IHS Nationwide Sanitation Facilities Construction (SFC) A-E Services Multiple Award IDIQ
ID: 75H70125R00018Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEDIV OF ENGINEERING SVCS - SEATTLESEATTLE, WA, 98121, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service (IHS) is soliciting Architect-Engineer (A-E) firms to submit qualifications for providing design and engineering services related to sanitation facilities aimed at American Indian communities. The IHS plans to award up to eight Indefinite Delivery-Indefinite Quantity (IDIQ) contracts, each with a maximum value of $8 million, to support projects including water systems, wastewater systems, and solid waste facility planning. This procurement is exclusively for small businesses under the NAICS Code 541330, with a set-aside provision ensuring only qualified small business firms can submit proposals. Submissions will be evaluated based on six criteria: specialized experience, professional qualifications, past performance, management plan and quality control, locality knowledge, and capacity to accomplish the work. Firms must demonstrate relevant past projects, qualifications of key personnel, management abilities, and an understanding of local conditions. Proposals are due by 2:00 PM (PST) on March 28, 2025, and firms should complete the Standard Form 330, ensuring it is clear and detailed. This request aims to enhance sanitation infrastructure for Native American communities through qualified, experienced small business contractors. All interested firms must register with the System for Award Management (SAM) prior to submission.
    The document outlines the ARCHITECT-ENGINEER (A-E) Qualifications Standard Form 330, which federal agencies utilize to assess A-E firms’ professional qualifications for contracts as mandated by 40 U.S.C. chapter 11 and the Federal Acquisition Regulation (FAR). It consists of two parts: Part I pertains to contract-specific qualifications, detailing contract information, proposed team roles, resumes of key personnel, example projects demonstrating capabilities, and other essential qualifications. Part II outlines the general qualifications of a firm or branch office, including the firm’s establishment year, unique entity identifier, ownership type, employee distribution by discipline, revenue history, and point of contact. The document stresses the importance of concise compliance with agency instructions and the submission of accurate information along with additional agency-specific criteria. The overall purpose is to ensure that federal agencies effectively select qualified firms by thoroughly evaluating their experience and ability to perform necessary services, while establishing a fair negotiation process for contract awards.
    The Past Performance Questionnaire (PPQ) Form PPQ-0, attached to Solicitation No. 75H701-25-R-00018, evaluates contractor performance as part of government contracting processes. It requires contractors to provide detailed contract information including their role (prime, subcontractor, etc.), contract type, award dates, and pricing details. A key part of the evaluation includes a section for clients to assess various performance criteria such as quality, schedule adherence, customer satisfaction, management effectiveness, financial management, and safety compliance. Clients are asked to gauge contractor performance using a scale ranging from "Exceptional" to "Unsatisfactory." The questionnaire emphasizes the importance of direct feedback from clients, which is crucial for assessing contractor capabilities and risks in future government projects. The document aims to ensure accountability in contractor performance while contributing to informed decision-making in government procurement activities. The form underscores the government's right to verify all submitted information and encourages feedback to enhance future performance evaluations.
    The document is a Pre-Qualification Inquiry Form associated with Solicitation Number 75H701-25-R-00018. Its primary purpose is to collect inquiries from firms interested in participating in a government procurement process. Key information includes a designated firm and contact person, along with their address, phone number, fax number, and email for submitting inquiries. The form requires clear requirements to ensure that responses are well documented and easily reviewed by the government entity. The submission process is specified, directing participants to email their completed forms to a designated government email address. This inquiry form is part of the larger framework of federal and state RFPs and grants, facilitating communication between the government and potential contractors to clarify project expectations and eligibility criteria.
    The document outlines the certification requirements for Offerors under the Buy Indian Act as part of the Indian Health Service's solicitation process. It requires self-certification that the Offeror qualifies as an "Indian Economic Enterprise" at three critical points: during the offer submission, at contract award, and throughout the contract duration. If the Offeror's eligibility changes, they must immediately inform the Contracting Officer. Failure to provide accurate information is considered unlawful and may lead to legal penalties. Additionally, successful Offerors must be registered in the System of Award Management (SAM). The document includes a representation section for the Offeror to confirm their qualifications, providing space for the name of the owner, signature, tribal entity, business name, and DUNS number. This solicitation emphasizes the importance of compliance with eligibility requirements to maintain integrity in federal contracting under the Buy Indian Act.
    Similar Opportunities
    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.
    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.
    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 Sewer Service Line Bixby, OK
    Buyer not available
    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.
    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.
    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.
    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.
    BLACKFEET HOSPITAL CT ROOM RENOVATION
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the renovation of the CT Room at the Blackfeet Community Hospital in Browning, Montana. The project aims to enhance critical medical facilities, including upgrades to mechanical, electrical, and plumbing systems, while ensuring compliance with safety and infection control standards. This renovation is vital for improving healthcare infrastructure in underserved regions, reflecting the federal government's commitment to enhancing health services for Native American communities. Interested contractors, particularly those qualifying as Indian Small Business Economic Enterprises (ISBEEs), must submit their proposals by April 3, 2025, following a mandatory site visit on February 11, 2025. For further inquiries, contact Taylor Kanthack at taylor.kanthack@ihs.gov or call 240-478-1501.
    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.
    Capability Search of ISBEE/IEE Construction Firms
    Buyer not available
    Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF is conducting a Capability Search of ISBEE/IEE Construction Firms in Arizona, UNITED STATES. This search aims to identify Native American/Indian-Owned (Indian Small Business Economic Enterprises) Construction firms for current upcoming projects. The purpose of this procurement is to give preference to Indian Economic Enterprises (IEE) in accordance with the Buy Indian Act. Interested firms should respond to this notice promptly by following the attached form and instructions. This procurement is specific to the Commercial and Institutional Building Construction industry and falls under the CONSTRUCTION OF HOSPITALS AND INFIRMARIES category.