Contractor shall furnish and install a water service line for J. Brison #6766 in Weleetka, OK (Okmulgee, OK) in accordance with the Statement of Work and drawing provided.
ID: 246-25-Q-0026Type: 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 WATER SUPPLY FACILITIES (Y1NE)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    Description

    The Indian Health Service (IHS) is seeking qualified contractors to furnish and install a water service line for J. Brison #6766 in Weleetka, Oklahoma, under Request for Quotes (RFQ) 246-25-Q-0026. The project requires compliance with specific technical specifications and materials standards as outlined in the Statement of Work, with an estimated budget of less than $25,000 and a performance period of 60 calendar days from the award date. This procurement is set aside for Indian-owned businesses under the Buy Indian Act, emphasizing the importance of promoting economic opportunities within Indian communities. Interested contractors must submit their quotes by February 11, 2025, and direct any inquiries to Noleen Powell at noleen.powell@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for a project involving the installation of water service lines and fittings. The main components include a quantity of 2,200 linear feet of 2" DR 11 Polyethylene Water Service Line along with necessary fittings, and one isolation valve and valve box. All bids must include pricing for each item listed to be considered valid. The location specified for the project is the Okmulgee OEH&E Field Office in Weleetka, Oklahoma. The document emphasizes compliance with the bidding requirements to ensure responsiveness and eligibility for award consideration. It is a standard procedure in the context of government procurement, aimed at ensuring transparency and competitiveness in securing contracts for public works projects related to water service infrastructure.
    The document is a combined synopsis and solicitation for the furnishing and installation of a water service line at J. Brison #6766 in Weleetka, OK, issued by the Indian Health Service (IHS). This Request for Quotes (RFQ) 246-25-Q-0026 is specifically set aside for Indian-owned businesses under NAICS code 237110 with a monetary threshold of $45 million. The anticipated completion period is within 60 days post-award, with the estimated budget being under $25,000. Proposals must include a firm price quote, technical specifications, relevant past performance examples, and the necessary representations form for Indian Economic Enterprises. Quotes will be evaluated based on price and technical acceptability, with a focus on the lowest priced quote that meets requirements. The IHS emphasizes that proposals lacking critical components will be deemed unacceptable. The solicitation aims to procure necessary services while promoting economic opportunities for Indian-owned enterprises.
    The document outlines the Buy Indian Act's requirements for Offerors seeking federal contracts with the Indian Health Service under the Indian Economic Enterprise designation. It requires self-certification that the enterprise meets the definition of an "Indian Economic Enterprise" at key milestones: when submitting an offer, at contract award, and throughout the contract period. Should the enterprise lose eligibility at any point, immediate notification to the Contracting Officer is mandated. The document highlights the need for potential contractors to be registered in the System of Award Management (SAM) and emphasizes the legal penalties for submitting false information, which can lead to severe legal consequences. The representation form included allows the Offeror to affirm or deny their status as an Indian Economic Enterprise, alongside providing necessary credentials like owner details, business name, and DUNS number. This documentation serves to facilitate compliance with the Buy Indian Act while reinforcing integrity in government contracting processes.
    This document outlines the additional provisions, terms, and conditions relevant to federal contracts, specifically incorporating various clauses by reference in accordance with Federal Acquisition Regulation (FAR) standards. Key topics include personal identity verification for contractor personnel, submissions and modifications of bids, labor standards compliance, and various regulations pertaining to government construction contracts. The file identifies applicable clauses, detailing those that prohibit certain telecommunications services, mandate wage rate requirements, and stipulate contractor responsibilities regarding site visits and inspections. It also addresses small business qualifications and provides guidelines for compliance with federal laws. Given the context of government Requests for Proposals (RFPs), grants, and local contracting, the document serves to inform potential contractors of their obligations and ensures that all procurement activities adhere to federal regulations and standards, safeguarding the government’s interests and promoting fair practices in contracting.
    The document is a Request for Quotation (RFQ) by the Indian Health Service for the installation of a water service line, with an estimated price range of under $25,000. It includes a detailed Scope of Work, provisions related to wage determinations under the Davis-Bacon Act, and applicable Federal Acquisition Regulation (FAR) clauses. The RFQ requests interested vendors to submit their quotations by a specified deadline of February 11, 2025. The document also contains standard fields for the quoter's information, including contact details and certification requirements. The project aims to comply with local, state, and federal regulations while ensuring timely completion of the water service installation, highlighting the government's need for efficient service procurement in public works projects.
    The document outlines a Statement of Work (SOW) for the installation of water service lines in Weleetka, Oklahoma, dated March 2022. The contractor is responsible for furnishing and installing a water service line in accordance with specific guidelines and materials standards. Key location details include the coordinates for proper identification. The construction schedule mandates communication with project oversight and restricts work to weekdays during standard hours. A minimum one-year warranty on materials and labor is required. Material specifications include ultra-high molecular weight polyethylene piping and detailed requirements for fittings and valves. Procedures for installation emphasize strict separation from sewer lines, proper excavation depths, and careful backfilling to prevent future settlement. Testing protocols mandate leak inspections before backfilling, ensuring quality control. The document serves as a government Request for Proposal (RFP) for contracting services related to water line installations, highlighting compliance with relevant standards and regulations. The goal is to ensure safe and efficient delivery of water services to the specified location while maintaining environmental considerations and existing infrastructure.
    The document is heavily corrupted and unreadable, preventing a clear understanding of its content and context. Generally, documents within the realm of federal RFPs, grants, or state and local requests for proposals serve to solicit project proposals from contractors. These proposals typically include the project's scope, objectives, anticipated outcomes, and budgetary considerations. The primary aim is to secure qualified bids for government projects and ensure compliance with federal and state regulations. In a standard format, these documents outline requirements, eligibility criteria, submission guidelines, evaluation methodology, and the timeline for project completion. Agencies might focus on aspects such as budget constraints, innovation, sustainability, and bid responsiveness. This structured request helps government agencies meet community needs efficiently while adhering to legislative mandates and oversight. This situation with the file necessitates a robust context to understand intent, specific programs offered, or particular funding opportunities. However, the main topic likely revolves around government funding initiatives and project proposals within public sectors.
    Similar Opportunities
    Water Main Extension and Line for 4 Homes, Yukon, OK
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for a water main extension project in Yukon, Oklahoma, aimed at servicing four homes. The contractor will be responsible for furnishing and installing approximately 1,594 linear feet of 6-inch and 1,108 linear feet of 4-inch water main infrastructure, including necessary valves and hydrants, to enhance public health services in the region. This project is critical for improving sanitation facilities and ensuring compliance with federal and state regulations. Interested contractors must submit their quotes by February 14, 2025, with an estimated contract value between $100,000 and $250,000. For further inquiries, contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
    Contractor shall furnish and install a sewer service line for M Moore in Pawhuska, OK (Osage, Co.) in accordance with the Statement of Work and drawings.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting bids for the furnishing and installation of a sewer service line for M Moore in Pawhuska, Oklahoma. The project requires contractors to provide a firm, fixed-price quote along with technical specifications and documentation of relevant past performance, all in compliance with the Statement of Work and associated drawings. This procurement is set aside exclusively for small businesses under NAICS code 237110, with an estimated price range of less than $25,000 and a performance period of 60 calendar days from the award date. Interested bidders must submit their quotes by February 6, 2025, to Noleen Powell at noleen.powell@ihs.gov, ensuring adherence to all outlined requirements to be considered for the contract award.
    Geotechnical Engineering Services for a new water storage tank Wyandotte, Oklahoma
    Buyer not available
    The Indian Health Service (IHS) is soliciting proposals for geotechnical engineering services related to the construction of a new water storage tank in Wyandotte, Oklahoma. The project involves the design and construction of a 120,000-gallon, 100-foot tall cylindrical tank for the Ottawa County Rural Water District 5, with the selected contractor responsible for assessing subsurface conditions and providing a comprehensive geotechnical report. This initiative is part of broader efforts to enhance water infrastructure in rural areas, ensuring compliance with engineering and environmental standards. Interested contractors must submit their quotes by February 17, 2025, with an estimated contract value of less than $25,000. For further inquiries, contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
    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.
    BUY INDIAN SET-ASIDE - FEDERAL FACILITIES ASSESSMENT - OCAO IHS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified Indian-owned enterprises to conduct a comprehensive facility condition assessment for 23 facilities in the Oklahoma City area. The primary objective of this procurement is to evaluate the condition of hospitals and clinics, identifying deficiencies across various components such as architectural, mechanical, and electrical systems, and to develop maintenance plans based on the findings. This initiative underscores the government's commitment to ensuring safe and functional healthcare facilities while prioritizing Indian economic enterprises in federal contracting. Interested parties must submit their written quotes for RFQ 246-25-Q-0019 within the specified timeframe, with a performance period of 90 days post-award, and are encouraged to contact Edson Yellowfish at Edson.Yellowfish@ihs.gov or 405-951-3888 for further details.
    Janitorial Supplies
    Buyer not available
    The Indian Health Service (IHS) is seeking quotes for janitorial supplies under Request for Quote (RFQ 246-25-Q-0017), with a focus on a 100% Buy Indian set-aside. The procurement includes various cleaning items such as microfiber mops, pads, and disinfectants, which are essential for maintaining hygiene and health safety within IHS facilities. Vendors are required to submit detailed pricing, product descriptions, and evidence of past performance, with quotes due by February 5, 2025. Interested parties should contact Karen James at karen.james@ihs.gov for further information and ensure compliance with all federal regulations and registration requirements.
    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.
    IHS1504005 - Plumbing Supply BPA - PIMC
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for plumbing supplies, including cast iron fittings, to support the Phoenix Indian Medical Center's healthcare plumbing system. This procurement aims to address urgent repair and replacement needs, allowing for expedited delivery and local pick-up of essential plumbing parts over a five-year period. The initiative emphasizes compliance with the Buy Indian Act, prioritizing purchases from Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE), thereby supporting Native American businesses. Interested vendors must respond by February 12, 2025, providing necessary documentation and certifications, including registration in the System for Award Management (SAM) and adherence to gray market prevention guidelines. For further inquiries, vendors can contact Ashley B. Velasquez at ashley.velasquez@ihs.gov or call 480-217-7292.
    Crow/Northern Cheyenne Hospital Sewer Rehabilitation
    Buyer not available
    The Indian Health Service (IHS) is soliciting proposals for the Crow/Northern Cheyenne Hospital Sewer Rehabilitation project, aimed at addressing significant corrosion issues in the hospital's sewer system. The project involves the rehabilitation of approximately 5,100 linear feet of sewer piping using Cured in Place Pipe (CIPP) lining technology, which is essential for extending the lifespan of the existing infrastructure and ensuring the hospital's operational integrity. This initiative is critical for maintaining healthcare standards and preventing sewage-related disruptions that could impact patient care. Interested small businesses must submit their proposals by March 5, 2025, with an estimated project cost between $1,000,000 and $5,000,000, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov for further information.
    IHS Nationwide Sanitation Facilities Construction (SFC) A-E Services Multiple Award IDIQ
    Buyer not available
    The Indian Health Service (IHS), part of the Department of Health and Human Services, is seeking qualified architect-engineering (A-E) firms to provide sanitation facilities construction services through a multiple award Indefinite Delivery-Indefinite Quantity (IDIQ) contract. The selected firms will assist IHS in delivering professional design and engineering services for various facilities across the United States, including community water and wastewater systems, solid waste facility planning, and accessory facilities. This procurement is a total small business set-aside, with a maximum contract capacity of $5 million and a guaranteed minimum order of $1,000, with task orders ranging from $1,000 to $2 million. Interested firms must submit their qualifications by the anticipated solicitation release date of February 17, 2025, and can contact Taylor Kanthack at taylor.kanthack@ihs.gov or Jenny Scroggins at jenny.scroggins@ihs.gov for further information.