Geotechnical Engineering Services for a new water storage Tank, Wyandotte, OK
ID: 246-25-Q-0024r1Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEINDIAN HEALTH SERVICEPORTLAND, OR, 97209, USA

NAICS

Geophysical Surveying and Mapping Services (54136)

PSC

SPECIAL STUDIES/ANALYSIS- GEOPHYSICAL (B518)

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, 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.

    Files
    Title
    Posted
    The Eastern Shawnee Tribe of Oklahoma, in collaboration with the Ottawa County Rural Water District #5, has released a Geotechnical Request for Proposals (RFP) for the Standpipe associated with the IHS Project OK 20-W38. The document outlines key components necessary for project completion, including a Lift Station and Forcemain, laboratory services for testing and analysis, and professional services for a geotechnical report, each listed as a lump sum (LS). Additionally, field services encompassing mobilization, demobilization, drilling, sampling, and logging are required. The summary of these elements aims to facilitate the project's progression, ensuring adherence to appropriate engineering standards and promoting the effective development of local water infrastructure. This RFP aligns with federal and local initiatives to enhance public health resources through structured funding and service acquisition.
    The document outlines the additional provisions, terms, and conditions for federal government contracts, specifically referencing various clauses from the Federal Acquisition Regulation (FAR) that are incorporated by reference. Key clauses cover a range of compliance areas, including contractor personnel identification, construction wage standards, affirmative action requirements, and guidelines for small business participation. It emphasizes proper bid submission procedures, labor standards, and insurance regulations. The document also highlights specific representations and certifications that contractors must fulfill, ensuring compliance with legal obligations such as child labor laws and anti-trafficking provisions. Moreover, it discusses the conditions under which contracts can be terminated for convenience or cause. The necessity for contractors to conduct site visits before bidding is also noted, alongside contact information for project management. Overall, this file serves as a comprehensive framework for contractors seeking to understand their responsibilities and requirements within federal contracting processes.
    The Indian Health Service's solicitation document outlines the requirements for certification as an "Indian Economic Enterprise" under the Buy Indian Act (25 U.S.C. 47). Offerors must self-certify their status at three critical points: when making an offer, at the time of contract award, and throughout the contract's duration. Any changes in eligibility during these periods must be promptly disclosed to the Contracting Officer. The document stresses the need for accurate information, warning that false claims may lead to legal penalties under federal law. It also mandates that successful Offerors register with the System of Award Management (SAM). The form requires the offeror's acknowledgment of their compliance status and provides spaces for necessary details, including ownership and affiliation with a federally recognized tribal entity. This process not only supports Indian economic development but also ensures transparency and accountability in the procurement process for federal contracts related to Indian health services.
    The document outlines the wage determination for heavy construction projects in Oklahoma, governed by the Davis-Bacon Act and applicable Executive Orders. It specifies minimum wage rates required for contractors on contracts entered after January 30, 2022, mandating $17.75 per hour under Executive Order 14026, or $13.30 per hour under Executive Order 13658 for certain contracts prior to that date. The determination also lists classifications and their prevailing wage rates across various occupations, such as electricians, power equipment operators, and laborers, along with fringe benefits where applicable. Additionally, it details the appeals process for wage determination disputes, the classifications of work necessary for project completion, and the requirement for contractors to submit conformance requests for unlisted job classifications. This document is critical for compliance with federal labor standards during the execution of government contracts related to heavy construction, emphasizing worker protections and appropriate wage rates. The file is significant in guiding federal, state, and local RFPs, ensuring fair labor practices in government-funded projects in Oklahoma.
    The document is a Request for Quotation (RFQ) from the Indian Health Service (IHS) for geotechnical engineering services related to the construction of a new water storage tank in Wyandotte, Oklahoma. Issued on March 5, 2025, the RFQ (RFQ246-25-Q-0024r1) outlines the required services and specifies that interested contractors submit their quotations by March 31, 2025. The scope includes provisions such as the Davis Bacon General Wage Decision, and various Federal Acquisition Regulation (FAR) clauses are attached to ensure compliance. References to an official site visit and the inclusion of detailed project requirements aim to facilitate the bidding process. The document emphasizes that the request is for information only and does not obligate the government to contract for services or reimburse costs incurred in submission preparation. Overall, this RFQ showcases the government's effort to procure necessary services within a structured framework, typical in federal contracting practices.
    The document outlines a proposal related to water infrastructure improvements managed by the Indian Health Service. It specifically discusses the installation of a new well and a larger standpipe located 65 feet west of an existing standpipe, enhancing the local water supply capabilities. Key elements include the identification of existing infrastructure, such as a well, generator, and eight-foot diameter standpipe, and the plans to construct a proposed 26-foot diameter standpipe. The intent is to secure funding through government RFPs to support this development, emphasizing the importance of improving water access and reliability for community health. Detailed site specifications and the strategic location of the proposed equipment suggest a targeted approach to meet the water resource needs effectively and sustainably.
    The Indian Health Service (IHS) seeks proposals for geotechnical engineering services for an elevated water storage tank in Ottawa County, Oklahoma. The project involves constructing a 120,000-gallon, 100-foot tall standpipe tank adjacent to an existing facility, with construction expected to occur in the 2025 season. The scope includes subsurface condition evaluations, foundation design recommendations, and compliance with state and national standards for public water supply and tank construction. Contractors are responsible for all aspects of the project, including site assessments, drilling of up to three borings, and delivering a comprehensive geotechnical report. This report must detail soil conditions, engineering recommendations, seismic considerations, and other crucial technical data, signed by a licensed engineer. Proposals must outline drilling specifics, project scheduling, and a cost breakdown. The document is structured with clear sections detailing project scope, tasks, deliverables, and proposal requirements, reflecting a formal request for proposals typical of government projects aimed at ensuring reliable infrastructure for public health services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Sources Sought - FYSU Water Management Plan Development, Maintenance, Verification, and Legionella Testing Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide comprehensive Water Management Plan (WMP) development, maintenance, verification, and Legionella testing services for the Fort Yuma Health Center (FYHC) in California. The contractor will be responsible for creating a facility-wide WMP that adheres to ANSI/ASHRAE Standard 188, CMS QSO 17-30, and CDC guidance, which includes ongoing maintenance, quarterly and semi-annual verification visits, and routine water sampling for Legionella, heterotrophic plate count (HPC), and E. coli. This initiative is crucial for ensuring the safety and compliance of the health center's water systems, thereby protecting public health. Interested vendors must respond with their qualifications, including company details and IEE status, to Minkyu Kim at minkyu.kim@ihs.gov, as this is a sources sought notice aimed at market research and compliance with the Buy Indian Act.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    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.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    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 located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% 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 issuance of a Notice to Proceed. Proposals are due electronically by 2 PM Pacific Time on January 6, 2026, and interested parties should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or call 206-615-2452.
    Healthcare Facility Planning, Evaluation, Research
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking sources for Healthcare Facility Planning, Evaluation, Research, and Advisory Services to support the Department of Health and Human Services (HHS), specifically the Indian Health Service (IHS) Office of Environmental Health and Engineering (OEHE). The procurement aims to enhance healthcare delivery for American Indians and Alaskan Natives by modernizing IHS facilities and planning processes, which includes developing planning documents, updating Health Services and Facility Master Plans, and providing advisory reviews. This opportunity is anticipated to result in a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract valued at approximately $30 million, with a five-year ordering period starting in Fiscal Year 2026. Interested firms must complete the attached Excel document and submit it to Robert Brewer at robertbrewer@ibc.doi.gov by the specified deadline.
    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.
    SOURCES SOUGHT NOTICE: Infectious Waste Collection and Disposal Services
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting a sources sought notice to identify potential sources for infectious waste collection and disposal services for the Kayenta Health Center in Kayenta, Arizona, and the Inscription House Health Center in Tonalea, Arizona. The procurement aims to secure services related to the provision of infectious waste storage containers, collection, and disposal, which are critical for maintaining health and safety standards in healthcare facilities. Interested parties are invited to submit their qualifications and capabilities by November 17, 2025, at 12:00 PM, to Flora Washington via email at flora.washington@ihs.gov. Respondents must include a company profile, capability statement, and, if applicable, the completed IHS IEE Representation Form to demonstrate eligibility as an Indian Economic Enterprise.