Nooksack Sulwhanon Community Well (Everson, WA)
ID: 75H70124Q00026Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEDIV OF ENGINEERING SVCS - SEATTLESEATTLE, WA, 98121, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, through the Indian Health Service, is soliciting bids for the Nooksack Sulwhanon Community Well project located in Everson, Washington. The project aims to construct a new 12-inch diameter production well to replace an inadequate existing supply well, ensuring safe and reliable drinking water for 25 homes and 5 non-residential connections while addressing water quality issues such as high iron concentrations. This initiative is a 100% Small Business Set Aside under NAICS code 237110, with a construction budget ranging from $100,000 to $250,000, and requires completion within 120 calendar days following the notice to proceed. Quotes are due by March 13, 2025, and interested contractors should contact Toby Hayden at toby.hayden@ihs.gov or call 503-414-5524 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation number 75H70124Q00026 pertains to the Nooksack Sulwhanon Community Well project in Everson, Washington, specifically aimed at constructing a new 12-inch diameter production well to replace an inadequate existing supply well. This project is a 100% Small Business Set Aside under NAICS 237110, with a construction budget of $100,000 - $250,000 and requires completion within 120 calendar days after the notice to proceed. Quotes are due by March 13, 2025. The scope of work includes mobilization, drilling, casing installation, well development, water quality testing, and potential options for a video survey and salvage credit. Bidding is restricted to small businesses and necessitates performance and payment bonds. The project emphasizes the hiring of tribal members, encouraging the workforce from the Nooksack Tribe. A site visit is scheduled for March 6, 2025, to facilitate bidder understanding of project requirements. The document outlines essential contract administration data, including insurance requirements, subcontractor regulations, and payment procedures to ensure compliance with labor standards and prompt payments. Overall, this solicitation aims to improve community water infrastructure while adhering to federal standards and promoting local economic engagement.
    The Nooksack Tribe's Sulwhanon Community Well project, funded collaboratively by the Indian Health Service, aims to drill a new 12-inch diameter production well to replace an inadequate existing supply well. The project seeks to ensure safe, reliable drinking water for 25 homes and 5 non-residential connections, with emphasis on reducing iron concentrations in the water. The detailed contract outlines work requirements, including well drilling, casing, development, and testing, all of which must comply with Washington State regulations. The contractor is responsible for providing all necessary equipment and labor, coordinating closely with a Hydrogeologist for proper sampling and testing throughout the drilling process. Additionally, project management procedures dictate preconstruction meetings, construction schedules, and submittal requirements to ensure compliance. Safety must be prioritized, with precautions against contaminating the water supply and preserving existing utility infrastructure. The contractor is also required to maintain site conditions, including traffic control, sanitation, and environmental protection measures during construction. Finally, the closeout procedures ensure documentation of final inspections, warranties, and any necessary modifications, articulating a comprehensive framework for successful project completion.
    The document outlines the proposal for drilling a new well for the Nooksack Indian Tribe in Sulwhanon, Washington. The project involves the construction of a well at a designated location, including drilling, installation of casing, surface seal, temporary cap, screen, filter pack, and tailpipe as necessary. The anticipated total depth of the well is 250 feet, with specific details for casing, screen, and filtration yet to be determined based on geological findings. The document includes a site map detailing existing facilities, such as the tribal community building and septic tank, as well as planned drilling sites. The pre-construction meeting will finalize the exact drilling location. The initiative falls under the purview of the Indian Health Service, reflecting federal support for sanitation infrastructure development in tribal areas. This project's objective is to ensure a sustainable water supply, addressing public health needs within the community.
    The document pertains to General Decision Number WA20250134, relating to heavy construction wage determinations in Whatcom County, Washington, effective February 7, 2025. It outlines the minimum wage requirements under the Davis-Bacon Act, with specific applicability based on contract dates and renewals. Contracts initiated on or after January 30, 2022, must compensate workers at least $17.75 per hour, while those awarded earlier but not renewed after that date must pay a minimum of $13.30. Various classifications and prevailing wage rates for different labor types, such as carpenters, electricians, and operators, are provided with corresponding fringe benefits. The document further details the appeals process for wage determinations, indicating how interested parties can challenge decisions and request reviews. It also summarizes federal requirements for paid sick leave under Executive Order 13706 for contracts awarded since January 1, 2017. This comprehensive wage determination aids contractors in compliance with government contracts, ensuring fair labor compensation in federally funded construction projects, aligning with the overarching goals of federal grants and RFPs that prioritize worker protections and wage equity.
    Lifecycle
    Similar Opportunities
    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.
    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.
    Yakama Emergency Egress Improvements
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors for the Yakama Emergency Egress Improvements project located at the Yakama Health Clinic in Toppenish, Washington. The objective of this procurement is to construct compliant walkways that enhance emergency exit pathways, addressing safety risks associated with unclear egress routes in the clinic's Dental, Medical waiting, and Laboratory areas. This project is critical for ensuring compliance with life safety regulations and improving emergency evacuation efficiency for clinic visitors. The contract is set aside for small businesses, with an estimated value between $25,000 and $100,000, and proposals are due by February 27, 2025. Interested contractors can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
    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.
    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.
    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.
    Water Softener Salt and Delivery
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the supply and delivery of water softener salt to the Red Lake Hospital in Minnesota. The contract requires the contractor to deliver approximately 1,730 pounds of water softener salt every two weeks, totaling an estimated 47,000 pounds per year, with a firm-fixed price structure and set aside for small businesses. This procurement is essential for maintaining the hospital's water quality and operational efficiency, adhering to safety and environmental standards. Interested parties must submit their proposals by February 28, 2025, and can direct inquiries to Christopher Millard at Christopher.Millard@ihs.gov or call 218-444-0511.
    BLACKFEET HOSPITAL CT ROOM RENOVATION
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the renovation of the CT Room at the Blackfeet Community Hospital in Browning, Montana. The project aims to enhance critical medical facilities, including security and family consult rooms, with an estimated construction magnitude between $500,000 and $1,000,000, and is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs). This initiative underscores the federal government's commitment to improving healthcare infrastructure in underserved regions, ensuring compliance with rigorous federal regulations regarding labor, safety, and construction standards. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit on February 11, 2025, and can direct inquiries to Taylor Kanthack at taylor.kanthack@ihs.gov or by phone at 240-478-1501.
    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.
    BLM-WY-GRAY WALL LIVESTOCK WATER WELL
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for the construction of a livestock water well in Natrona County, Wyoming, under solicitation number 140L6225Q0012. The project involves drilling a well to a depth of approximately 150 feet, adhering to Wyoming's Water Well Minimum Construction Standards, and includes the installation of necessary casing and gravel packing. This initiative is crucial for enhancing water resource management, particularly for agricultural use in the region. Interested contractors must ensure active registration in the System for Award Management (SAM) and submit their quotations by May 30, 2025, following a site visit on May 14, 2025. The estimated budget for this project ranges from $10,000 to $25,000, and inquiries can be directed to Huong Le at hle@blm.gov.