from low to high and then evaluated for technical acceptability, starting with the lowest bid. Award will go to the responsible, responsive offeror with the lowest reasonable price meeting all technical specifications.
    The Indian Health Service (IHS) utilizes a Buy Indian Act Indian Economic Enterprise Representation Form for solicitations, sources sought notices, and RFIs. This form requires offerors to self-certify their status as an "Indian Economic Enterprise" in accordance with 25 U.S.C. 47 and HHSAR 326.601. Offerors must meet this definition at the time of offer, contract award, and throughout the entire contract performance period, with immediate written notification required if eligibility changes. Contracting Officers may request documentation for eligibility, and awards are subject to protest. Successful offerors must also be registered with the System for Award Management (SAM). False or misleading information can lead to severe penalties under 18 U.S.C. 1001 and 31 U.S.C. 3729-3731. The form includes a representation section for the offeror to confirm their "Indian Ownership" status, requiring the name of the 51% owner, certifying signature, printed name, name of the federally recognized tribal entity, business name, and DUNS number.
    This government file, likely an RFP or grant application, details "Schedule A - Water Main Line" for a project at the Okmulgee OEH&E Field Office in Bixby, OK. The schedule outlines specific items for water main installation, including F&I 8" DR14 C900 PVC Water Main Line, fittings, tracer wire, and connections to existing 8" and 2" PVC water mains. Other items include an 8" solid sleeve coupling, 8"x2" tapped cap, 2" brass corp stop, and imported backfill. A critical note states that bidders must bid on all items across all schedules to be considered responsive for award. The document specifies quantities and units for each item, indicating a comprehensive requirement for the water main infrastructure project.
    This Statement of Work outlines the installation of 200 linear feet of 8-inch C900 DR14 PVC water main line and appurtenances to serve two homes in Tulsa County, Oklahoma. The project involves specific site location details, a strict construction schedule (Monday-Friday, 8 AM-5 PM), and detailed submittal requirements for product data and test reports. Quality assurance is mandated by Oklahoma Department of Environmental Quality and City of Bixby standards, with a two-year warranty for materials and labor. The document specifies PVC pipe, fittings, mechanical joint restraints, gate valves, valve boxes, tracer wire, and Mylar warning tape according to industry and local standards. Installation protocols include exposing existing lines, connecting to the current system, maintaining separation from other utilities, and providing thrust blocking. Trenching, bedding, and backfill specifications are detailed. Testing involves pressure, leakage, and bacteriological assessments witnessed by IHS and City of Bixby personnel. Disinfection must comply with AWWA C651, requiring two consecutive negative bacteriological tests. Closeout activities include site restoration, final inspection, and punch list completion.
    The document outlines comprehensive requirements for various government contracts, covering federal RFPs, federal grants, and state/local RFPs. It details the solicitation process, emphasizing compliance with federal acquisition regulations and grant guidelines. Key aspects include proposal submission, evaluation criteria, and contract administration. The document also addresses technical specifications, performance standards, and reporting requirements. It highlights the importance of adherence to specific terms and conditions for each type of government funding or procurement. The file includes details on various components such as financial reporting, quality assurance, and project management.
    This Request for Quotation (RFQ) 246-26-Q-0003, issued by the Oklahoma City Area Office Indian Health Service on November 17, 2025, seeks a contractor to furnish and install a water line extension. The project, with an estimated price range of $25,000-$100,000, includes a detailed Statement of Work (5 pages) and drawings (5 pages). Key provisions include the Davis Bacon General Wage Decision OK20250028 and specific FAR Clauses (52.213-4 and 52.204-7). Quotations are due by December 17, 2025, and should be submitted to the issuing office. The destination for the services is the OEH&E Field Office in Okmulgee, OK. This RFQ is not a Buy-Indian Set-Aside and does not commit the Government to pay for quotation preparation costs.
    The Indian Health Service (IHS) Oklahoma City Area Office has issued Request for Quotation (RFQ) 246-26-Q-0003 for a water line extension project. This RFQ, dated December 3, 2025, is not a Buy-Indian Set-Aside and seeks quotations for furnishing and installing a water line extension at the OEH&E Field Office in Okmulgee, OK. The project has an estimated price range of $25,000-$100,000 and includes a detailed statement of work, drawings, and incorporates the Davis Bacon General Wage Decision OK20250028. Quotations are due by close of business on January 5, 2026, to Noleen Powell, Contract Specialist. The RFQ emphasizes that it is a request for information only and does not commit the Government to any costs or contracts.
    Similar Opportunities
    Bryan James (Skokomish) Replacement OSS
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified small businesses for the Bryan James (Skokomish) Replacement On-Site Septic System project in Mason County, Washington. This procurement involves the installation of a complete septic system, including sewer pipes, septic and pump tanks, effluent transport, and a gravel trench drainfield, while also requiring the abandonment of the existing tank. The project is significant for improving sanitation and public health in the area, with an estimated contract value between $25,000 and $100,000. Interested parties must respond to the Sources Sought notice by 2:00 pm CST on January 5, 2026, and can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov 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 soliciting proposals for the Zuni Quarters Sewer Improvement Project located at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. This project, which is a total small business set-aside, aims to replace aging sewer lines and improve the overall sewer infrastructure, with an estimated contract value between $100,000 and $250,000. The scope includes constructing new sanitary sewer lines, reconnecting service laterals, and adhering to strict safety and environmental regulations throughout the 90-calendar-day performance period. Interested contractors must attend a site visit on January 7, 2026, and submit their proposals by January 26, 2026; for further inquiries, they can contact Shaukat Syed at shaukat.syed@ihs.gov or Jenny Scroggins at Jenny.Scroggins@ihs.gov.
    Name Brand: Remove & Install Water Fountains - Santa Fe Indian Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for the removal and installation of new Elkay ezH2O enhanced refrigerated, filtered, stainless steel bottle-filling stations at the Santa Fe Indian Health Center in New Mexico. The project involves replacing existing drinking fountains with one bi-level ADA model and twelve single ADA models, along with providing three years' worth of OEM replacement filters for maintenance. This procurement is significant as it aims to enhance the accessibility and quality of drinking water facilities within the health center, promoting better health outcomes for the community served. Interested Indian Small Business Economic Enterprises (ISBEEs) must submit their quotes by January 16, 2026, at 12:30 PM MST, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    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.
    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.
    Y--NGWSP BLOCK 2-3 PIPELINE
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking small businesses for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3 Pipeline, a significant infrastructure initiative aimed at delivering water from the San Juan River to the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico. The project entails the construction of approximately 11.9 miles of buried water transmission pipe, including 42-inch and 48-inch diameters, along with two storage tanks and related structures, with an estimated contract value between $100 million and $150 million. This procurement is crucial for enhancing water supply infrastructure in the region, and interested firms must demonstrate technical expertise, bonding capability, and relevant project experience by responding to the Sources Sought notice by January 5, 2026. For further inquiries, potential respondents can contact Tyler Spencer at tspencer@usbr.gov or by phone at 801-524-3653.
    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.
    Z--CRIP MC Checks and Lateral 73 Construction
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is issuing a presolicitation notice for the Colorado River Indian Irrigation Project (CRIIP), seeking construction contractors for significant rehabilitation and new construction work. The project, estimated to cost between $15,000,000 and $22,000,000, involves rehabilitating Main Canal Checks 185 and 270, replacing gates, and undertaking concrete repairs, as well as realigning canals and constructing new facilities, including electrical modifications for Main Canal Check 420. This work is crucial for maintaining the irrigation infrastructure within the Colorado River Indian Tribes Reservation near Parker, Arizona. The solicitation is expected to be released around February 1, 2026, with a performance period of approximately 750 calendar days, and interested contractors must be registered in SAM.gov. For further inquiries, contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
    Intent Notice: Bulk Delivery of Medical Gases for Indian Health Service (IHS) Pine Ridge Service Unit.
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS) Great Plains Area, is seeking a contractor for the bulk delivery of medical gases to the Pine Ridge Hospital in South Dakota. This procurement involves a six-month contract for the supply of bulk medical gases, including liquid oxygen and various gas cylinders, along with the maintenance and inspection of a 1,500-gallon bulk oxygen tank and a 24-hour emergency backup system. The selected contractor will ensure compliance with NFPA standards and provide telemetry for monitoring, with bi-weekly deliveries of gas cylinders and refills of the bulk tank as needed. Interested parties may submit capability statements to Kim Carpio at kim.carpio@ihs.gov by the specified deadline, with the total contract value estimated at $30,000. The period of performance is set from January 1, 2026, to June 30, 2026.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking contractors for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3, which involves Horizontal Directional Drilling (HDD) for water transmission pipelines in New Mexico. This construction project, valued between $30 million and $60 million, aims to enhance water supply reliability for the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico, through the installation of 42-inch and 36-inch buried pipelines across various locations. Interested contractors must adhere to stringent quality control and assurance requirements, submit performance and payment bonds, and be registered in SAM, with proposals due by January 28, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.