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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    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.
    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.
    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.
    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.
    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.
    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.
    MODIFICATION 001 - Two (2) Licensed Independent Social Workers - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking to procure the services of two Licensed Independent Social Workers for the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, identified as Solicitation No. 75H70726Q00016, is a firm-fixed-price agreement that spans a base year with four optional one-year periods, focusing on providing counseling, crisis intervention, and case management services to a diverse patient population. This procurement is particularly significant as it falls under the Buy Indian Act, emphasizing the need for services tailored to the Indian community, with a cascading set-aside for Indian Small Business Economic Enterprises. Interested offerors must submit their quotes by December 17, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    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.