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
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Buyer not available
    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
    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.
    Remove_Replace_Fountains_SantaFeIndianHealthCenter
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to remove and replace existing drinking fountains at the Santa Fe Indian Health Center in New Mexico. The project involves installing new Elkay ezH2O Enhanced refrigerated, filtered, stainless steel bottle-filling stations, including one bi-level ADA model and twelve single ADA models, along with providing three years' worth of OEM replacement filters for maintenance. This initiative is crucial for ensuring access to clean drinking water in a healthcare setting and aligns with the Buy Indian Act, emphasizing the procurement from eligible Small Business Indian Firms. Interested parties must respond to the sources sought notice by submitting the required documentation, including certification as a Small Business Indian Firm, by the specified deadline, with inquiries directed to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    PT PHARMACIST - CLINTON IHS
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide part-time pharmacist services for the Clinton Service Unit in Oklahoma, specifically for the Clinton, El Reno, and Watonga Indian Health Centers. The contract requires the provision of uninterrupted pharmacist services to eligible Native American patients, including processing prescriptions, patient counseling, and inventory management, with a performance period from January 1, 2026, to December 31, 2026. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, promoting economic development within Native communities. Interested vendors must submit their written quotes by December 9, 2025, to Ronay Burns at ronay.burns@ihs.gov, and must meet specific qualifications, including a valid Oklahoma Pharmacist license and relevant experience.
    Pine Ridge Multi Phase Door Replacement
    Buyer not available
    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 requires adherence to specific construction standards and regulations, with a performance period of 270 calendar days following the issuance of a 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.
    Pharmaceutical Dispensing Machine Implementation to Interface with ScriptPro
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking written quotes for the implementation of pharmaceutical dispensing machines that will interface with ScriptPro systems across three locations in Oklahoma: Clinton, El Reno, and Watonga. The procurement aims to enhance the efficiency of the Pharmacy Prepaid Postage Mail System by automating package tracking and reducing errors, thereby improving service delivery at the Indian Health Centers. This opportunity is a 100% Buy Indian Set-Aside, and the selected contractor will be required to provide a commercial off-the-shelf electronic postage software solution, along with installation, training, and ongoing support for a 12-month period. Quotes are due by December 5, 2025, at 2:00 PM CDT, and must be submitted to Misti Bussell via email at misti.bussell@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 facilities in areas such as Albuquerque, Billings, California, Great Plains, Nashville, Navajo, Oklahoma City, Phoenix, and Portland, 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 the Kyle Health Center in South Dakota, which has a seed project budget between $1 million and $5 million, and must comply with various federal regulations, including the Buy Indian Act. 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.
    Z2DA--OKC Replace Exterior Utility Lines Project 623-24-101 Posted 9-17-25 Closes 10-08-25
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Exterior Utility Lines Project" at the Jack C. Montgomery VA Medical Center in Muskogee, OK, with a contract value estimated between $2,000,000 and $5,000,000. The project involves replacing exterior water and sewer lines, creating separate fire protection and domestic water loops to mitigate Legionella contamination, and requires compliance with ADA, OSHA, and NFPA standards. This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes the importance of safety, quality assurance, and adherence to federal regulations throughout the construction process. Proposals are now due by December 17, 2025, at 2:00 PM CST, and must be submitted via email to Contract Specialist Jesus A. Villegas at jesus.villegas@va.gov.
    FY26 GSU THC FLOORING SUPPLY & SERVICE
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is seeking qualified small businesses to provide flooring supplies and installation services at the Tohatchi Health Center in New Mexico. The project involves the removal of existing floor tiles and cove base, application of filler and self-leveling products, and installation of new vinyl flooring and cove base over approximately 1,434 square feet in designated rooms of Building 2004. This procurement is critical for maintaining a safe and functional healthcare environment, with a performance period set from January 1, 2026, to January 31, 2026. Interested offerors must submit their proposals by December 10, 2025, at 10:00 AM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.