ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Colton Heuker (COW)

DEPARTMENT OF HEALTH AND HUMAN SERVICES 75H70126Q00017
Response Deadline
Mar 10, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for the Colton Heuker On-Site Sewage System and Community Water Connection project in Kelso, Washington. This procurement involves the installation of a new on-site septic system, including a 1,000-gallon septic tank and a connection to the Beacon Hill Water and Sewer District, with a performance period of 45 calendar days following the Notice to Proceed. The project is crucial for ensuring proper sanitation and water supply for a private home owned by a Cowlitz Tribe member, adhering to federal and local regulations, including Davis-Bacon wage requirements. Interested small businesses must submit their proposals via email, with an estimated construction magnitude between $25,000 and $100,000, 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.

Classification Codes

NAICS Code
237110
Water and Sewer Line and Related Structures Construction
PSC Code
Y1NZ
CONSTRUCTION OF OTHER UTILITIES

Solicitation Documents

11 Files
Indian Health Service Buy Indian Act Indian Economic Enterprise Representation Form.pdf
PDF167 KBJan 23, 2026
AI Summary
The Indian Health Service (IHS) Division of Acquisition Policy has issued a Buy Indian Act Representation Form for solicitations, such as 75H70126Q00017 for the "Colton Heuker OSS and Community Water Connection" project. This form requires offerors to self-certify their status as an "Indian Economic Enterprise" in accordance with 25 U.S.C. 47 and HHSAR 326.602. Offerors must meet this definition at the time of offer, contract award, and throughout the contract performance period, with immediate written notification required if eligibility changes. Contracting Officers may request documentation of eligibility, and successful offerors must also be registered with the System for Award Management (SAM). The form explicitly warns against submitting false or misleading information, citing penalties under 18 U.S.C. 1001 for false information and 31 U.S.C. 3729-3731 and 18 U.S.C. 287 for false claims.
A10 Sources Sought Template.pdf
PDF180 KBJan 23, 2026
AI Summary
The Indian Health Service (IHS) has issued a Sources Sought/Request for Information (RFI) to identify qualified firms, particularly small businesses, for the Colton Heuker OSS and Community Water Connection project in Kelso, Washington. This RFI is for market research purposes only and is not a solicitation for proposals. The project involves the installation of an on-site septic system, including a septic tank, pump tank, subsurface drip drainfield, and the abandonment of an existing septic tank, with an anticipated magnitude between $25,000 and $100,000. Firms are requested to submit company information, point of contact, business type, bond capacity, and experience on similar projects by February 4, 2026. Specific questions regarding quality control, construction management, and self-performed disciplines are also required. Native American/Indian-Owned Businesses must also submit an IHS IEE Representation Form.
7-US DOL WD WA20260089 Dated 1-2-2026.pdf
PDF31 KBFeb 10, 2026
AI Summary
This government file, General Decision Number WA20260089, outlines prevailing wage rates and fringe benefits for residential construction projects in Cowlitz County, Washington. It covers various trades, including Bricklayers, Carpenters, Laborers, Cement Masons, Sheet Metal Workers, Truck Drivers, Electricians, Operators, Painters, Plumbers, and Roofers, detailing their respective hourly rates and fringe benefits. The document also includes classifications and pay rates for different truck driver groups based on vehicle capacity and provides premium pay information for HAZMAT-certified workers. Additionally, it references Executive Orders 13706 and 13658, which mandate paid sick leave and minimum wage requirements for federal contractors under the Davis-Bacon Act. The file concludes with an explanation of wage rate identifiers (Union, Union Average, Survey, State Adopted) and the appeals process for wage determinations.
6-Measurement and Payment C Heuker.pdf
PDF99 KBFeb 10, 2026
AI Summary
This document outlines the measurement and payment terms for various line items in a government contract related to sewer and septic system installation and abandonment, as well as water service line connection. Key items include mobilization/demobilization, solid sewer pipe installation, underground two-way cleanouts, 1,000-gallon two-compartment septic tanks, 1,000-gallon pump chambers with pumps and controls, autoflush headworks, effluent supply and return lines, supply and return manifolds with vacuum relief valves, and subsurface drip system drainfields. It also covers the abandonment of existing septic tanks and the installation of water service lines. Payment for each item is based on contract unit price or lump sum, and compensation includes labor, excavation, materials, testing, backfill, compaction, and restoration of trenched or excavated areas to their original or better condition, ensuring a complete and operational installation or abandonment.
5-OSS Design.pdf
PDF1459 KBFeb 10, 2026
AI Summary
Cowlitz County Health Department has issued a Septic System Permit (EHU-04-25-0337) to Justin Terry for a residential property at 105 Cowlitz Gardens Rd, Kelso, WA. The permit, valid until May 8, 2030, approves a new Treatment Level E, Subsurface Drip Drainfield system designed by Robert F. Sweeney of Environmental Management Systems. The system includes a 1000-gallon septic tank and a 1000-gallon pump chamber, serving a 3-bedroom residence with a design flow of 360 GPD. It features a 900 sq. ft. subsurface drip drainfield with a total dripline length of 450 feet. The site has Type 4 soils (Fine Sandy Loam to Loamy Sand). The permit outlines specific conditions for installation, inspections, and adherence to sanitary codes, including requirements for annual Operation and Maintenance (O&M) inspections. Key conditions include pre-cover inspections, a final sketch submission, and L&I approval for electrical work. The document also includes detailed soil profile data, a project description, site feasibility assessment, and component specifications.
4-Technical Specifications.pdf
PDF228 KBFeb 10, 2026
AI Summary
This government file outlines the technical provisions for various construction operations, including excavation, trenching, backfilling, sewer service lines, individual septic tanks, individual lift stations, and water service connections. The document details the scope of work, material specifications, installation procedures, and safety regulations for each section. Key aspects covered include proper trenching and backfilling techniques, compaction requirements, surface restoration, road crossing methods (open cut and bored), and specific requirements for sewer and water line connections and appurtenances. For septic tanks and lift stations, the provisions address tank specifications, access risers, effluent filters, electrical controls, and alarm systems. The document emphasizes adherence to national, state, and local codes, as well as safety regulations like OSHA. It also covers flushing, testing, and disinfection procedures for water service lines, highlighting the contractor's responsibilities for ensuring safe and compliant installations.
3-CWC Site Plan.pdf
PDF5071 KBFeb 10, 2026
AI Summary
The provided text appears to be a highly abbreviated document, likely a technical specification or a very condensed project plan, characterized by numerous single and multi-letter codes. Key recurring codes include 'X', 'G', 'W', 'WSL', 'SFSL', 'R', 'S', 'SSL', 'SFM', 'STM', 'E', 'OHP', 'UGP', 'T', 'FO', and 'TV'. While the exact meaning of each code is not explicitly defined, the repetitive nature and grouping of certain codes suggest a structured format, possibly detailing various components, tasks, or stages within a project. For instance, 'G' and 'WSL' appear in distinct blocks, hinting at significant sections. 'SFSL' is also a prominent recurring code. The presence of 'PV', 'TEL', and 'TV' could indicate power, telecommunications, or television-related elements. 'OHP' and 'UGP' might refer to specific types of equipment or processes. Without a legend or further context, a precise summary of the document's main topic or purpose remains inferential. However, the document's structure strongly suggests a systematic breakdown of elements pertinent to a government RFP, grant, or state/local RFP, where such coded language is often used for brevity and technical specificity.
2-Aerial SIte Location.pdf
PDF369 KBFeb 10, 2026
AI Summary
The provided government file contains only the name
1-Statement of Work.pdf
PDF139 KBFeb 10, 2026
AI Summary
The Statement of Work outlines a construction project for the Indian Health Service, Portland Area, to install a new on-site septic system and connect to a community water supply for a private home in Kelso, WA. The project, identified as PO-22-D02L, involves installing a 1,000-gallon septic system with a pump tank, effluent pump, auto-flush headworks, and a subsurface drip system drainfield. Additionally, it includes connecting to the Beacon Hill Water and Sewer District (BHWSD) by installing approximately 140 linear feet of water line and coordinating with BHWSD for the water main tap and meter installation. The contractor is responsible for permits, fees, utility location, and all electrical work by a Washington State-licensed electrician. The project is for a private home owned by a Cowlitz Tribe member, with facilities transferring to the homeowner upon completion. Work must comply with WAC codes, Indian Health Service specifications, and the approved septic design. Submittals include product information pre-construction and warranties post-construction. The project has a 45-calendar-day performance period from the notice to proceed.
B01 75H70126Q00017 REV.pdf
PDF742 KBFeb 10, 2026
AI Summary
The Indian Health Service (IHS) is seeking proposals for the Colton Heuker OSS System and Community Water Connection project in Kelso, WA. This Request for Quote (RFQ) is a 100% Small Business Set-Aside under NAICS 237110, with an estimated construction magnitude between $25,000 and $100,000. The project involves installing a new onsite sewage system and connecting it to a community water supply, with a performance period of 45 calendar days after receiving the Notice to Proceed. Key requirements include performance and payment bonds, adherence to Davis-Bacon wages, and submission of proposals via email. The solicitation outlines detailed specifications for materials, work procedures, payment processes, insurance, and contractor responsibilities, including safety, subcontracting, and daily reporting. The contractor must coordinate with the COR and adhere to all federal and local regulations, with specific clauses incorporated by reference from the FAR and HHSAR.
A11 Pre-Solicitation SAM notice DRAFT.pdf
PDF97 KBFeb 10, 2026
AI Summary
The Indian Health Service (IHS) issued a pre-solicitation notice (75H70126Q00017) for a construction project to install a new septic system and water service line for a new home in Cowlitz County, WA. This is a Total Small Business Set-Aside under NAICS code 237110 with a $45 million size standard. The solicitation is anticipated around February 15, 2026, with quotes due at least 30 days later. The scope includes a new on-site septic system with a 1,000-gallon septic tank, a 1,000-gallon pump tank, auto-flush headworks, and a subsurface drip system drainfield, as well as abandonment of an existing septic tank. The project is a Firm Fixed Price contract, with an estimated magnitude of $25,000 to $100,000, and a performance period of 45 calendar days. All documents will be available on www.sam.gov, and contractors must be registered in SAM to be considered for award.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 23, 2026
deadlineResponse DeadlineMar 10, 2026
expiryArchive DateMar 25, 2026

Agency Information

Department
DEPARTMENT OF HEALTH AND HUMAN SERVICES
Sub-Tier
INDIAN HEALTH SERVICE
Office
DIV OF ENGINEERING SVCS - SEATTLE

Point of Contact

Name
Robert S. Miller

Place of Performance

Kelso, Washington, UNITED STATES

Official Sources