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
    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.
    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.
    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.
    IHS Nationwide Sanitation Facilities Construction (SFC) A-E Services Multiple Award IDIQ
    Buyer not available
    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.
    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.
    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.
    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.
    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.
    Pueblo Pintado Health Center Construction
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the construction of the Pueblo Pintado Health Center in New Mexico. This project involves the construction of a 125,884 square foot facility aimed at expanding healthcare services for approximately 6,000 American Indian and Alaskan Native residents, with a contract period of 730 calendar days from the start date. The procurement emphasizes compliance with local regulations, safety standards, and environmental considerations, reflecting the importance of enhancing healthcare infrastructure in the region. Proposals are due by March 21, 2025, following a pre-proposal conference on January 23, 2025, and interested contractors should contact Matt D Sanders at matt.sanders@ihs.gov for further details.
    TPPIHC Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the TPPIHC Roof Replacement and Fall Protection project at the Taos-Picuris Health Center in Taos, New Mexico. This project involves replacing the existing roofing system and implementing fall protection measures, with an estimated construction cost between $1 million and $5 million, and is set aside for Indian Small Business Economic Enterprises (ISBEE). The successful contractor will be responsible for adhering to safety regulations, coordinating with health authorities, and completing the project within 180 calendar days. Proposals are due by March 20, 2025, following a mandatory site visit on March 5, 2025. Interested parties can contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further information.