Surveying, Engineering Technician, and Construction Inspection Services for the Northern District of the Nashville Area Office
ID: 285IHS1502505Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENASHVILLE AREA INDIAN HEALTH SVCNASHVILLE, TN, 37214, USA

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

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 qualified small businesses to provide surveying, engineering technician, and construction inspection services for sanitation facility projects in the Northern District of the Nashville Area Office. The procurement includes a range of services such as engineering support, surveying, and construction inspection, with a focus on projects located within New York's Indian Nation territories. This contract is crucial for ensuring the successful execution of infrastructure projects that support public health and sanitation needs. Interested parties should contact Paul Carr at paul.carr@ihs.gov or 615-467-1567 for further details, and proposals must adhere to federal acquisition regulations, including compliance with wage determinations and labor standards.

    Files
    Title
    Posted
    The government file presents a combined synopsis and solicitation for acquiring surveying and engineering technician services, specifically designed for sanitation facility construction projects under the Indian Health Service (IHS). The solicitation number is 285-25-RFQ-0031, issued as a Request for Quotation (RFQ). Exclusively open to small businesses, the project is classified under NAICS code 541370 with a size standard of $19 million. The contractor will deliver a range of services, including surveying, engineering support, and construction inspection for sanitation facilities in New York's Indian Nation territories. Required qualifications include experience in wastewater design, proficiency in AutoCAD, and certification in construction inspection. The contract allows for varying task volumes, and reporting will be conducted electronically alongside detailed documentation of services rendered. Proposals will be evaluated based on price, technical capability, and past performance. The award will adhere to federal acquisition regulations and will emphasize compliance with required labor standards and certifications. Contractors must submit a detailed proposal including pricing, technical capabilities, and a history of past performance in government contracts. The document outlines various clauses and terms as mandated by federal regulations, ensuring compliance with established government standards for contracts.
    The Indian Health Service's document outlines requirements for an "Indian Economic Enterprise" in accordance with the Buy Indian Act. It serves as a self-certification form for Offerors responding to a Solicitation, Sources Sought Notice, or Request for Information (RFI). Offerors must confirm their eligibility as an enterprise owned by federally recognized tribes at three critical points: during the offer submission, at contract award, and throughout the contract period. The document emphasizes that any changes in eligibility require immediate notification to the Contracting Officer. Moreover, it stipulates that Offerors must be registered with the System of Award Management (SAM) before contract award. False statements in the offer submission can lead to legal repercussions. The representation section requires Offerors to indicate whether they meet the eligibility criteria. This document is essential for ensuring compliance and authenticity in federal contracting processes related to Indian Economic Enterprises under the Buy Indian Act.
    The document outlines a Request for Proposals (RFP) focused on providing engineering technician, surveying, and inspection services for the Northern District of the Nashville Area Office. It details the hours allocated for these services over a base year and four option years. Each year includes consistent hours for engineering technician and surveying services, with slight variations in inspection services, decreasing from 600 hours in earlier years to 500 hours in the later option years. The structured format includes line items categorizing each type of service alongside the proposed hours, indicating a systematic approach to resource allocation for project execution. This RFP aims to ensure qualified personnel are engaged for critical infrastructure services, supporting the district's operational needs throughout the specified timeline.
    The document outlines Wage Determination No. 2015-4147 issued by the U.S. Department of Labor, outlining minimum wage rates and requirements for federal contracts under the Service Contract Act (SCA). It specifies that contracts initiated or renewed after January 30, 2022, must pay covered workers a minimum of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, and not renewed after January 30, 2022, must pay $13.30 per hour. The determination provides detailed wage rates for various occupations in New York counties of Erie and Niagara, alongside mandatory fringe benefits and additional stipulations related to paid sick leave. Workers performing roles from administrative positions to maintenance must receive compensation associated with their respective duties. Important compliance details, such as requirements for providing health benefits and vacation leave, are also included. Moreover, the document emphasizes the conformance process for unlisted job classifications to ensure fair compensation. This comprehensive wage determination serves as a vital guideline for federal contractors, ensuring compliance with federal wage standards and contributing to worker protections throughout contract performance.
    Similar Opportunities
    NON-PERSONAL SERVICE CONTRACT FOR OPERATING ROOM ASSISTANT (SURGICAL SCRUB TECHNICIAN)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors for a non-personal service contract to provide Operating Room Assistant (Surgical Scrub Technician) services within the Navajo Area Indian Health Service. The contractor will be responsible for delivering care to approximately 201,583 members of the Navajo Nation across facilities in Arizona, New Mexico, and Utah, adhering to established competency standards and operational protocols while ensuring compliance with HIPAA regulations. This opportunity emphasizes the importance of cultural awareness and customer service in healthcare delivery, reflecting the commitment to providing comprehensive health services to American Indian and Alaska Native populations. Interested parties should contact Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov or Michael Austin at michael.austin@ihs.gov for further details, with the contract set aside for Indian Small Business Economic Enterprises (ISBEE).
    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.
    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.
    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.
    Capability Search of ISBEE/IEE Construction Firms
    Buyer not available
    Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF is conducting a Capability Search of ISBEE/IEE Construction Firms in Arizona, UNITED STATES. This search aims to identify Native American/Indian-Owned (Indian Small Business Economic Enterprises) Construction firms for current upcoming projects. The purpose of this procurement is to give preference to Indian Economic Enterprises (IEE) in accordance with the Buy Indian Act. Interested firms should respond to this notice promptly by following the attached form and instructions. This procurement is specific to the Commercial and Institutional Building Construction industry and falls under the CONSTRUCTION OF HOSPITALS AND INFIRMARIES category.
    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.
    Santa Fe Indian Health Center (SFIHC) Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the roof replacement and fall protection project at the Santa Fe Indian Health Center (SFIHC) in New Mexico. This procurement aims to ensure the safety and integrity of the facility by addressing critical roofing needs and implementing necessary fall protection measures. The project is vital for maintaining the operational capacity of the health center, which serves the local Indian community. Interested contractors, particularly those qualifying under the Indian Small Business Economic Enterprise (ISBEE) set-aside, should contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further details.
    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.
    Cheyenne River CT Renovation
    Buyer not available
    The Indian Health Service, under the Department of Health and Human Services, is soliciting proposals for the renovation of the Cheyenne River Health Center located in Eagle Butte, South Dakota. This project, designated under Solicitation Number 75H70125Q00006, is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to renovate the radiology department to accommodate new CT equipment, with an estimated construction cost between $25,000 and $100,000 and a performance duration of 120 days post-notice to proceed. The renovation includes demolition, installation of new medical equipment, and compliance with health and safety regulations, including the Davis-Bacon wage determinations. Interested contractors should contact Thupten Tsering at Thupten.Tsering@ihs.gov or 206-615-2452 for further details.
    Non-Personal Service contract for Internal Medicine Physician Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for a non-personal service contract to provide Internal Medicine Physician Services in New Mexico. The contract aims to ensure the availability of qualified medical personnel to deliver essential healthcare services, emphasizing compliance with the Buy Indian Act to prioritize Indian Economic Enterprises. This opportunity is critical for enhancing healthcare access and quality within the Navajo Area Indian Health Service, reflecting the government's commitment to supporting local economies. Interested vendors should contact Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov or Michael Austin at michael.austin@ihs.gov for further details, with the contract's pricing structure outlined in the accompanying documents.