ContractCombined Synopsis/SolicitationBuy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)

Contractor shall furnish and install a water service line for T. Carter #4443 in Pawhuska, OK (Osage Co.) in accordance with the attached statement of work and drawing.

DEPARTMENT OF HEALTH AND HUMAN SERVICES RFQIHS1508309
Response Deadline
Mar 31, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Health and Human Services, through the Indian Health Service, is soliciting quotes for the furnishing and installation of a water service line for T. Carter #4443 in Pawhuska, Oklahoma. The contractor is required to complete the installation in accordance with the provided statement of work and drawings, with a project budget estimated to be less than $25,000 and a performance period of 60 calendar days from the award date. This procurement is exclusively set aside for 100% Indian-owned businesses under NAICS code 237110, emphasizing the importance of supporting Indian Economic Enterprises in federal contracting. Interested contractors must submit their quotes by March 31, 2024, and direct any inquiries to Noleen Powell at noleen.powell@ihs.gov by March 24, 2024.

Classification Codes

NAICS Code
237110
Water and Sewer Line and Related Structures Construction
PSC Code
Y1NE
CONSTRUCTION OF WATER SUPPLY FACILITIES

Solicitation Documents

8 Files
IHS IEE Representation Form__508 Compliant_ BLANK.pdf
PDF129 KBMar 21, 2025
AI Summary
The Indian Health Service, under the Department of Health & Human Services, has issued a representation form related to the Buy Indian Act, aiming to facilitate contracting with Indian Economic Enterprises. This form requires Offerors to self-certify their status as an “Indian Economic Enterprise,” which must be maintained throughout the solicitation, contract award, and performance periods. If circumstances change regarding eligibility, the Offeror must notify the Contracting Officer. Documentation may be requested by Contracting Officers prior to contract awards, and any false representations can lead to significant legal consequences under multiple U.S. laws. Furthermore, successful Offerors must be registered in the System of Award Management (SAM). The form includes sections for the Offeror to indicate ownership status and provide essential business information, including the name of the federally recognized tribal entity and the DUNS number, underscoring the importance of compliance and proper representation in federal contracting related to tribal enterprises.
SF18-95a Request for Quote IHS1508309.pdf
PDF161 KBMar 21, 2025
AI Summary
This Request for Quotation (RFQ) from the Indian Health Service pertains to the furnishing and installation of a water service line, adhering to specified work criteria and attached drawings. The estimated cost for this project is projected to be less than $25,000, and it incorporates the Davis-Bacon General Wage Decision relevant to labor compensation. Key clauses from the Federal Acquisition Regulation (FAR) concerning the procurement process are also included in the document. The RFQ indicates that responses are not binding offers, as they solely seek quotations for informational purposes. Interested parties are instructed to submit their proposals by March 31, 2025, to the Oklahoma City Area Office. This RFQ represents the federal government's initiative to solicit local contractor engagement for essential infrastructure services, reinforcing economic opportunities and compliance with federal regulations.
FBO Announcment IHS1508309.pdf
PDF132 KBMar 21, 2025
AI Summary
The document outlines a Request for Quotes (RFQ) for the Indian Health Service (IHS) regarding the installation of a water service line, designated as RFQ IHS1508309. This procurement is exclusively set aside for 100% Indian-owned businesses under NAICS code 237110, with a size standard of $45 million. The contractor is expected to complete the work within 60 calendar days, with an estimated budget of less than $25,000. Relevant details include a deadline for inquiries by March 24, 2024, and a quote submission deadline by March 31, 2024. Quotes must include a firm fixed-price, technical specifications, evidence of past performance, and a representation form. Evaluation will prioritize price and technical acceptability, with the contract awarded to the most responsive offeror meeting all specifications. The IHS reserves the right to award contracts without further discussions, emphasizing the importance of the detailed proposal submission for consideration. The document adheres to federal procurement regulations, aiming for transparency and compliance within government contracts.
SAM WDOL OK20250030 01.03.25.pdf
PDF200 KBMar 21, 2025
AI Summary
The document is a compilation of federal and state RFPs and grants, primarily focusing on procurement opportunities for various government projects. It outlines the procedures for soliciting proposals, including submission guidelines and necessary documentation such as financial statements and contractor qualifications. Emphasis is placed on compliance with federal regulations and the need for transparency in the bidding process. Key ideas include the importance of adhering to specified deadlines, requirements for contractor performance metrics, and compliance with environmental regulations. Additionally, the document discusses the evaluation criteria for proposals, stressing the need for quality, cost-effectiveness, and past performance. The structure reveals essential sections detailing eligibility, submission procedures, scopes of work, and evaluation methods. Overall, this guidance seeks to foster competitive and fair practices in government contracting, ensuring that awarded projects meet the needs of the community while adhering to legal standards. The focus on transparency and accountability serves to enhance trust in public procurement processes.
Construction Clauses-DEVIATION FEB 2025 IHS1508309.pdf
PDF393 KBMar 21, 2025
AI Summary
The document outlines the additional provisions, terms, and conditions related to federal government requests for proposals (RFPs) and grants. It emphasizes the incorporation of specific Federal Acquisition Regulation (FAR) clauses by reference, detailing clauses that contractors must adhere to, such as those regarding personal identity verification, maintenance of the System for Award Management, and requirements for construction wage rates. The document outlines the process for representing small business status and specifications for bids, including acceptable certifications of compliance, eligibility, and affirmative action. Additionally, it discusses topics related to contract performance, such as inspections, acceptance criteria, and grounds for termination by the government. The notice emphasizes the importance of site visits for understanding project conditions, although it specifies that official site visits are not mandated, allowing potential bidders to arrange visits with designated personnel. Ultimately, this document serves to ensure compliance with federal regulations while providing clear guidelines for contractors looking to engage in government contracts, thereby facilitating transparency and accountability in the procurement process.
SOW Water Service Lines PE.pdf
PDF176 KBMar 21, 2025
AI Summary
The document outlines the specifications and requirements for installing water service lines at a designated site in Pawhuska, Oklahoma. It details the contractor's responsibilities, including furnishing and installing the water line according to specific standards and drawings. The construction schedule mandates contact with the Construction Inspector before work begins and stipulates inspection and approval protocols. Quality assurance requires work to be overseen by licensed personnel, with a minimum one-year warranty on materials and labor. The installation mandates certain clearances between water and sewer lines, trench requirements, testing for leaks, and disinfection procedures. Additionally, the contractor must restore the site and provide record drawings upon project completion. Overall, this document serves as a guide for contractors to ensure compliance with regulatory standards for public water service line projects, reflecting typical requirements found in federal and local RFPs for construction work.
OEH-8 T.CARTER #4443.pdf
PDF90 KBMar 21, 2025
AI Summary
No AI summary available for this file.
Bid Sheet.pdf
PDF94 KBMar 21, 2025
AI Summary
The document outlines a bid sheet for the Pawnee Office of Environmental Health and Energy (OEH&E) regarding the installation of a water service line. It specifies quantities and units for various components, including 150 linear feet of 2-inch HDPE water service line, rock removal, imported fill, a pressure-reducing valve, and a shut-off valve with vault. Each item is listed with its respective unit of measurement, emphasizing the required materials for the project. The aggregate costs are summarized under the total section, indicating the financial scope of the project. This document signifies a request for proposals (RFP) from contractors to provide necessary materials and services for a water infrastructure improvement initiative, reflecting broader governmental efforts to upgrade essential services within local communities.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 21, 2025
deadlineResponse DeadlineMar 31, 2025
expiryArchive DateApr 15, 2025

Agency Information

Department
DEPARTMENT OF HEALTH AND HUMAN SERVICES
Sub-Tier
INDIAN HEALTH SERVICE
Office
OK CITY AREA INDIAN HEALTH SVC

Point of Contact

Name
Noleen Powell

Place of Performance

Pawhuska, Oklahoma, UNITED STATES

Official Sources