Septic Tank, Sewer Replacement and Lagoon Rehabilitation, Mayetta Kansas
ID: RFQ1509695r1Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)

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 soliciting quotes for the installation of a septic tank, sewer replacement, and lagoon rehabilitation at a residential site located at 15613 N Road, Mayetta, Kansas. The project requires the contractor to furnish and install a 1,000-gallon concrete septic tank, replace 80 feet of existing sewer pipe with Schedule 40 PVC, and properly abandon an old septic tank, all while adhering to specified quality assurance standards and local health regulations. This procurement is a total small business set-aside under NAICS code 237110, with an estimated contract value under $25,000, and interested contractors must submit their quotes by June 18, 2025, to Jeffrey Earnest at jeffrey.earnest@ihs.gov. For any inquiries, questions are due by June 11, 2025, and can be directed to either Jeffrey Earnest or Deedra Carter at their respective contact details.

    Files
    Title
    Posted
    The document outlines various clauses incorporated by reference in federal contracts, reflecting compliance with the Federal Acquisition Regulation (FAR). It lists essential provisions addressing contractor obligations, including security verifications, labor standards, bid submissions, and construction wage rate requirements. Additionally, it details requirements for small business participation, representations and certifications, and obligations related to terminating contracts. The focus is on ensuring that contractors understand their roles regarding compliance with legal and safety standards in federal projects. Important clauses include those related to prompt payments for construction contracts, protections against workplace labor issues, and environmental and material certifications. The document emphasizes the necessity of adhering to government policies, particularly in contracts involving construction and service acquisition, thereby delineating the responsibilities of offerors and contractors in fulfilling federal obligations.
    The government document outlines wage determination for heavy construction projects in Jackson County, Kansas, under the Davis-Bacon Act. It specifies laborers’ wage rates tied to two Executive Orders: EO 14026, applicable for contracts post-January 30, 2022, with a minimum rate of $17.75/hour, and EO 13658, which applies to contracts awarded between January 1, 2015, and January 29, 2022, setting a minimum of $13.30/hour. The wage rates listed reflect prevailing conditions for various classifications such as electricians, heavy equipment operators, and laborers. Adjustments to minimum wage rates will occur annually, and contractors must ensure compliance with paid sick leave provisions established by EO 13706. The document also elaborates on classifications of wage rates: union rates, surveyed rates, and state-adopted rates, along with the process for appeals concerning wage determinations. Each classification is presented with specific rates and fringe benefits. This summary serves to inform contractors and workers about compensation expectations and labor standards applicable to federally funded construction contracts in Kansas, ensuring compliance with federal regulations and promoting fair wages.
    The document is a Request for Quotation (RFQ) issued by the Oklahoma City Area Office of the Indian Health Service, seeking proposals for the replacement of a septic tank, sewer line, and lagoon rehabilitation. The RFQ outlines the project scope, which includes detailed work specifications and associated drawings. It incorporates Davis Bacon wage decisions and relevant Federal Acquisition Regulation (FAR) clauses, ensuring compliance with labor standards. The deadline for submitting quotations is set for June 18, 2025. The RFQ highlights that quotes are not binding offers and the government is not obligated to cover any associated costs during submission preparation. Interested contractors are required to provide their company details and sign the document, demonstrating their eligibility and intent to participate in the bidding process for this project, which is crucial for maintaining environmental health standards in the area.
    This document is a Request for Bid (RFB) for construction and utility projects at the location of 15613 N Road, Mayetta, Kansas. The primary objective is to procure services related to sanitary utility sewerage, including the installation of a 4” PVC sewer pipe and cleanouts, as well as the abandonment and installation of septic tanks. Additionally, the project encompasses site preparation activities, such as clearing and disposing of vegetation, and repairing fencing impacted by construction. The work aims to follow specified contract guidelines to ensure compliance with local regulations. The RFB outlines estimated quantities for the required services, emphasizing a comprehensive approach to utility management and structural adjustments necessary for the project. Interested contractors are invited to submit bids, and explicit instructions to decline participation are also provided in the document.
    The document outlines a project for the replacement and installation of a septic system at a residential property located at 15613 N Road. The scope of work includes the abandonment of the existing septic tank in place and the installation of a new 1,000-gallon septic tank, complete with access risers over the inlet and outlet baffles. Additionally, 80 feet of sewer pipe will be replaced with 4-inch Schedule 40 PVC pipe, and a new two-way cleanout will be installed within 5 feet of the house foundation. The project also involves the removal of trees around a lagoon area and repairing or replacing the lagoon fence where necessary due to the tree removal. The initiative is in line with local health service regulations, and all tasks aim to ensure the proper functioning of the residential wastewater management system while maintaining environmental standards. Overall, the document serves as a Request for Proposal (RFP) aimed at securing services for this critical infrastructure update.
    This document outlines the Statement of Work for the installation of a septic tank, sewer lines, and the rehabilitation of a lagoon at a residential site in Mayetta, Jackson County, Kansas. Key tasks include installing a 1,000-gallon concrete septic tank, replacing 80 feet of existing sewer pipe, and properly abandoning an old septic tank. The contractor must coordinate with the Engineering Technician before starting work, ensure inspections occur before covering any work, and adhere to quality assurance standards set by licensed professionals. Key materials required include Schedule 40 PVC pipe, a two-way cleanout, and access risers. Specific installation guidelines emphasize proper slope for service lines, the prohibition of ninety-degree bends, and necessary cleanouts based on spacing regulations. Thorough testing for leaks is mandated before backfilling, alongside site restoration obligations. Ultimately, this project seeks to enhance sewage management effectively while ensuring compliance with health and safety regulations, reflecting its context within government RFPs for infrastructure improvement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Contractor shall furnish and install a water line extension for SR#6139 and SR#6734 in Bixby, OK (Tulsa Co.) in accordance with the attached Statement of Work and drawings.
    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 line extension for State Routes 6139 and 6734 in Bixby, Oklahoma. The project involves the installation of approximately 200 linear feet of 8-inch C900 DR14 PVC water main line and associated appurtenances, with a completion timeline of 90 calendar days from the Notice to Proceed. This procurement is a 100% Indian-owned set-aside under NAICS code 237110, with an estimated contract value between $25,000 and $100,000, emphasizing the importance of compliance with local and federal standards for water supply facilities. Interested contractors must submit their quotes by January 5, 2026, and are encouraged to contact Noleen Powell at noleen.powell@ihs.gov for further details and clarification.
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Buyer not available
    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.
    Landscape Services for IHS, Mashpee Wampanoag Health Service Unit
    Buyer not available
    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.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive renovations, including the replacement of the membrane roof system and various HVAC components to ensure compliance with ASHRAE 170 standards, addressing deficiencies identified during facility assessments. The project is critical for modernizing the health center's infrastructure, with an estimated construction magnitude between $1,000,000 and $5,000,000, and is set aside for Indian Small Business Economic Enterprises (ISBEE). Interested contractors must submit proposals by December 16, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further information.
    Septic Services at Point Marion Locks and Dam
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is seeking quotes for septic services at the Point Marion Locks and Dam in Dilliner, PA. The contract requires the contractor to pump and clean a 2000-gallon septic holding tank, including the removal and disposal of effluent and debris at a licensed facility, in compliance with all applicable regulations. This service is critical for maintaining the facility's sanitation and operational integrity, with the contract set for one year and options for four additional years, requiring pumping every 28 days and additional services as needed. Interested parties should contact Andrew Barlament at andrew.barlament@usace.army.mil or call 412-395-7478 for further details, and quotes must be submitted as firm fixed prices, inclusive of any applicable mileage costs.
    Trash Service, Haskell Indian Nations University (
    Buyer not available
    The Bureau of Indian Education (BIE) is soliciting quotes for trash collection services at Haskell Indian Nations University (HINU) in Lawrence, Kansas. The procurement involves a firm-fixed-price purchase order for refuse collection and disposal services, with a base year from January 1, 2026, to December 31, 2026, and four optional one-year extensions through December 31, 2030. This service is crucial for maintaining the university's cleanliness and compliance with health and sanitation regulations, requiring the contractor to provide specific equipment and adhere to various federal and state standards. Quotes are due by December 17, 2025, at 2:00 p.m. Central Standard Time, and must be submitted via email to Jeff Morris at jeff.morris@bie.edu.
    Belcourt RTU & Cabinet Replacement
    Buyer not available
    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 entails 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 a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, with a performance period of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, at 2:00 PM PST, and should direct any inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Remove_Replace_Fountains_SantaFeIndianHealthCenter
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to remove and replace existing drinking fountains at the Santa Fe Indian Health Center in New Mexico. The project involves installing new Elkay ezH2O Enhanced refrigerated, filtered, stainless steel bottle-filling stations, including one bi-level ADA model and twelve single ADA models, along with providing three years' worth of OEM replacement filters for maintenance. This initiative is crucial for ensuring access to clean drinking water in a healthcare setting and aligns with the Buy Indian Act, emphasizing the procurement from eligible Small Business Indian Firms. Interested parties must respond to the sources sought notice by submitting the required documentation, including certification as a Small Business Indian Firm, by the specified deadline, with inquiries directed to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    BFSU Utility - Water and Sewer Services
    Buyer not available
    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.