Contractor shall furnish and install a sewer service line in Hiawatha, KS.
ID: 246-25-Q-0002Type: 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 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 seeking qualified contractors to furnish and install a sewer service line in Hiawatha, Kansas, under Request for Quotes (RFQ) 246-25-Q-0002. The project requires the contractor to complete the installation of a sewer line, adhering to specified technical requirements and local regulations, within a performance period of 60 calendar days from the award date. This procurement is critical for maintaining municipal sewer infrastructure and is set aside exclusively for small businesses, with an estimated price range of less than $25,000. Interested contractors must submit their quotes by October 25, 2024, and direct any inquiries to Noleen Powell at noleen.powell@ihs.gov by October 21, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for quotations (RFQ 246-25-Q-0002) from small businesses to provide and install a sewer service line in Hiawatha, KS. This procurement falls under NAICS code 237110, specifically set aside for small businesses, with an estimated price range below $25,000. Contractors must complete the work within 60 days from the award date. Quotes must be submitted via email or in a sealed envelope no later than October 25, 2024, and all inquiries are due by October 21, 2024. To be eligible for consideration, proposals must include a firm fixed-price quote, detailed technical specifications, and evidence of relevant past performance. Evaluation involves ranking quotes by price and assessing technical acceptability, prioritizing the lowest priced compliant offer. The Indian Health Service reserves the right to award without discussions, requiring that all submissions strictly follow the defined Statement of Work and procurement clauses outlined. The emphasis on responsive and responsible offerors underscores the commitment to ensure quality and compliance in government expenditure.
    This document outlines the additional provisions, terms, and conditions relevant to a federal government Request for Proposal (RFP). It lists multiple Federal Acquisition Regulation (FAR) clauses, incorporated by reference, which govern contractor responsibilities, eligibility requirements, and compliance measures. Key provisions address personal identity verification, construction wage rates, and adherence to labor standards. The document specifies small business definitions, citing NAICS codes and corresponding size standards, emphasizing provisions for various groups including women-owned and service-disabled veteran-owned businesses. Additional terms include stipulations regarding performance, site investigations, and the termination of contracts, either for convenience or cause. It also underscores obligations related to safety, warranty, and obligations under the Privacy Act. The inclusion of a contact for site visits further facilitates potential bidders’ inquiries. Overall, this document serves as a crucial resource for understanding the contractual framework and compliance expectations for prospective bidders responding to the federal RFP.
    This document is a Request for Quotation (RFQ) for the installation of a sewer service line in Hiawatha, Kansas. The total estimated price is under $25,000, and it incorporates the Davis-Bacon General Wage Decision applicable to the project. The RFQ includes a detailed scope of work, drawings, and references various Federal Acquisition Regulation (FAR) clauses that govern the bidding process. Contractors are encouraged to submit quotations by the deadline of October 25, 2024, to the specified contracting officer. The RFQ also outlines conditions for prompt payment discounts, and it stresses that responses are informational and do not obligate the government to enter a contract. The document underscores the government's intent to ensure compliance with local and federal regulations while seeking service providers for governmental infrastructure projects.
    The document outlines the Statement of Work for the replacement of sewer service lines in Hiawatha, Kansas. The contractor is required to conduct the work at 710 Miami Street while adhering to specified scheduling protocols, including notifying the Construction Inspector three business days prior and working solely on weekdays between 8:00 AM and 5:00 PM. The project mandates compliance with state licensing for plumbing and includes a one-year warranty for materials and labor. Materials specified include PVC pipe, neoprene gaskets, and tracer wire, alongside detailed installation guidelines that include connecting to existing sewer mains and ensuring proper slope and cleanout provisions. Additionally, the document includes requirements for testing pipe joints and restoring the site post-construction, with a focus on submitting Record Drawings to the Project Engineer. The emphasis is on maintaining quality and adherence to municipal codes, ensuring that the project meets safety and regulatory standards while providing essential sewer service infrastructure.
    The document outlines the scope of work for the installation of a new sewer service line and associated cleanouts in the City of Hiawatha. Key tasks include removing an existing sewer line, installing 120 feet of 4-inch PVC pipe with tracer wire, and establishing new connections at specified locations per city regulations. The project will also involve the addition of cleanouts and the use of a rubber cap and concrete to encase the abandoned line. Grounding rods will be installed adjacent to the sewer main to ensure functionality and safety. The details provided serve to ensure compliance with local standards for sewer infrastructure improvements, reflecting a common procedure within government Requests for Proposals (RFPs) that prioritize efficient and safe utility services. The work is essential for maintaining municipal sewer systems and ensuring adequate waste management services for residences.
    This government request for proposals (RFP) outlines a project for the installation and modification of sanitary utility sewerage piping in Hiawatha, Kansas. The scope of work includes the installation of cleanouts, fertilization and mulching of disturbed areas, and the furnishing and installation of 4" schedule 40 PVC solid sewer pipe. It details the excavation and backfill process, which requires bedding the sewer main with sand or pea gravel. Additionally, the contractor must connect to the city’s sewer main, using a saddle provided by the Hiawatha Sewer Department, and abandon the existing sewer service line according to specified methods. The document emphasizes compliance with contract specifications and engineering drawings, indicating that all work must fulfill municipal standards. The purpose of this RFP is to solicit proposals from contractors capable of performing these tasks in accordance with local regulations and providing an efficient sewer service installation.
    The document outlines the operations and guidelines associated with federal and state-level requests for proposals (RFPs) and grants. It emphasizes the essential administrative and operational protocols for agencies and organizations when responding to funding opportunities. Key components include adherence to application timelines, eligibility criteria, budgetary guidelines, and reporting requirements for successful proposals. The document stresses the importance of clear communication and compliance with federal regulations and state laws during the application process. Furthermore, it discusses the significance of detailed project descriptions, stakeholder engagement, and the demonstration of project impact to secure funding. Understanding these elements is crucial for maximizing opportunities in both federal grants and state/local RFPs, ensuring that applicants are well-prepared to meet the expectations of funding agencies. Overall, the document serves as a comprehensive guide for organizations seeking financial support through structured government procedures.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Martin Rd Wastewater System Upgrades (Nooksack)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking small businesses to participate in the Martin Rd Wastewater System Upgrades project located in Bellingham, Washington. This initiative aims to enhance wastewater facilities serving five residential homes, involving improvements to existing septic and pump tanks, installation of additional force mains, and sediment removal from the shared drain field. The project is crucial for ensuring compliance with standards set by the Washington Water Resource Department and is expected to have a budget ranging from $25,000 to $100,000. Interested firms, particularly those owned by Native Americans or certified under the 8(a) or HUBZone programs, must submit their qualifications by October 24, 2024, to Robert S. Miller at robert.miller2@ihs.gov.
    Fiber Optic Installation
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for a Fiber Optic Installation project at the Northern Navajo Medical Center in Shiprock, New Mexico. The project aims to replace outdated fiber optic cables with a modern 100Gbit capable multi-mode fiber system, which includes the installation of new innerducts, splicing, and testing, while also removing old copper cabling to optimize the infrastructure. This initiative is critical for enhancing the medical center's communication capabilities and ensuring compliance with modern networking standards. Interested Indian-owned small businesses must submit their quotes by October 21, 2024, and direct any inquiries to Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov.
    Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the renovation of the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota, to achieve USP compliance. The project encompasses a range of construction activities, including demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, all while ensuring adherence to federal construction standards and local regulations. This initiative is crucial for enhancing healthcare infrastructure and maintaining operational continuity for the facility, which serves an underserved community. Proposals are due by November 15, 2024, at 2:00 PM CT, and interested contractors should direct inquiries to Shaukat Syed at shaukat.syed@ihs.gov or Jenny Scroggins at Jenny.Scroggins@ihs.gov.
    Oklahoma City Area Office IHS Healthcare Providers IDIQ
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) within the Department of Health and Human Services is preparing to issue a Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at providing healthcare staffing services to IHS-operated clinics and hospitals in the Oklahoma City area. The procurement seeks a range of healthcare providers, including anesthesiologists, nurse practitioners, and various specialty physicians, to enhance healthcare delivery to Native American populations across multiple health centers in Oklahoma. This initiative is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a performance period estimated from May 1, 2025, to April 30, 2030, and contractors must register in the Government’s System for Award Management (SAM) to be eligible for contract award. Interested parties should note that the pre-solicitation closes on November 8, 2024, with the RFP expected to be released around November 11, 2024; for further inquiries, they may contact Shelton Bruce at shelton.bruce@ihs.gov or Sean Long at sean.long@ihs.gov.
    Grounds Maintenance Services for Santa Fe Indian HC & San Felipe HC
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for Grounds Maintenance Services at the Santa Fe Indian Health Center and San Felipe Health Clinic in New Mexico. The contract will encompass a range of services including landscape maintenance, trash removal, and snow and ice removal, structured as a Firm-Fixed-Price purchase order with a base year and four option years, extending from 2024 to 2029. This procurement is vital for maintaining a safe and clean environment for healthcare delivery to Native American populations, ensuring compliance with federal regulations and standards. Interested offerors must submit their proposals by November 1, 2024, by 12:00 p.m. MDT, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Kayenta Health Center: Non-Personal Healthcare Services - Emergency Department
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for non-personal healthcare services specifically for the Emergency Department at the Kayenta Health Center. The procurement aims to secure approximately 13,104 hours of service from qualified emergency department physicians for the period from February 1, 2025, to January 31, 2026, with potential options for service extension. This initiative underscores the federal government's commitment to supporting Indian-owned businesses while ensuring the provision of essential healthcare services in compliance with relevant regulations. Interested bidders must submit their proposals by October 7, 2024, and can direct inquiries to Adrian Segay at Adrian.Segay@ihs.gov, referencing the solicitation number 75H71025Q00010.
    Floor Stripping and Waxing Services - Santa Fe Indian Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for Floor Stripping and Waxing Services at the Santa Fe Indian Health Center in New Mexico. This procurement aims to maintain a clean and safe healthcare environment by contracting for essential floor maintenance services, which must be performed during non-business hours to minimize disruption to patient care. The contract will be awarded as a Firm-Fixed-Price Purchase Order for a base year with three additional option years, emphasizing the importance of compliance with federal regulations and the Buy Indian Act to support Indian Small Business Economic Enterprises. Interested offerors must submit their proposals by November 5, 2024, by 12:00 p.m. MDT, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Design-Build Pine Ridge Hospital Humidification and AHU 5 Replacement
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified firms for the Design-Build project involving the installation of a steam boiler and the replacement of Air Handling Unit (AHU) 5 at Pine Ridge Hospital in South Dakota. The primary objective is to ensure proper humidity levels throughout the hospital, addressing issues related to inadequate humidity during winter months and compliance with ASHRAE 170 codes, which are critical for patient health and safety. This project is significant as it aims to enhance the hospital's infrastructure, ensuring it meets the requirements of the Joint Commission and CMS while improving operational efficiency. Interested parties, particularly small businesses including Native American-owned enterprises, are encouraged to submit their capabilities and relevant project experience to Matt Sanders at matt.sanders@ihs.gov by the specified deadline, with the anticipated contract value ranging between $1 million and $5 million.
    Dietary Food Service Workers
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide dietary food service workers under a combined synopsis/solicitation (RFQ IHS1502530). The procurement requires two full-time and one part-time dietary service workers to be engaged from December 2, 2024, to September 30, 2025, in Claremore, Oklahoma, in accordance with the attached Statement of Work and wage determination. This opportunity is a 100% Buy Indian Set-Aside, emphasizing the importance of promoting Indian economic enterprises in federal contracting. Interested vendors must submit their written quotes by October 22, 2024, at 4:30 PM CST to Misti Bussell at misti.bussell@ihs.gov, ensuring compliance with various federal acquisition regulations and registration in the System for Award Management.
    Diabetic Supplies - Santa Fe Indian Health Center
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for diabetic supplies to be delivered to the Santa Fe Indian Health Center in New Mexico. This procurement involves a Firm-Fixed-Price (FFP) contract with a base period and four optional renewal years, focusing on essential medical supplies for diabetes management, including compliance with storage conditions and timely deliveries. The contract emphasizes support for Indian businesses, allowing participation from Indian Small Business Economic Enterprises under the Buy Indian Act. Interested offerors must submit their quotes by November 1, 2024, by 12:00 p.m. MDT, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.