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
    Contractor shall furnish and install a sewer service line for K. McMillian #3279 in Moore, OK (Cleveland, Co.) in accordance with the statement of work and drawing provided.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified contractors to furnish and install a sewer service line for K. McMillian 3279 in Moore, Oklahoma. The project involves providing materials, including PVC piping, and adhering to specific construction schedules and regulatory requirements, with a total estimated cost of under $25,000. This procurement is crucial for maintaining public health infrastructure and ensuring compliance with local and federal standards. Interested small businesses must submit their quotes by March 17, 2025, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.
    Garrett Hull OSS (Makah)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified small businesses to provide an on-site septic system in Clallam Bay, Washington. The project involves the installation of a sewer system, treatment tanks, and a drain field, with an estimated cost ranging from $25,000 to $100,000. This opportunity is particularly significant as it encourages participation from Indian Economic Enterprises under the Buy Indian Act, promoting Native American ownership in federal contracting. Interested firms must submit their responses by March 10, 2024, and can direct inquiries to Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
    Betty Jane Bagley OSS Replacement (Suquamish)
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors for the installation of a new onsite septic system for Betty Jane Bagley in Bremerton, Washington. The project involves the construction of a comprehensive wastewater management system, including a 2-compartment septic tank, advanced treatment unit, pump chamber, and low-profile chamber drainfield, all to be completed within 30 calendar days after receiving the Notice to Proceed. This initiative is part of the federal commitment to enhance sanitation facilities in tribal communities and is classified as a Total Small Business Set-Aside, with an estimated budget ranging from $25,000 to $100,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to prepare for the forthcoming solicitation expected to be released around October 23, 2024. For further inquiries, potential bidders can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Install a septic tank and lagoon in Mayetta, KS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to install a septic tank and lagoon system in Mayetta, Kansas. The project involves constructing a 1,000-gallon septic tank, a wastewater lagoon, and associated piping, with adherence to specific construction standards and local regulations. This procurement is crucial for enhancing residential sanitation systems and ensuring compliance with federal guidelines, including the Davis Bacon wage decision. Interested parties must submit their quotes by February 28, 2025, and can contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or 405-951-3740 for further information.
    IHS Nationwide Sanitation Facilities Construction (SFC) A-E Services Multiple Award IDIQ
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified small business architect-engineer firms to provide design and engineering services for sanitation facilities across American Indian communities. The procurement aims to award up to eight Indefinite Delivery-Indefinite Quantity (IDIQ) contracts, each with a maximum value of $8 million, to enhance infrastructure related to water systems, wastewater systems, and solid waste facility planning. This initiative underscores the importance of improving sanitation services in underserved communities, ensuring compliance with federal regulations and the Buy Indian Act. Interested firms must submit their qualifications, including a completed Standard Form 330, by 2:00 PM (PST) on March 28, 2025, and can contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further information.
    Whiteriver Pipeline Testing
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors for the Whiteriver Pipeline Testing project in Arizona. The project involves exposing existing piping, disconnecting it, and constructing a vertical extension for a threaded connection, followed by a fire flow test to gather critical data on the pressure and flow rate of a 12-inch main line. This testing is vital for the design of the water system for a new hospital and for obtaining necessary water quality samples. Interested contractors must respond by March 12, 2025, at 1300 local time, and are required to self-certify as Indian Economic Enterprises (IEE) to comply with the Buy Indian Act. For further inquiries, contact Dale C Clark at dale.clark@ihs.gov.
    Geotechnical Engineering Services for a new water storage Tank, Wyandotte, OK
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for geotechnical engineering services related to the construction of a new water storage tank in Wyandotte, Oklahoma. The project involves the construction of a 120,000-gallon, 100-foot tall standpipe tank, requiring comprehensive subsurface evaluations, foundation design recommendations, and compliance with relevant public water supply standards. This initiative is crucial for enhancing local water infrastructure and ensuring reliable access to clean water for community health. Interested contractors must submit their quotations by March 31, 2025, and can direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
    Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract. This procurement aims to gather specialized cost data and estimating services that will support the construction and renovation of facilities serving Native American communities. The selected contractor will play a crucial role in ensuring accurate budgeting and financial planning for projects that enhance healthcare infrastructure. Interested parties should contact Matt D Sanders at matt.sanders@ihs.gov or 206-374-7302, or Andrew E. Hart at andrew.hart@ihs.gov or 206-615-2453 for further details. Additionally, Offerors must comply with the Buy Indian Act and confirm their status as an "Indian Economic Enterprise" throughout the contract process.
    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.
    Nooksack Sulwhanon Community Well (Everson, WA)
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting bids for the Nooksack Sulwhanon Community Well project located in Everson, Washington. The project aims to construct a new 12-inch diameter production well to replace an inadequate existing supply well, ensuring safe and reliable drinking water for 25 homes and 5 non-residential connections while addressing water quality issues such as high iron concentrations. This initiative is a 100% Small Business Set Aside under NAICS code 237110, with a construction budget ranging from $100,000 to $250,000, and requires completion within 120 calendar days following the notice to proceed. Quotes are due by March 13, 2025, and interested contractors should contact Toby Hayden at toby.hayden@ihs.gov or call 503-414-5524 for further details.