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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@ihs.gov.
    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.
    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.
    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.
    Landscape Services for IHS, Mashpee Wampanoag Health Service Unit
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting quotes for landscape services at the Mashpee Wampanoag Health Service Unit in Mashpee, Massachusetts. The procurement aims to maintain the landscaping and gutter services for three modular units, ensuring a professional appearance and preventing infestation, with services required from March 1, 2026, to October 31, 2026, and four optional one-year extensions. This opportunity is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses. Interested vendors must submit their quotes, including required documentation, to Courtney Davis at courtney.davis@ihs.gov by 3:00 p.m. Central Time on December 15, 2025, to be considered for the contract, which will be awarded based on the lowest price technically acceptable.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new rooftop unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@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 in South Dakota. This project aims to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. The procurement is 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 Notice to Proceed. Interested contractors must submit their proposals electronically by December 17, 2025, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or by phone at 206-615-2452.
    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.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.