Contractor shall furnish and install a water service line for R. Smith #4420 in Pawhuska, OK (Osage, Co.) in accordance with the statement of work and drawing.
ID: 246-25-Q-0045Type: 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 Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 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 R. Smith #4420 in Pawhuska, Oklahoma. The procurement is a Buy Indian set-aside, requiring compliance with specific technical specifications and the submission of a firm price quote, relevant past performance examples, and an Indian Economic Enterprise Representation Form. This project is crucial for enhancing local water infrastructure and is estimated to cost less than $50,000, with a performance period of 60 calendar days from the award date. Interested parties must submit their quotes by April 21, 2025, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.

Point(s) of Contact
Files
Title
Posted
Mar 21, 2025, 9:08 PM UTC
The Pawnee OEH&E Office has issued a bid sheet under SR# 4420 for the installation of a water service line. The document provides a detailed pricing breakdown for various components necessary for the project, including 1,500 linear feet of 2-inch HDPE water service line, with additional costs allocated for rock removal, imported fill, a pressure reducing valve, and a shut-off valve with vault. Each item is quantified in units such as linear feet (LF) for pipe, cubic yards (CY) for fill and rock, and each (EA) for valves, highlighting the specific quantities required. The total cost for the project will be calculated based on the listed unit prices, emphasizing the structured approach typical of governmental procurement processes. This bid sheet aims to invite and manage proposals from contractors to ensure effective and compliant completion of the water service project in accordance with local regulations and standards.
Apr 14, 2025, 2:05 PM UTC
The document outlines the additional provisions, terms, and conditions applicable to a federal Request for Proposal (RFP). Several clauses are incorporated by reference, which detail the responsibilities and compliance requirements for contractors, particularly concerning labor standards, construction wage rates, and various federal regulations. Key provisions include personal identity verification and telecommunications equipment representation. Other significant stipulations address regulations on hazardous materials, compliance with labor laws, and requirements for federal grants. The document emphasizes the necessity of site inspections prior to contract award, with contact information provided for interested parties. Overall, the purpose of this document is to ensure that contractors adhere to federal standards and guidelines throughout the lifecycle of the project. This initiative reflects a commitment to proper regulatory compliance and contractor accountability in federal contracting processes.
Apr 14, 2025, 2:05 PM UTC
The document is a combined synopsis and solicitation for a Request for Quotes (RFQ) issued by the Indian Health Service (IHS) for the installation of a water service line, designated as RFQ 246-25-Q-0045. This procurement is exclusively set aside for Indian-owned businesses under NAICS code 237110, with an estimated price range of less than $50,000. The contract performance will span 60 calendar days from award, with an official site visit scheduled for March 31, 2025. Interested parties must submit their quotes by April 21, 2025, along with specific documentation, including a firm price quote, technical specifications, past performance examples, and an Indian Economic Enterprise Representation Form. Quotes will be evaluated based on technical acceptability and price, with the award given to the lowest priced, responsible, responsive offeror that meets the requirements. It is emphasized that failure to provide the necessary documentation will result in disqualification from the bidding process, and the government reserves the right to make awards without further discussions.
Apr 14, 2025, 2:05 PM UTC
The Department of Health & Human Services (HHS) Indian Health Service has issued a Buy Indian Act representation form as part of a solicitation process under the authority of the Act. This document serves to self-certify that an Offeror qualifies as an “Indian Economic Enterprise,” which is crucial for participating in set-aside contracts stipulated by the Act. Offerors must affirm their eligibility at the time of their proposal, the contract award, and throughout the contract performance period. Failure to do so or submission of false information can result in legal consequences. The form requires Offerors to confirm their compliance with the necessary ownership criteria and to register in the System of Award Management (SAM). The document emphasizes the importance of maintaining eligibility and the potential risks associated with non-compliance, ensuring that fairness and legal standards are upheld in this government contracting process aimed at supporting Indian enterprises.
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
The Pawnee Office of Environmental Health and Engineering (OEH&E) has released a bid sheet for a project concerning the installation of a 2-inch High-Density Polyethylene (HDPE) Water Service Line. The bid includes quantities for multiple components essential to the project: 1500 linear feet of water service line, rock removal (167 cubic yards), imported fill (167 cubic yards), a pressure reducing valve (1 each), and a shut-off valve with vault (1 each). Each item specifies the amount needed, though the unit prices and total cost are left blank for prospective bidders to fill in. This request for proposals (RFP) is part of broader federal and state/local initiatives for improving water service infrastructure, aiming to ensure compliance and enhance community resources. Considering the context of government funding, the document highlights the required components and their respective quantities to facilitate accurate bid submissions and project planning. The emphasis on environmental health suggests a priority on sustainable and compliant construction practices.
Apr 14, 2025, 2:05 PM UTC
The document contains corrupted or illegible data, making it impossible to discern a coherent topic or structure. It appears to be part of government records related to federal grants and requests for proposals (RFPs), but specific content cannot be extracted due to data corruption. The integrity of the file is compromised; thus, key ideas, supporting details, or a clear purpose cannot be identified or accurately summarized. The condition of the file significantly limits any analysis of the intended subject matter or the context surrounding government RFPs and funding processes. Without clear, understandable text, a meaningful summary or comprehensive overview is unattainable.
Apr 14, 2025, 2:05 PM UTC
This document is a Request for Quotation (RFQ) issued by the Indian Health Service for the installation of a water service line, with a projected total cost of less than $50,000. The RFQ outlines specific requirements, including adherence to a detailed statement of work and attached drawings. It incorporates the Davis Bacon General Wage Decision and relevant Federal Acquisition Regulation (FAR) clauses. Quotations must be submitted before the closing date of April 21, 2025, to the designated issuing office in Oklahoma City. The document emphasizes that responses are not offers and that the government is not liable for any costs incurred during the bidding process. The form requires the quoter's signature, name, and contact information to finalize the submission. This RFQ exemplifies federal procurement processes aimed at contracting services while ensuring compliance with government regulations and wage standards.
Apr 14, 2025, 2:05 PM UTC
The document presents the Bid Bond form (Standard Form 24), required as a bid guaranty in federal contracting. It outlines the legal obligations of the principal, who submits the bid, and the sureties, who guarantee the bid's acceptance and contract execution. The bond legally binds the parties to a penal sum unless specified otherwise, ensuring that if the principal fails to comply with contractual obligations after bid acceptance, the government can seek compensation. Key details include conditions for voiding the obligation, requirements for corporate sureties listed in the Department of Treasury, and the necessity for signatures and seals to validate the bond. Instructions specify how the bond should be filled out, the inclusion of individual sureties where applicable, and the need for proper representation authority in signing. This form is integral to federal RFPs and grants, illustrating the government’s regulatory framework that underscores compliance, risk management in contract procurements, and the financial accountability of bidders.
Apr 14, 2025, 2:05 PM UTC
The document outlines the terms and conditions of a Performance Bond associated with government contracts, specifically detailing the obligations of the Principal (the party entering into the contract) and Surety(ies) (the entities providing the bond). The bond is void if the Principal fulfills all contract agreements and conditions, including any modifications or extensions granted by the government. It establishes the binding liability, payment obligations, and requirements for tax payments related to the contract. Detailed instructions for executing the bond are provided, including information on corporate sureties, individual sureties, and the necessity for proper signatures and corporate seals. The form also mentions that deviations require prior approval from the General Services Administration and affirms compliance with the Paperwork Reduction Act. Overall, the document serves to ensure that obligations under government contracts are secured, thereby protecting public interests and financial investments.
Apr 14, 2025, 2:05 PM UTC
The document outlines the specifications and requirements for the installation of water service lines at a designated site in Pawhuska, Oklahoma. It details the contractor's responsibilities, including the installation process, quality assurance measures, warranty provisions, and adherence to specific construction and safety standards. The work must comply with various referenced standards, such as ASTM and AWWA specifications, and requires materials like ultra-high molecular weight polyethylene pipe. Key installation guidelines emphasize maintaining proper separation between water and sewer lines, and thorough testing for leaks prior to backfilling. The document also mandates disinfection of the water lines following AWWA protocols before they can be put into service. Lastly, it instructs on restoring the site post-installation and providing necessary documentation to the project engineer. This file serves as a crucial reference for contractors aiming to meet local regulations and standards for water service infrastructure projects.
Similar Opportunities
Residential Water service Line Quapaw, OK
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the installation of a residential water service line in Quapaw, Oklahoma, under the Request for Quotes (RFQ) number 246-25-Q-0059. The project involves furnishing and installing a 600-foot water service line made of 1.5-inch HDPE DR11 material, with a performance period of 60 calendar days from the Notice to Proceed. This procurement is set aside for Indian Economic Enterprises, emphasizing the importance of supporting Indian-owned businesses in providing essential public infrastructure services. Interested vendors must submit their quotes by May 9, 2025, with an estimated award amount under $15,000. For further inquiries, potential bidders can contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
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.
Water and Wastewater systems rehabilitation services, Holton, KS
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide water and wastewater systems rehabilitation services in Holton, Kansas. The project involves the installation of new infrastructure, including a pump, pressure tank, wastewater lift station, and the abandonment of existing systems, all in accordance with the provided Statement of Work and associated drawings. This initiative is part of a broader effort to enhance public health and environmental safety through improved infrastructure, with an estimated contract value of less than $25,000. Interested parties must submit their quotes by May 9, 2025, and can direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
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.
(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.
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.
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.
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.
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.