Sewer Service Line Repair Horton, Kansas
ID: 246-25-Q-0064Type: 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

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for the repair of a sewer service line in Horton, Kansas, under Request for Quotes (RFQ) 246-25-Q-0064. The project involves the installation of a cured-in-place pipe (CIPP) lining for a section of the existing sewer line, along with modifications to cleanout structures, and is critical for maintaining local sewage infrastructure. This procurement is set aside for Indian-owned businesses under the Indian Small Business Economic Enterprise (ISBEE) program, with an estimated contract value of under $25,000. Interested contractors must submit their quotes by May 30, 2025, and can direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.

    Files
    Title
    Posted
    The document outlines the additional provisions, terms, and conditions applicable to a government contract, particularly in the context of federal RFPs and grant processes. It includes a comprehensive list of clauses incorporated by reference, ranging from regulations on contractor personnel identity verification to compliance with labor standards and construction wage rate requirements. The document emphasizes the importance of adhering to various FAR clauses that ensure legal and administrative compliance in government contracting. Key provisions address aspects such as wage requirements, subcontractor compliance, and federal procurement policies, including minority business participation and environmental considerations. Furthermore, it highlights the necessity for contractors to register in the System for Award Management (SAM) and complete required representations and certifications, ensuring all participants meet eligibility criteria. Overall, this framework aims to establish clear guidelines for contractors involved in governmental projects, promoting transparency, accountability, and adherence to established federal regulations.
    The Indian Health Service (IHS) document focuses on the Buy Indian Act, which promotes the use of Indian Economic Enterprises (IEEs) in federal contracts. It requires offerors to self-certify their status as an Indian Economic Enterprise when responding to solicitations, stating that they must meet specific criteria at multiple stages: when making an offer, at contract award, and during contract performance. Any change in eligibility must be reported to the Contracting Officer immediately. The document underscores the importance of accurate self-representation; any misleading information can lead to legal repercussions under federal law. Additionally, successful offerors must be registered in the System for Award Management (SAM). The form includes a representation section where the offeror confirms whether they meet the definition of an IEE and requires essential business information, including ownership details and a DUNS number. This process aims to support economic opportunities for Indian-owned businesses within federal contracting.
    The document outlines the wage determination for heavy construction projects in Kansas, effective January 3, 2025, under General Decision Number KS20250037. It sets minimum wage rates for various labor classifications working on federally funded projects, adhering to the Davis-Bacon Act and relevant Executive Orders. The applicable wage for workers depends on when the contract was awarded and whether it is renewed or extended, with specific hourly rates established for roles such as Electrician, Ironworker, and Carpenter, as well as for various operators and laborers. Moreover, contracts awarded after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must comply with Executive Order 13658, which requires a minimum of $13.30 per hour. The document notes the annual adjustment of wage rates and outlines the appeals process for wage determinations. This wage determination aims to ensure fair compensation for laborers in the state and is imperative for compliance in federally funded construction projects.
    This Request for Quotation (RFQ246-25-Q-0064) issued by the Oklahoma City Area Office of the Indian Health Service seeks bids for the repair and installation of a sewer service line. The deadline for submitting quotations is May 30, 2025. The project will adhere to a specified Statement of Work and includes a drawing, along with the incorporation of the Davis Bacon General Wage Decision for Kansas. Contractors are reminded that quotations submitted are not offers, and the government is not liable for any costs incurred in preparation. The RFQ outlines that supplies are expected to be of domestic origin unless otherwise specified. Interested parties are provided with site visit information and must comply with the applicable Federal Acquisition Regulation clauses mentioned. This document is part of the federal RFP process aimed at obtaining efficient and compliant service for federal projects.
    This Request for Quote (RFQ) pertains to a construction project located at 1149 Goldfinch Road, Horton, Brown County, Kansas. The primary objective of the RFQ is to solicit bids for various excavation and installation services regarding sanitary utility sewerage piping. Key tasks include the installation of cured-in-place piping to replace existing 4-inch sewer pipes, excavation to modify cleanout structures, and the restoration of disturbed areas with turf and grasses through fertilization, seeding, and mulching. The project stipulates adherence to specific contract specifications and drawings. The document also includes an area for bidders to decline participation. Overall, this RFQ outlines necessary services for ensuring proper sewage management and environmental restoration in the designated area, highlighting the local government's commitment to maintaining infrastructure and regulatory compliance.
    The document outlines a comprehensive plan for repair and improvement of sewer service at 1149 Goldfinch Road, Horton, Brown County, Kansas. The project involves the installation of a cured-in-place pipe (CIPP) lining for a 40-foot section of the existing 4-inch PVC sewer service line. Additionally, it calls for the replacement of a one-way cleanout with a two-way cleanout and the installation of a new one-way cleanout at a specified location near a pipe elbow. The work is essential for maintaining the integrity and functionality of the sewer system. The project is detailed in terms of location, depth measurements, and specific materials to be used, emphasizing careful planning and execution to comply with regulatory standards. This initiative reflects the local government's efforts to ensure proper sewage management and address any potential infrastructure deficiencies.
    The document outlines the Statement of Work for the rehabilitation of a sewer service line at 1149 Goldfinch Road, Horton, Brown County, KS. The project involves using the Cured-in-Place Pipe (CIPP) method, requiring the contractor to clear debris, replace existing cleanouts, and line the service line with a resin-impregnated tube. A construction schedule mandates that work be conducted Monday to Friday from 8:00 AM to 5:00 PM, with inspections required before covering any work. Quality assurance measures require licensed personnel to oversee the project, and a minimum one-year warranty for materials and labor is stipulated. The document details installation procedures for cleanouts and the CIPP method, including specific material requirements such as 4-inch schedule 40 PVC cleanouts and fertilizer specifications. Restoration efforts must return the site to its original condition, and verification through testing and visual inspections of joints is required. This project reflects adherence to state regulations and aims to improve local infrastructure, emphasizing the importance of proper execution and quality assurance in government contract work.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Haskell Indian Health Center Generator Gas Line Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the replacement of a natural gas line at the Haskell Indian Health Center in Lawrence, Kansas. The project involves furnishing, replacing, and installing a new 3-inch gas line with a meter and regulator to ensure the generator operates at full capacity, addressing current limitations posed by the existing undersized line. This procurement is a 100% Small Business set-aside under NAICS code 238220, with an estimated contract value between $25,000 and $100,000, and a performance period of 120 calendar days from the Notice to Proceed. Interested parties must submit their quotes by January 12, 2026, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.
    Zuni Quarters Sewer Improvement Project,
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is preparing to solicit proposals for the Zuni Quarters Sewer Improvement Project located in Zuni, New Mexico. This project involves the reconstruction of sewer lines, including demolition and replacement of existing infrastructure at the Zuni Comprehensive Community Health Center, and is expected to be completed within a 90-day period following the issuance of the Notice to Proceed. The contract will be awarded as a Firm Fixed Price (FFP) and is set aside exclusively for small businesses under NAICS code 237110, with an estimated project value between $100,000 and $250,000. Interested contractors should monitor https://sam.gov for the solicitation release, anticipated around December 23, 2025, and are encouraged to contact Shaukat Syed or Jenny Scroggins for further inquiries.
    Landscape Services for IHS, Mashpee Wampanoag Health Service Unit
    Health And Human Services, Department Of
    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.
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Health And Human Services, Department Of
    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.
    BPA for Stainless Steel Surgical Equipment Repairs
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide stainless steel surgical equipment repair services through a Blanket Purchase Agreement (BPA) for the Oklahoma City Area Indian Health Service. The procurement aims to ensure the timely repair and maintenance of surgical instruments used at the Pawnee, Lawton, and Clinton Indian Health Centers, with services including sharpening, refurbishing, and onsite repairs. This opportunity is particularly significant as it supports the healthcare needs of Native American communities, emphasizing compliance with the Buy Indian Act. Interested vendors must submit their quotes by December 18, 2025, at 10:00 AM CST, to Misti Bussell via email at misti.bussell@ihs.gov, with the contract period running from March 1, 2026, to February 28, 2031, and a maximum funding limit of $1,250,000.
    Rosebud Lift Station Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Rosebud Lift Station Construction project in Rosebud, South Dakota. The project entails the complete removal and replacement of the existing wastewater lift station, which services hospital quarters and tribal program buildings, with a new system designed to handle current and future sanitary loads. This construction is critical for ensuring reliable wastewater management and compliance with health standards in the area. Interested firms, particularly those qualifying as small businesses or Indian Economic Enterprises, must submit their responses by December 24, 2026, at 2:00 PM Pacific Time to Daniel Cotto at daniel.cotto@ihs.gov, with the anticipated contract value between $500,000 and $1,000,000 and a solicitation expected around February 2026.
    BFSU Utility - Water and Sewer Services
    Health And Human Services, Department Of
    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.
    SOURCES SOUGHT NOTICE: Infectious Waste Collection and Disposal Services
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting a sources sought notice to identify potential sources for infectious waste collection and disposal services for the Kayenta Health Center in Kayenta, Arizona, and the Inscription House Health Center in Tonalea, Arizona. The procurement aims to secure services related to the provision of infectious waste storage containers, collection, and disposal, which are critical for maintaining health and safety standards in healthcare facilities. Interested parties are invited to submit their qualifications and capabilities by November 17, 2025, at 12:00 PM, to Flora Washington via email at flora.washington@ihs.gov. Respondents must include a company profile, capability statement, and, if applicable, the completed IHS IEE Representation Form to demonstrate eligibility as an Indian Economic Enterprise.
    Sources Sought: 24/7 Nursing Telephone Triage Services for the Woodrow Wilson Keeble Memorial Health Care Center, Sisseton SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide 24/7 Nursing Telephone Triage Services for the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. The primary objective of this procurement is to establish a toll-free Nurse Advice line aimed at reducing unnecessary emergency room visits for American Indian and Alaskan Native patients residing on or near the Lake Traverse Reservation. This service is crucial for enhancing healthcare access and efficiency for approximately 7,000 tribal members, ensuring they receive appropriate care while minimizing costs associated with emergency services. Interested parties must submit their capability statements to Jeremiah Tsoodle at jeremiah.tsoodle@ihs.gov by December 31, 2025, at 1:00 p.m. Central Time, referencing Sources Sought Number IHS-SS-26-1520417.
    Trash Pickup for Kaibeto Boarding School
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking quotations for trash pickup services at the Kaibeto Boarding School. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, with a focus on solid waste collection under NAICS code 562111. The contract will be structured as a Firm Fixed Price purchase order for a base year starting January 1, 2026, with the possibility of four additional option years extending through 2030. Interested contractors must submit a comprehensive quote that includes their qualifications and ability to perform, with evaluations based on technical capability and price. For further inquiries, potential offerors can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.