Water Softener Salt/100% IEE Set Aside
ID: 75H70525Q00008Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEBEMIDJI AREA INDIAN HEALTH SERVICEBEMIDJI, MN, 56601, USA

NAICS

General Freight Trucking, Local (484110)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Request for Proposal (RFP) for the provision of water softener salt to the Red Lake Hospital in Minnesota, as part of a contract administered by the Indian Health Service. The procurement aims to deliver and refill a brine tank approximately every two weeks, with a total estimated requirement of 47,000 pounds per year. The contractor must provide all materials and equipment necessary for the task, adhering to safety regulations and ensuring no salt storage occurs on hospital premises. The contract is a firm-fixed price type, specifically reserved for small businesses, emphasizing compliance with federal, state, and local regulations, including safety and invoicing through the U.S. Treasury's Invoice Processing Platform (IPP). The timeline includes a base year plus four possible one-year extensions, and detailed specifications for the salt, including its quality and delivery procedure, are provided. The document reinforces the commitment to environmental and quality standards while mandating cooperation with safety investigations and background checks as per the Indian Child Protection and Family Violence Prevention Act.
    The document outlines the solicitation provisions for the delivery of water softener salt under Solicitation Number 75H70525Q00008. It details the requirements and guidelines for offerors, including submission instructions, compliance with the System for Award Management (SAM), and representations and certifications related to various business classifications, such as small and disadvantaged groups. Key points include the requirement for a Unique Entity Identifier, adherence to specified business size standards (e.g., a maximum of 500 employees), and the necessity for past performance documentation. Offerors must also comply with provisions regarding child labor laws, environmental regulations, and federal tax liabilities. The document emphasizes that a firm-fixed price contract will be awarded, and multiple offers are encouraged. Additionally, it addresses protest procedures for any disputes arising during the solicitation process. Overall, the purpose is to establish a comprehensive framework for bidding on the salt delivery contract while ensuring compliance with federal regulations and supporting small and disadvantaged business concerns.
    The document is a Sources Sought Notice (75H70525Q00008) issued by the Indian Health Service (IHS) for the procurement of water softener salt for the Bemidji Indian Health Service and Red Lake IHS. It emphasizes compliance with the Buy Indian Act, prioritizing acquisitions from Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs). Interested firms are invited to respond with relevant company information and qualifications. The purpose of the notice is market research to determine interest and compliance among potential vendors, specifically those eligible under the ISBEE criteria. The document also requires self-certification of IEE status and identification of the supporting Indian Tribe or Alaska Native Corporation. It notes the necessity for vendors to be registered in the Systems for Award Management (SAM) and to complete annual representations for eligibility. Overall, it seeks to ensure compliance with federal regulations while promoting Indian-owned businesses in the procurement process.
    The Indian Health Service (IHS) document outlines the requirements under the Buy Indian Act for an Offeror seeking a contract related to a Sources Sought Notice, Request for Information (RFI), or solicitation. The Offeror must self-certify their status as an "Indian Economic Enterprise" at several key stages: at the time of their offer, at contract award, and throughout the contract's duration. Should they fail to maintain eligibility, immediate written notification is required. The document emphasizes that any false information provided can lead to legal repercussions under various U.S. codes. Additionally, Offerors must be registered in the System for Award Management (SAM). The form concludes with a section for the 51% owner of the enterprise to certify their status and provide necessary business details. This document serves to ensure compliance with federal requirements while promoting Indian economic participation in federal contracting processes.
    This Statement of Work (SOW) outlines the requirements for the delivery and filling of standard softener salt for the Red Lake Hospital in Minnesota. The contractor will provide salt on an as-needed basis, ensuring that the softener tank remains adequately filled without on-site storage of salt. The expected delivery is approximately 1,730 pounds every two weeks, and unloading must occur at the hospital's Mechanical room. Specifications include a brine tank with a 4,500-pound capacity and particular salt quality standards, including washing, drying, and screening. Deliveries are scheduled by the contractor during business hours and must include a ticket for each fill to the designated contact. Safety precautions must be observed, and conformity to all relevant regulations is mandatory for operational compliance. Failure to adhere to these requirements may result in work stoppage or default actions. The overall goal is to maintain the functionality of the hospital's water softening system through consistent, regulated, and safety-conscious service provision.
    The document outlines a Request for Quote (RFQ) for the supply and delivery of water softener salt, designated as solicitation number 75H70525Q00008. This government procurement initiative is aimed at ensuring compliance with regulations concerning the delivery of water softener salt to the Red Lake Service Unit in Minnesota. The contract is set aside for small businesses and will be awarded on a firm fixed-price basis, under the provisions of Federal Acquisition Circular 2025-03. Contractors are required to deliver an estimated quantity of 1,730 pounds of water softener salt every two weeks, covering a base year with four one-year option extensions. Proposals must include a capability statement, completed Representations and Certifications, and a bid schedule reflecting prices for all contract years. Submissions are due by February 28, 2025, with inquiries directed to the provided email address. The focus is on ensuring that contractors understand the scope of work and comply with all submission requirements detailed in the attached forms. This solicitation is part of the government's initiatives to procure necessary services while promoting small business participation in federal contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    PM on Reverse Osmosis Equipment
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Bemidji Area, is seeking proposals for preventive maintenance and repair services for Reverse Osmosis (RO) equipment at the Red Lake Hospital in Minnesota. The procurement aims to ensure the operational efficiency and compliance of the RO equipment, which is vital for the Sterile Processing Department, through a five-year firm-fixed price contract set aside for small businesses. This initiative underscores the importance of maintaining health standards and operational integrity within the facility. Interested contractors must submit their proposals by February 28, 2025, to Christopher Millard at Christopher.Millard@ihs.gov, and are encouraged to review the detailed requirements outlined in the associated documents.
    WI-IRON RIVER NFH - ICE PURCHASE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking a contractor to supply 45,360 pounds of chlorine-free ice for the Iron River National Fish Hatchery, with a focus on transporting lake and brook trout from April to June 2025. The procurement requires the ice to be delivered in a climate-controlled manner, ensuring that it does not melt and that the cubes remain separate, with specific delivery expectations including 18 pallets by April 28, 2025, and additional pallets as needed. This ice is critical for maintaining fish viability during transportation, reflecting the hatchery's operational needs. Interested parties must submit their quotations by March 3, 2025, and can contact Dana Arnold at danaarnold@fws.gov or 703-468-8289 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.
    4610-- Boiler Plant Water Softener & Controls, Chillicothe
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for the installation of a new water softener and controls at the Chillicothe VA Medical Center, as the existing system has become unreliable and is beyond its serviceable lifespan. The procurement requires the removal of the current equipment, installation of the new model, and provision of staff training along with a one-year warranty on parts and labor. This water softener is critical for maintaining the facility’s operational efficiency and safety, adhering to VA's infection control and safety standards. Interested small businesses must submit their quotes, including equipment specifications and delivery timelines, by March 7, 2025, and can contact Contract Specialist Alice Clark at alice.clark@va.gov for further information.
    Sources Sought: Delivery of Bulk Propane Services to Pine Ridge Service Unit
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide bulk propane delivery services to the Pine Ridge Service Unit in South Dakota. The contractor will be responsible for maintaining propane tanks at specified levels, ensuring timely deliveries, and installing solar-powered telemetry for accurate tank monitoring, while adhering to quality standards and annual inspections. This procurement is vital for supporting healthcare facilities serving Indigenous communities, ensuring they have a reliable energy source for their operations. Interested parties should contact Ashleigh Yazzie at ashleigh.yazzie@ihs.gov or 605-377-3211 for further details, and must comply with the "Buy Indian Act" requirements as outlined in the associated documentation.
    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.
    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.
    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.
    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.
    Nooksack Sulwhanon Community Well (Everson, WA)
    Buyer not available
    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.