Contractor shall furnish and install a water service line for J. Selsor #6796 in Sapulpa, OK (Creek Co.) in accordance with the Statement of Work and drawing provided.
ID: 246-25-Q-0032Type: 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 J. Selsor #6796 in Sapulpa, Oklahoma. The project involves the installation of a 2-inch DR 9 polyethylene water service line, an isolation valve, and rock excavation, with a total estimated quantity of 1,725 linear feet of water line and 20 cubic yards of rock excavation. This procurement is part of the government's efforts to enhance community water services and infrastructure, adhering to competitive bidding practices and compliance with federal regulations. Interested contractors must submit their quotes by February 21, 2025, with a budget cap of $25,000, and are encouraged to contact Noleen Powell at noleen.powell@ihs.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) related to the installation of water service connections and lines in Okmulgee, Oklahoma. The project scope includes the following tasks: installation of a 2-inch DR 9 polyethylene water service line with fittings, installation of an isolation valve with valve box, and rock excavation. The total estimated quantity includes 1,725 linear feet of water line, one isolation valve, and 20 cubic yards of rock excavation. The project will be administered from the Okmulgee OEH&E Field Office, located at 8902 W 166th St S, Sapulpa, OK, with a project completion estimate set for January 14, 2025. Bidders are required to submit offers for all listed items across all schedules to be eligible for contract award, ensuring comprehensive project involvement from the awarded contractor. This RFP illustrates governmental infrastructure improvements aimed at enhancing community water services while adhering to competitive bidding practices.
    The document outlines the Statement of Work for the installation of a water service line at a specified location in Sapulpa, Oklahoma. It details the responsibilities of the contractor, including the furnishing and installation of a polyethylene (PE) pipe, specific construction requirements, and a construction schedule. Work must occur during weekdays and adhere to provided scheduling protocols. Key aspects include material specifications per industry standards, a minimum one-year warranty on all work, and the installation process, which encompasses trench depth, separation from sewer services, and repair protocols for any utilities damaged during construction. The contractor is instructed to test pipes for leaks and restore the site to its original condition post-installation. Through this document, the government aims to ensure compliance with safety regulations while effectively maintaining water service infrastructure, reflecting standard practices found in federal and local RFPs and grants.
    This document serves as a combined synopsis and solicitation for an Indian Health Service Request for Quotes (RFQ) 246-25-Q-0032, which involves the furnishing and installation of a water service line. The procurement is reserved for 100% Indian-owned businesses, adhering to NAICS code 237110. The award will be made within 60 days of contract execution, with a budget capped at $25,000. A written solicitation will not be issued; instead, quotes must be submitted by February 21, 2025, 5:00 PM CST, either via email or sealed envelope. To qualify for consideration, vendors must include a firm, fixed-price quote, technical specifications aligned with the statement of work, evidence of two relevant past performance examples, and the Indian Health Service Buy Indian Act representation form. Evaluations will rank quotes by price and assess technical acceptability, with a contract awarded to the responsible offeror providing the lowest acceptable price. The document emphasizes the significance of meeting all specified requirements to ensure an acceptable quote. Overall, it outlines a competitive procurement process aimed at enhancing services while supporting Indian-owned enterprises.
    The Indian Health Service (IHS) document outlines the requirements for entities to certify their status as an “Indian Economic Enterprise” under the Buy Indian Act when responding to solicitations, Requests for Information (RFIs), or other bidding processes. It emphasizes that eligibility must be maintained during the bidding and contract period, with obligations for immediate notification to the Contracting Officer if eligibility changes. Additionally, successful bidders must be registered with the System of Award Management (SAM) and must avoid submitting false information, as violations can lead to criminal penalties. The representation form included requires the offeror to affirm their status as an Indian Economic Enterprise, indicating ownership and tribal affiliations, thus ensuring compliance with federal contracting regulations aimed at promoting economic development within Indian communities. This framework fosters accountability and integrity in government procurement processes related to the Indian Economic Enterprise sector.
    The document outlines a series of clauses and provisions that are incorporated by reference in accordance with the Federal Acquisition Regulation (FAR) for government contracts, specifically focused on contractor requirements and compliance. It lists various clauses related to topics such as personnel identity verification, maintenance of the System for Award Management, construction wage rate requirements, and labor standards, among others. It establishes conditions for bidding, contract modifications, and the handling of nonconformities in supplies and services, emphasizing compliance and accountability measures. Additionally, it details the small business size standards and specific requirements for various certifications and representations that offerors must complete electronically via the System for Award Management. The clauses included govern conduct on government installations, payment processes, and contractor obligations under diverse situations such as termination for convenience or cause. The primary aim is to ensure legal and procedural adherence throughout the contracting process, thereby safeguarding the government's interests while promoting fair treatment and accountability for contractors engaged in federal and state projects.
    The document is a Request for Quotation (RFQ) from the Oklahoma City Area Office of the Indian Health Service, seeking a contractor to furnish and install a water service line. The scope includes specifications detailed in a statement of work and drawings, with an estimated cost of under $25,000. Incorporation of the Davis Bacon General Wage Decision, effective from January 3, 2025, is required. The RFQ invites quotations by February 21, 2025, reminding potential contractors that this request does not obligate the government to award a contract or incur costs during the submission process. The form includes sections for contractor identification, pricing, and acknowledgment of various federal acquisition regulations. Additional provisions and representations are referenced but not attached to the RFQ. Overall, this RFQ is part of standard procurement processes aimed at fulfilling government project requirements efficiently and in compliance with applicable labor laws.
    The government document presents a collection of federal and state/local Requests for Proposals (RFPs) and grant opportunities, aimed at various sectors including environmental management, public health, and infrastructure development. Key objectives outlined include improving community services, enhancing infrastructure maintenance, and ensuring compliance with federal regulations. Specific grants focus on providing funding for local projects that address community needs, such as public health innovations and environmental sustainability. The document emphasizes the importance of detailed project proposals that demonstrate clear community impact, operational viability, and alignment with federal guidelines. Additionally, potential applicants are encouraged to outline safety measures, funding allocation strategies, and anticipated outcomes to increase their chances for funding approval. Overall, this file serves as a comprehensive resource for organizations seeking government funding, urging them to implement innovative solutions while adhering to stringent compliance standards. It reflects the federal government's commitment to fostering local community development through financial support and collaborative efforts.
    Similar Opportunities
    Contractor shall furnish and install a water service line for L. Rovang #6804 in Sapulpa, OK (Creek Co.) in accordance with the Statement of Work and drawing provided.
    Buyer not available
    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 L. Rovang 6804 in Sapulpa, Oklahoma. The project involves the installation of approximately 1,700 linear feet of polyethylene water service line, fittings, and an isolation valve, with a total budget estimated at less than $25,000. This procurement is part of a Buy Indian Set-Aside initiative, promoting economic opportunities for Indian-owned businesses, and requires compliance with federal regulations, including the Davis-Bacon General Wage Decision. Interested vendors must submit their quotations by February 21, 2025, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.
    J Davis Septic and Water Line
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified small businesses to undertake the construction of the J Davis Septic and Water Line project in Warm Springs, Oregon. This procurement involves the installation of a septic system and water service line for a newly built home, requiring compliance with local regulations and the Davis-Bacon Act for prevailing wages. The project is critical for enhancing community infrastructure and ensuring reliable water service, with an estimated budget between $25,000 and $100,000 and a performance timeline of 45 days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and are encouraged to contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further details, with quotes due 30 days after the solicitation release expected around February 6, 2025.
    Furnish and install a septic tank and lagoon Mayette, KS
    Buyer not available
    The Indian Health Service (IHS) under the Department of Health and Human Services is soliciting quotes for the furnishing and installation of a septic tank and lagoon system in Mayetta, Kansas. The project requires the contractor to construct a wastewater lagoon and install a 1,000-gallon septic tank, adhering to specific materials and installation guidelines as outlined in the Statement of Work and accompanying drawings. This procurement is significant for enhancing local health infrastructure, particularly for Indian populations, and is set aside exclusively for Indian-owned businesses under the Indian Small Business Economic Enterprise (ISBEE) program. Interested contractors must submit their quotes by February 28, 2025, with an estimated award amount between $25,000 and $100,000. For further inquiries, potential bidders can contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
    Crow/Northern Cheyenne Hospital Sewer Rehabilitation
    Buyer not available
    The Indian Health Service, under the Department of Health and Human Services, is soliciting bids for the sewer rehabilitation project at the Crow/Northern Cheyenne Hospital located in Crow Agency, Montana. The project aims to utilize Cured in Place Pipe (CIPP) technology to rehabilitate approximately 5,100 linear feet of sewer piping that has suffered from corrosion and damage since its installation in 1995. This initiative is critical for maintaining the hospital's operational efficiency and compliance with health and safety standards, ensuring continued patient care and infection control. Interested small businesses in the water and sewer line construction sector are encouraged to submit proposals by March 5, 2025, with an estimated project cost between $1,000,000 and $5,000,000. For further inquiries, potential bidders can contact Taylor Kanthack at taylor.kanthack@ihs.gov or by phone at 240-478-1501.
    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.
    Indian Health Services (IHS) Makah Sewer Outfall, Neah Bay, WA
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors for the replacement of the Makah Sewer Outfall in Neah Bay, Washington, managed by Indian Health Services (IHS). The project involves replacing approximately 2,800 linear feet of high-density polyethylene (HDPE) pipe, necessitated by the deterioration of the existing outfall pipe, which has been compromised and is no longer anchored securely. This construction effort is crucial for maintaining the sewage infrastructure in the area, with an estimated project cost between $1,000,000 and $5,000,000 and a completion period of 120 days. Interested businesses, particularly small firms, must be pre-registered in the System for Award Management (SAM) and submit their responses by February 21, 2025, to the primary contact, Javon Miller, at javon.m.miller@usace.army.mil.
    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.
    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.
    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 foundation for a five-section modular facility, with a focus on compliance with local and federal regulations, including ADA standards. This initiative aims to enhance healthcare services in response to increased demand, particularly following the COVID-19 pandemic. Interested contractors should note that the project is set aside for Indian Small Business Economic Enterprises, with a contract value estimated between $1 million and $5 million. Proposals are due by February 25, 2025, and potential bidders are encouraged to contact Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
    Water Softener Salt and Delivery
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the supply and delivery of water softener salt to the Red Lake Hospital in Minnesota. The contract requires the contractor to deliver approximately 1,730 pounds of water softener salt every two weeks, totaling an estimated 47,000 pounds per year, with a firm-fixed price structure and set aside for small businesses. This procurement is essential for maintaining the hospital's water quality and operational efficiency, adhering to safety and environmental standards. Interested parties must submit their proposals by February 28, 2025, and can direct inquiries to Christopher Millard at Christopher.Millard@ihs.gov or call 218-444-0511.