Contractor shall furnish and install a water service line for E. Tynon #1184 in Miami, OK (Ottawa Co.) in accordance with the Statement of Work and drawing.
ID: RFQIHS1510407Type: 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
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 10:00 PM UTC
Description

The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water service line for E. Tynon #1184 in Miami, Oklahoma. The project involves the installation of approximately 450 linear feet of 1.5" HDPE DR11 water service line, connecting it to an existing water meter and home plumbing, with a performance period of 60 calendar days from the award date. This procurement is part of the government's initiative to enhance water infrastructure in Indian communities and is set aside exclusively for Indian-owned businesses under NAICS code 237110, with an estimated budget of less than $25,000. Interested contractors must submit their quotes by April 10, 2024, and direct any questions to Noleen Powell at noleen.powell@ihs.gov by April 7, 2024.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 11:07 PM UTC
This document outlines the additional provisions, terms, and conditions relevant to federal contracts, specifically focusing on clauses incorporated by reference under the Federal Acquisition Regulation (FAR). It lists numerous clauses that contractors must adhere to, encompassing requirements related to personal identity verification, wage rate adherence, subcontractors' labor standards, and various compliance measures regarding equipment and materials, including telecommunications. The document emphasizes important actions such as submitting bids, ensuring compliance with construction specifications, and addressing labor standards. The context revolves around ensuring that contractors understand and comply with federal regulations during contract execution, safeguarding government interests, and maintaining standards across commercial activities. Additionally, it provides guidance on how to handle representations and certifications through the System for Award Management (SAM), underscoring the necessity for contractors to maintain current and accurate information. Lastly, it underscores requirements for addressing site conditions and the procedures for addressing delays and terminations. The structure includes a comprehensive list of clauses, specific provisions related to small business participation, and operational stipulations essential for contract fulfillment.
Apr 2, 2025, 11:07 PM UTC
The document is a combined synopsis and solicitation for a water service line installation, issued as Request for Quotes (RFQ) IHS1510407 by the Indian Health Service (IHS). It is designated as a 100% Indian Owned set-aside under NAICS code 237110. Contractors are required to provide firm, fixed price quotes, detailed technical specifications, and relevant past performance history. The procurement has a price range of under $25,000, with a performance period of 60 calendar days from the award date. Questions are due by April 7, 2024, and quotes must be submitted by April 10, 2024. Proposals will be evaluated based on price and technical acceptability, with emphasis on compliance with the statement of work. Award will be made to the lowest priced, responsive, and responsible offeror meeting technical specifications. The IHS reserves the right to award without discussions, stressing that vendors must ensure all necessary information is included in their submissions for consideration. This solicitation reflects the government's commitment to supporting Indian-owned businesses while providing essential public services.
Apr 2, 2025, 11:07 PM UTC
The Indian Health Service (IHS) document outlines the certification requirements for enterprises participating in federal contracts under the Buy Indian Act. Offerors must self-certify their status as "Indian Economic Enterprises," confirming they maintain this status at the time of their offer, contract award, and throughout the contract's performance period. If an enterprise becomes ineligible, immediate notification to the Contracting Officer is required. Additionally, documentation proving eligibility may be requested before awarding contracts. False information provided during the certification process is punishable by law, emphasizing the seriousness of compliance. Offerors must also be registered with the System of Award Management (SAM). The document serves as a critical guideline to ensure that contracts meant for Indian-owned businesses are awarded appropriately and reinforces accountability and integrity in the bidding process.
Apr 2, 2025, 11:07 PM UTC
The government file appears to be corrupted or unreadable, consisting of byte-level data rather than coherent text. Therefore, it lacks clear information on federal RFPs, grants, or related topics. Although no main topic, key ideas, or supporting details can be extracted from this document, it would typically include information on funding opportunities or procurement initiatives under federal or state jurisdictions. In a standard document regarding government RFPs and grants, one would expect a structured summary outlining eligibility criteria, funding amounts, application processes, and deadlines. Given the current state of the file, it is impossible to encapsulate its essence or objectives accurately.
Apr 2, 2025, 11:07 PM UTC
The document appears to be an incomplete and heavily corrupted file related to federal and state procurement processes, possibly a Request for Proposal (RFP) or grant application. The main purpose of such documents typically involves soliciting bids from contractors or organizations seeking government funding for various projects. Key ideas likely focus on outlining the requirements for proposals, the scope of work expected, and eligibility criteria for interested parties. Despite its distorted appearance, typical components of RFPs or grants often include project objectives, timelines, funding eligibility, selection criteria, and compliance requirements. The tone is formal and objective, common in government communications, prioritizing clarity and specificity in objectives and expectations. It’s clear that the essence of the document underscored the importance of adherence to outlined structures and compliance with regulations, although specific details are severely hindered due to the corruption. Overall, understanding the context and intent behind such documents is crucial for organizations looking to participate in government-funded initiatives.
Apr 2, 2025, 11:07 PM UTC
The document is a Request for Quotation (RFQ) issued by the Oklahoma City Area Office of the Indian Health Service, primarily focused on contracting services to furnish and install a water service line. The estimated budget for this project is under $25,000, and it includes specific federal provisions, including the incorporation of the Davis-Bacon wage decision for wage compliance. Key details specify that interested contractors must submit their quotations by April 10, 2025, while also complying with applicable federal and local taxes. Additionally, the document outlines requirements for contractor qualifications, pricing, and the process for prompt payment discounts. The RFQ emphasizes that submitted quotes do not constitute a contract offer, allowing for transparency in the bidding process. Overall, this RFQ represents the federal effort to ensure quality infrastructure development within the healthcare framework serving Indian communities.
Apr 2, 2025, 11:07 PM UTC
The document outlines the requirements for the installation of a residential water service line at a specified location in Miami, OK. The contractor is responsible for furnishing and installing 1-inch to 3-inch diameter polyethylene (PE) pipes, following strict construction guidelines, including a minimum depth for trenching, proper separation from sewer lines, and adherence to industry standards. The contractor must notify project oversight before starting work and is required to schedule inspections prior to backfilling. A one-year warranty for materials and labor is mandated. Key components include installation instructions for pipe bedding, backfill procedures, and testing for leaks. The completion phase emphasizes site restoration and removal of excess materials. This project is part of broader government initiatives to improve water infrastructure, ensuring compliance with regulatory standards and promoting public health and safety.
Apr 2, 2025, 11:07 PM UTC
The document is a Request for Bid (RFB) from the Miami OEHE Field Office for the installation of a water service line as part of Project # OK22-F64. The scope of work includes the furnishing and installation of 450 linear feet of 1.5" HDPE DR11 water service line, connecting the line to an existing water meter, and linking it to home plumbing. Contractors are instructed to notify project oversight 24 hours prior to commencing work, and payment will be based on actual quantities installed. The form requires contractors to provide their name, proposed start and end dates, and an optional indication of whether they wish to submit a bid. This document serves as a formal request to solicit bids from contractors for specific plumbing work, encapsulating essential project details and operational expectations while following applicable regulatory guidelines.
Similar Opportunities
Water Service Line Mayetta, KS
Buyer not available
The Indian Health Service, part of the Department of Health and Human Services, is seeking qualified contractors for the installation of a water service line in Mayetta, Kansas. The project involves furnishing and installing a 2 ½-inch water service line at a specified location, with a performance period of 90 calendar days from the Notice to Proceed. This procurement is a total small business set-aside under NAICS code 237110, with an estimated award amount of less than $25,000, emphasizing the importance of compliance with federal labor standards as outlined in the Davis-Bacon Act. Interested contractors must submit their quotes by May 1, 2025, and direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
(Buy-Indian) Sources Sought: Water Softener Installation
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources for the installation of a new water softener and reverse osmosis unit at the Parker Indian Health Care Center in Arizona. The project involves removing an outdated water softener that currently fails to adequately treat water, which is critical for sterilization equipment, and replacing it with a duplex water softener and a comprehensive RO system. This initiative is vital for ensuring high-quality water treatment, which is essential for patient care and the protection of medical equipment. Interested contractors must respond by April 30, 2025, with detailed qualifications and capability statements, and are encouraged to contact Kenneth Nicholson at kenneth.nicholson@ihs.gov for further information.
Samantha DeGoede New Test Well (Mossyrock, WA, Lewis County)
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting quotes for the installation of a new residential drinking water well in Mossyrock, WA, under solicitation number 75H70125Q00024. The project aims to enhance local water accessibility and is set aside exclusively for small businesses, with an estimated construction cost ranging from $25,000 to $100,000. This initiative is critical for ensuring safe drinking water and compliance with health standards, emphasizing the importance of proper water resource management. Interested contractors must submit their quotes electronically by May 15, 2025, to Colleen Henry at colleen.henry@ihs.gov, and are encouraged to review all attached documents for detailed requirements and specifications.
Stephan Booster Station & WM Replace
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the replacement of the Stephan Booster Station and approximately 9,900 linear feet of water main in Chamberlain, South Dakota. The project aims to enhance water service reliability for the local community by removing and replacing existing infrastructure, with a construction magnitude estimated between $1,000,000 and $5,000,000. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed-Price contract, following a Request for Proposal (RFP) process with Lowest Price Technically Acceptable (LPTA) evaluation criteria. Interested parties should contact Daniel Cotto at daniel.cotto@ihs.gov or 240-461-7841 for further details, and must ensure registration in the System for Award Management (SAM) to be eligible for award consideration.
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.
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.
Claremore Indian Hospital AHU 3 and 4 Replacements
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the replacement of air handling units (AHUs) 3 and 4 at the Claremore Indian Hospital in Oklahoma. The project involves comprehensive construction services, including the removal and replacement of outdated equipment, installation of modern systems, and compliance with safety and environmental regulations, particularly concerning asbestos abatement. This procurement is significant for enhancing healthcare infrastructure and ensuring compliance with current standards, with a contract value estimated between $1 million and $5 million. Interested contractors must submit their proposals by May 1, 2025, following a mandatory site visit on March 26, 2025, and can direct inquiries to Taylor Kanthack at taylor.kanthack@ihs.gov or by phone at 240-478-1501.
OEHE GIS Support Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for GIS Support Services under a presolicitation notice for Solicitation 75H70125R00030. The procurement aims to establish a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to enhance GIS capabilities within the Office of Environmental Health and Engineering (OEHE), focusing on tasks such as program management, technical support, training, and data conversion for community water and wastewater systems. This initiative is crucial for improving healthcare service delivery through technology in native communities, with a total budget ceiling of $9.9 million over a five-year period, including a base year and four option years. Interested parties should contact Thupten Tsering at Thupten.Tsering@ihs.gov or 206-615-2452, and are advised to monitor www.sam.gov for the official solicitation release anticipated in April 2025, with proposals due at least 30 days thereafter.
EDR LICENSE AND SUPPORT - CLINTON IHS
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide Electronic Dental Records Licensure and Support for Dentrix Enterprise in Clinton, Oklahoma. This Sources Sought notice aims to identify capable vendors who can demonstrate their experience and ability to fulfill the requirements outlined, emphasizing the importance of tailored capability statements over generic submissions. Interested parties must submit their responses, including a completed Buy Indian Act Indian Economic Enterprise Representation Form, to the Contract Specialist, Ronay Burns, via email by 10:00 AM CST on April 29, 2025, with a maximum submission length of five pages.
Billings Area (Poplar, MT / Pryor, MT / Arapahoe, WY) Generator Project
Buyer not available
The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting proposals for the Billings Area Generator Project, which involves the installation of emergency power supply systems at three healthcare facilities located in Poplar, MT; Pryor, MT; and Arapahoe, WY. The primary objective of this procurement is to provide a reliable backup emergency power source capable of supporting essential medical equipment for up to 96 hours during outages, thereby ensuring continuity of care for American Indian and Alaskan Native communities. This project is classified as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and proposals are due by May 23, 2025. Interested contractors should direct inquiries to Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.