Contractor shall furnish and install a water service line for W. Red Eagle #4414 in Hominy, OK (Osage, Co.) in accordance with the Statement of Work and drawings.
ID: 246-25-Q-0011Type: 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, through the Indian Health Service, is seeking qualified contractors to furnish and install a water service line for W. Red Eagle #4414 in Hominy, Oklahoma. The project involves the installation of a PVC water service line, adhering to specific construction protocols and standards, with an estimated cost of less than $25,000. This procurement is particularly significant as it is a 100% Indian Owned set-aside contract, emphasizing the importance of supporting Indian Economic Enterprises in federal contracting. Interested contractors must submit their quotes by January 8, 2025, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Pawnee Office of Environmental Health & Engineering (OEH&E) outlines a bid sheet for a water service line project, labeled SR# 4414. The document lists various materials and services required for the project, including 510 linear feet of 1.5" SDR 21 PVC piping, rock removal, imported fill, a pressure-reducing valve, and a shut-off valve with can. Each item is quantified, with units indicating linear feet (LF), cubic yards (CY), or each (EA). The purpose of the bid sheet is to provide a clear framework for potential contractors to submit proposals for the necessary work on the water service line infrastructure. The structured list of items and units signifies an emphasis on detailed project requirements, ensuring all aspects of the job are accounted for in the bidding process. Overall, this document represents a fundamental step toward upgrading water infrastructure while adhering to governmental protocols for RFPs.
    The document outlines a solicitation for quotes (RFQ 246-24-Q-0011) from contractors to furnish and install a water service line, categorized under Indian Owned set-aside contracts with a threshold under $25,000. The procurement period is set for 60 calendar days post-award, with quotes due by January 8, 2025. To qualify, vendors must submit a fixed price quote, technical specifications, relevant past performance documentation, and a specific economic representation form. Evaluations will prioritize price, followed by technical acceptability, requiring that all submissions meet detailed specifications provided in the statement of work. The award will go to the lowest priced, responsible offeror meeting all criteria. The Indian Health Service will not consider quotes lacking necessary proposal elements, and the Government reserves the right to award without discussions, emphasizing efficiency and adherence to procurement guidelines.
    The Department of Health & Human Services (HHS) through the Indian Health Service is issuing a solicitation for contractors in accordance with the Buy Indian Act. This document serves as a self-certification form for Offerors claiming to be an “Indian Economic Enterprise" as defined by federal regulations, which must be true at the time of offer submission, contract award, and throughout the performance period. Offerors are required to provide written notice immediately if they no longer meet the eligibility criteria. Additionally, they must be registered with the System of Award Management (SAM). Misrepresentation of status can lead to legal penalties under various U.S. laws. The form includes space for the representation and certification of Indian ownership, requiring a signature from the owner and details about the tribal entity and business involved. This process seeks to ensure that contracts are awarded fairly to qualifying enterprises while preventing fraud and ensuring compliance with federal regulations governing Indian economic interests.
    The document outlines the additional provisions, terms, and conditions incorporated by reference for a government solicitation. It lists numerous Federal Acquisition Regulation (FAR) clauses, including regulations related to contractor personnel identity verification, submission of bids, compliance with labor standards, and various grant management protocols. Additionally, it specifies the North American Industry Classification System (NAICS) code for the acquisition, which focuses on small business size standards, and details required representations and certifications. The summary emphasizes compliance with legal stipulations covering areas such as affirmative action, buy American requirements, and confidentiality in contracts. The contractor must adhere to these regulations, ensuring fair practices and workforce protections while maintaining eligibility for government contracts. The document serves to formally establish the expectations and requirements for potential contractors seeking to fulfill government contracts, ensuring they navigate legal frameworks effectively while fostering transparency and accountability in federal contracting processes.
    The document appears to be a corrupted file and does not contain intelligible information regarding government RFPs, federal grants, or state/local proposals. The lack of coherent text and structured content makes it impossible to identify a main topic, key ideas, or supporting details. Typically, such documents would outline objectives, eligibility criteria, financial commitments, and application processes related to government funding opportunities. However, in its current state, the document fails to provide any substantive insights or relevant details that could be summarized or analyzed. For a comprehensive review, a functioning version of the document is necessary to address its contents adequately.
    This document is a Request for Quotation (RFQ) issued by the Oklahoma City Area Office of the Indian Health Service seeking bids for the installation of a water service line. It outlines the project's scope, referencing a statement of work and attached drawings, with an estimated cost of less than $25,000. The RFQ incorporates the Davis-Bacon wage decision, ensuring compliance with federal wage standards, along with specific Federal Acquisition Regulation (FAR) clauses. Quotations must be submitted by January 8, 2025, with the document specifying all necessary logistical details, including the consignee's address and contact information. The RFQ explicitly states that the submission of quotations does not obligate the government to make any payments or contracts, emphasizing it as a request for information rather than a binding offer. Overall, this RFQ serves to solicit competitive bids for a minor construction project while ensuring adherence to federal guidelines and procedures, aimed at maintaining safety and regulatory standards in public service installations.
    The document outlines the Statement of Work for the installation of PVC water service lines in Osage County, Oklahoma, under the supervision of licensed professionals. The contractor is tasked with furnishing and installing a 4-inch diameter or smaller water service line at 1475 Red Eagle Rd., following strict construction protocols. Key requirements include a 24-inch vertical separation from sewer lines and ensuring proper bedding and backfilling of trenches. The document specifies materials, including PVC 1120 pressure pipe, and mandates testing for leaks and disinfection following AWWA C651 standards before service activation. A one-year warranty for materials and labor is required. The contractor must provide record drawings and restore the site post-installation. This precise guidance addresses quality assurance and compliance with health and safety regulations, reflecting the government's commitment to ensuring reliable water service infrastructure in local communities.
    Similar Opportunities
    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.
    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.
    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.
    Claremore Site Prep for New Clinical Modular Building
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the site preparation of a new clinical modular building at the Claremore Indian Hospital in Oklahoma. The project entails extensive site work, including demolition, utility connections, and the construction of a five-section modular facility designed to enhance clinical services, particularly in response to increased demands following COVID-19. This initiative is crucial for improving healthcare infrastructure and ensuring compliance with safety and accessibility standards, including ADA requirements. Interested contractors must submit their proposals by February 25, 2025, following a site visit scheduled for January 30, 2025, with the project valued between $1 million and $5 million. For further inquiries, potential bidders can contact Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    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.
    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.
    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.
    Claremore Indian Hospital AHU 3 and 4 Replacements
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking contractors for the replacement of Air Handling Units 3 and 4 at the Claremore Indian Hospital in Oklahoma. This project falls under the Commercial and Institutional Building Construction category and is part of the maintenance of hospitals and infirmaries, emphasizing the importance of maintaining a safe and efficient healthcare environment for the community served. Interested contractors should note that this opportunity is set aside for Indian Economic Enterprises (IEE), and they can reach out to Taylor Kanthack at taylor.kanthack@ihs.gov or call 240-478-1501 for further details.
    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.