Install a Sewer Service Line Bixby, OK
ID: 246-25-Q-0038Type: 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 SEWAGE AND WASTE FACILITIES (Y1ND)

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 to install a sewer service line in Bixby, Oklahoma. The project involves the installation of a 4-inch SDR 35 PVC sewer service line, adhering to local regulations and industry standards, with a focus on quality assurance and compliance with the City of Bixby’s construction codes. This initiative is part of the federal government's efforts to improve local infrastructure and public health through reliable sanitation services. Interested contractors, particularly those qualifying as Indian Economic Enterprises under the Buy Indian Act, must submit their proposals by March 21, 2025, and can contact Jeffrey Gilmore Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a project proposal for upgrading sanitary sewer service in the City of Bixby, Oklahoma. It outlines the plan to install a 45-foot, 4-inch PVC SDR35 service line, which will connect to the existing city sewer tap, while abandoning an existing septic tank in place. The project coordinates with local public utilities, requiring compliance with the Indian Health Service and environmental regulations. Key specifics include a detailed description of the site location, including directions for access, and data on existing water and sewer infrastructure. The property details mention it is a residential site, with a 3-bedroom capacity, situated in the Poe Acreage Addition. The proposal is overseen by the OEH & E Field Office and includes various technical specifications related to water and wastewater management. Overall, the document serves as a methodical blueprint for facilitating improved sanitation facilities aligned with government standards and community health objectives. The completion of this project aims to enhance public health by providing reliable sanitation services in Bixby.
    This document outlines the Statement of Work for the installation of a sewer service line at 7730 East 130th Street South, Bixby, OK. The contractor will be responsible for furnishing and installing the sewer line per specified drawings and industry standards. Key components include adherence to construction schedules, quality assurance measures, and warranty provisions, emphasizing a minimum one-year warranty for all labor and materials. The installation must comply with City of Bixby regulations and involve coordination with local authorities for permits. Material specifications include 4-inch SDR 35 PVC pipe and fittings, and all installation processes follow American Society for Testing and Materials (ASTM) standards. Detailed excavation and backfill procedures are provided to ensure structural integrity. The contract also requires testing for leaks and mandates that the site be restored to its original condition upon project completion. Essentially, this document serves as a formal RFP detailing the requirements and expectations for the sewer service line installation project, ensuring transparency and compliance with local building codes. It reflects the federal government's approach toward local infrastructure improvements, prioritizing adherence to safety standards and quality controls.
    The document outlines a Request for Proposal (RFP) from the Okmulgee OEH&E Field Office, detailing the procurement of services concerning the installation of a sewer service line and lift station. The items specified include the installation of a 4" SDR 35 PVC sewer service line and associated fittings, a backflow prevention valve, a two-way cleanout, a new sewer tap, as well as the cost for city permits and inspection fees. Each item has listed quantities and unit costs, culminating in the total project cost. Notably, bidders must submit proposals for all items across all schedules to qualify for consideration. This RFP aligns with government initiatives to ensure the necessary infrastructure is developed and maintained in compliance with relevant regulations.
    The document outlines the additional provisions, terms, and conditions related to federal Request for Proposals (RFPs) and grants. It details the clauses incorporated by reference as per the Federal Acquisition Regulation (FAR), including those governing contractor personnel identity verification, maintenance of the System for Award Management, bid submissions, construction wage rates, and compliance with various labor standards. Key provisions include requirements for timely bid submission, compliance with environmental regulations, and conditions for termination of contracts for convenience or cause. Furthermore, the document emphasizes the responsibilities of contractors regarding quality assurance, safety protocols, and adherence to specific legal and regulatory obligations. The outlined provisions aim to ensure fair practices, labor standards, and accountability in government contracting, reflecting the federal government's commitment to integrity, compliance, and effective service delivery in RFP processes.
    The document from the Department of Health & Human Services outlines the requirements for entities to self-certify as an "Indian Economic Enterprise" under the Buy Indian Act (25 U.S.C. 47). This certification is necessary when responding to solicitations or Requests for Information (RFI), and must be maintained at the time of offering, contract award, and throughout the contract performance. The document emphasizes the importance of providing accurate information, as false claims can result in legal penalties under federal law. Additionally, successful applicants must be registered in the System of Award Management (SAM). It includes a representation section for the offeror to confirm their eligibility, which hinges on having at least 51% Native American ownership. Compliance with these guidelines is crucial for contractors interested in securing set-aside or sole-source contracts. Overall, the document serves to ensure fair representation and integrity in contracting with Indian economic enterprises throughout the procurement process.
    This document presents the General Decision Number OK20250028, effective January 3, 2025, regarding wage determinations for heavy construction projects in Tulsa County, Oklahoma, under the Davis-Bacon Act. It mandates that contractors pay specific minimum wage rates based on the classification of work performed, with adjustments defined by Executive Orders 14026 and 13658, depending on contract dates. Key wage rates for various classifications, including electricians, power equipment operators, ironworkers, and laborers, are detailed, illustrating respective pay and fringe benefits. The document also clarifies the appeals process for wage determination disputes and supplementary classification requests. This regulatory overview ensures compliance with federal wage standards essential for contractors involved in federally funded construction projects, reinforcing labor protections and transparency in pay rates for workers involved in heavy construction activities. The employment of these wage determinations is critical for projects requiring adherence to both federal legislation and local regulations, thus ensuring fair compensation and worker rights within the construction industry.
    The document is a Request for Quotation (RFQ) RFQ246-25-Q-0038 issued by the Indian Health Service's Oklahoma City Area Office. The RFQ seeks quotes for the furnishing and installation of a sewer service line, with detailed instructions provided in an attached scope of work and associated drawings. Responses must be submitted by March 21, 2025. The RFQ specifies that it is not an order but a request for information, emphasizing that quoting does not bind the government to pay any costs. Key additional provisions include adherence to the Davis-Bacon General Wage Decision and applicable Federal Acquisition Regulation (FAR) clauses. Overall, the RFQ outlines the requirements necessary for potential contractors to participate in this procurement opportunity, targeting local bidders, potentially including those from the Indian community, given the mention of a "Buy-Indian Set-Aside."
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    BPA for Stainless Steel Surgical Equipment Repairs
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide stainless steel surgical equipment repair services through a Blanket Purchase Agreement (BPA) for the Oklahoma City Area Indian Health Service. The procurement aims to ensure the timely repair and maintenance of surgical instruments used at the Pawnee, Lawton, and Clinton Indian Health Centers, with services including sharpening, refurbishing, and onsite repairs. This opportunity is particularly significant as it supports the healthcare needs of Native American communities, emphasizing compliance with the Buy Indian Act. Interested vendors must submit their quotes by December 18, 2025, at 10:00 AM CST, to Misti Bussell via email at misti.bussell@ihs.gov, with the contract period running from March 1, 2026, to February 28, 2031, and a maximum funding limit of $1,250,000.
    Albuquerque Area Indian Health Service Sustainable Products and Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for sustainable products and services in the Albuquerque area. This procurement aims to identify sources that can provide environmentally friendly and sustainable solutions tailored to the needs of the Indian Health Service. The goods and services procured will play a crucial role in enhancing healthcare delivery while promoting sustainability within the community. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should reach out to Eric Wright at eric.wright@ihs.gov or call 505-256-6752 for further details regarding this opportunity.
    BFSU Solid Waste Removal
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for solid waste removal services at various locations in Browning, Montana, under a Sources Sought notice. The procurement aims to identify Indian Small Business Economic Enterprises (ISBEEs) and Indian Economic Enterprises (IEEs) capable of providing weekly trash removal services for the Blackfeet Service Unit and Heart Butte Clinic. This initiative is part of the Buy Indian Act, which prioritizes contracts for Indian-owned businesses, ensuring that at least 51% of the earnings from the contract go to Indian entities. Interested vendors must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form to Shannon Connelly at shannon.connelly@ihs.gov within five days of the announcement, as this will inform the acquisition strategy for the requirement.
    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.
    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.
    SOURCES SOUGHT NOTICE: Infectious Waste Collection and Disposal Services
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting a sources sought notice to identify potential sources for infectious waste collection and disposal services for the Kayenta Health Center in Kayenta, Arizona, and the Inscription House Health Center in Tonalea, Arizona. The procurement aims to secure services related to the provision of infectious waste storage containers, collection, and disposal, which are critical for maintaining health and safety standards in healthcare facilities. Interested parties are invited to submit their qualifications and capabilities by November 17, 2025, at 12:00 PM, to Flora Washington via email at flora.washington@ihs.gov. Respondents must include a company profile, capability statement, and, if applicable, the completed IHS IEE Representation Form to demonstrate eligibility as an Indian Economic Enterprise.
    CON ENG Bearlodge Shop Sewer Repair
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Bearlodge Shop Sewer Repair project located in Sundance, Wyoming. This presolicitation notice indicates that the procurement will focus on the construction of sewage and waste facilities, aligning with the NAICS code 237110, which pertains to water and sewer line and related structures construction. The project is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the industry. Interested parties can reach out to Jessica Lyn H. Rasmussen at JESSICA.RASMUSSEN@USDA.GOV for further details, with the solicitation expected to be posted following this notice.