Crow / Northern Cheyenne (CNC) Hospital Sewer Pipe Rehabilitation Project in Crow Agency, MT
ID: 75H70125R00021Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEDIV OF ENGINEERING SVCS - SEATTLESEATTLE, WA, 98121, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
  1. 1
    Posted Nov 14, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 14, 2024, 12:00 AM UTC
  3. 3
    Due Dec 11, 2024, 10:00 PM UTC
Description

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 deteriorated since its installation in 1995, addressing issues such as corrosion and damage to ensure compliance with health and safety standards. This initiative is critical for maintaining the operational efficiency and accreditation of the hospital, which serves the local tribal community. 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.

Files
Title
Posted
The Indian Health Service (IHS) is seeking approval for a sole-source acquisition of NuFlow Technology's cure-in-place pipe (CIPP) lining solution for the Crow Sewer Pipe Rehabilitation project in Montana. This eco-friendly, non-invasive technology offers a faster, less disruptive alternative to traditional pipe replacement methods, which are costly and inconvenient for the Crow/Northern Cheyenne Hospital. The existing sewer system, installed in 1995, is experiencing deteriorating conditions leading to leaks that threaten patient care and infection control. The project aims to ensure continued hospital accreditation and mitigate further sewer issues. The proposed contract is a firm-fixed-price arrangement, citing the unique qualifications of NuFlow Technologies, which adheres to rigorous industry standards and has demonstrated successful past performance in similar healthcare settings. This proposal underscores the necessity for tailored solutions in public health infrastructure, specifically within tribal healthcare environments.
Nov 14, 2024, 3:58 PM UTC
The Indian Health Service (IHS) under the Department of Health & Human Services is issuing a representation form related to the Buy Indian Act. This document serves as a self-certification for Offerors to confirm their status as an "Indian Economic Enterprise" as defined by federal law. This certification must be valid at three key points: upon offer submission, at contract award, and throughout the contract term. If the contractor's eligibility changes, they must notify the Contracting Officer immediately. Registered Offerors must also be compliant with the System for Award Management (SAM). False claims in this context could result in legal penalties. The document requires Offerors to confirm or deny their status, along with providing details such as ownership, certification signature, tribal affiliation, business name, and DUNS number. The focus is on promoting Indian economic opportunities while ensuring compliance with relevant federal laws regarding set-aside contracts and accurate representation.
Feb 26, 2025, 10:06 PM UTC
The Indian Health Service is soliciting bids for a sewer rehabilitation project at the Crow/Northern Cheyenne Hospital in Crow Agency, Montana, under solicitation number 75H701-25-R-00021. The project entails the use of Cured in Place Pipe (CIPP) lining technology to rehabilitate approximately 5,100 linear feet of sewer piping originally installed in 1995, which has suffered corrosion and damage. Key project components include cleaning existing pipes, replacing fittings, managing sewer bypass operations during rehabilitation, and conducting post-installation inspections. Small businesses, particularly in the water and sewer line construction sector, are encouraged to bid, with a project cost estimate between $1,000,000 and $5,000,000. Proposals must be submitted by March 5, 2025, and the contractor is expected to commence work within 10 days after the notice to proceed, completing the project within 150 calendar days. The document outlines extensive requirements for performance standards, safety measures, inspection protocols, and submission of detailed project documentation. The solicitation highlights the federal government's intent to modernize healthcare facilities while ensuring safety and compliance with regulations.
Feb 26, 2025, 10:06 PM UTC
The document is a Self-Performed Calculation Sheet related to the solicitation numbered 75H701-25-R-00021, outlining requirements for contractors regarding limitations on subcontracting. According to federal regulations (specifically FAR 52.219-14 and FAR 52.219-17), contractors must demonstrate compliance with rules concerning self-performance on government contracts, particularly emphasizing that a construction firm cannot pay more than 85% (or 75% for specialized contractors) of the total contract amount to non-similarly situated subcontractors. Contractors are required to complete a worksheet detailing their total proposed price, deductions for profit, material costs, and costs for work performed by non-similarly situated entities. They must also record the percentage of work performed by similarly situated entities, which are defined as having the same small business status as the prime contractor under relevant socioeconomic classifications. Additional definitions and examples illustrate compliance requirements and the calculation process, which is critical for maintaining eligibility for small business set-aside contracts. This document serves as a guideline for contractors to adhere to federal regulations during the bidding and execution phases of contracting with the government.
The document is a solicitation response form (75H701-25-R-00021) aimed at gathering data on the specialized experience of construction companies. It outlines the requirements for submitting evidence of relevant projects completed within the last six years. Each project submission must include details such as project type, company name, project name and location, owner information, scope of work, facility type, building dimensions, role in the project, contract value, subcontracting details, construction timeline, performance evaluations, and references. The primary goal of the form is to assess potential contractors' past performance and experience in handling construction tasks similar to those required in the solicitation. It aims to ensure that respondents can meet the necessary standards for government construction contracts. Additionally, the document requires accountability, asking for explanations in cases of contract termination or liquidated damages. Overall, this form is a critical component of the government's procurement process, enabling informed decision-making based on contractors' proven capabilities in specialized construction experience.
Feb 26, 2025, 10:06 PM UTC
The Past Performance Questionnaire (PPQ) Form PPQ-0 is part of the solicitation process for the federal contract 75H701-25-R-00021. This document aids in evaluating a contractor's past performance, focusing on essential contract details such as the nature of work (prime or subcontractor), project complexity, and significant dates. Clients are required to provide information about their engagement and evaluate the contractor's performance using a predefined rating scale (Exceptional to Unsatisfactory) across various categories, including quality, schedule adherence, customer satisfaction, management effectiveness, cost management, and safety compliance. The form mandates that clients complete the questionnaire and return it directly to the contractor, who will incorporate it into their proposal. Additionally, it allows for the government’s verification of all submissions, underscoring the importance of the contractor's performance history. The PPQ serves as a fundamental tool for determining the viability of contractors in future projects, ensuring that only those with a satisfactory performance record advance in the procurement process. This aligns with federal policies designed to enhance accountability and quality in government contracting.
Feb 26, 2025, 10:06 PM UTC
The document pertains to an amendment of a solicitation (75H70125R00021) related to the sewer rehabilitation project for the Crow/Northern Cheyenne Hospital. It clarifies submission procedures for offers acknowledging receipt of the amendment and addresses changes to the project, including responses to offeror questions and additional informational attachments. Key specifics highlight the provision of site visit documentation, tax exemption details, restroom usage, and employment requirements for contractors, particularly in relation to Tribal Employment Rights Office fees. The amendment reinforces that all terms remain unchanged except as specified, emphasizing the responsibility of contractors to adhere to Tribal regulations and include applicable fees in their bids. This document serves to provide crucial updates and guidelines for potential contractors bidding on this federal project, ensuring compliance and clarity.
Feb 26, 2025, 10:06 PM UTC
The document outlines the amendment to the solicitation number 75H70125R00021 for the Crow/Northern Cheyenne Hospital Sewer Rehabilitation project. It emphasizes the process for offerors to acknowledge receipt of the amendment and details critical changes, including updates to new clauses and responses to offeror questions. The amendment extends the deadline for offer submission and specifies requirements for proposals to promote procurement efficiency. Key elements include the technical proposal components, the required focus on past experience and performance, and a clear stipulation that online registration in the System for Award Management (SAM) is mandatory. Furthermore, it directs offerors to familiarize themselves with the site conditions and provides guidance on proposal formatting, emphasizing the separation of technical and price proposals. Compliance with updated labor standards and affirmative action requirements are vital for all contractors involved. Collectively, these stipulations aim to ensure contractor qualifications and project success within federal and tribal guidelines.
Feb 26, 2025, 10:06 PM UTC
The document outlines plans for plumbing and ventilation systems at a facility, detailing various main lines, lat lines, and risers across different floors. It includes specifications for both high-temperature and standard liners, along with counts for different types of fixtures such as toilets and wall openings. Key areas include Main A, B, and C on both the lower and upper floors, highlighting the quantities and dimensions of piping and fittings required. Additionally, it indicates connections, calls, and various other components crucial for the construction and installation processes. The detailed measurements and components suggest the document serves as a technical guideline for contractors involved in government-related projects, ensuring compliance with regulations. Its meticulous structure and inventory points to the intent to facilitate accurate bidding and compliance with federal, state, and local requirements in plumbing and construction projects.
The document presents a comprehensive assessment of the sewer and rainwater infrastructure at the Crow/Northern Cheyenne Hospital in Crow Agency, MT, conducted by NuFlow Technologies. It details the findings from a series of inspections performed between July 16 and July 31, 2024, on various building pipes and drains using closed-circuit television (CCTV) technology. The inspections revealed significant conditions, including heavy sludge buildup, cracks, heavy grease buildup, and instances of scale buildup affecting the functionality of both sanitary and stormwater systems. Key findings show varying levels of pipe conditions, primarily ranging from 1 to 4, with specific locations noted for cleanouts, structural integrity issues, and obstructions that could hinder efficient drainage. The document emphasizes the necessity for repair and maintenance to ensure compliance with health and safety standards. Each inspection report includes comments on the materials used, points of access to the drainage systems, and additional details pertinent to future repair work. Overall, the file serves as critical documentation guiding potential repairs or upgrades to the infrastructure, supporting the hospital's operational efficiency and safety compliance.
Feb 26, 2025, 10:06 PM UTC
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
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.
BLACKFEET HOSPITAL CT ROOM RENOVATION
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the renovation of the CT Room at the Blackfeet Hospital located in Browning, Montana. The project aims to upgrade the existing CT scan room and family room to accommodate a new 128-slice CT scan unit, ensuring compliance with the 2018 FGI Guidelines and enhancing patient care standards. This construction initiative is critical for improving healthcare infrastructure in underserved regions and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), with an estimated contract value between $500,000 and $1,000,000. Interested contractors must submit their proposals by May 30, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
Contractor shall furnish and install a water service line for R. Smith #4420 in Pawhuska, OK (Osage, Co.) in accordance with the statement of work and drawing.
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water service line for R. Smith 4420 in Pawhuska, Oklahoma. The procurement is a Buy Indian set-aside, requiring compliance with specific technical specifications and the submission of a firm price quote, relevant past performance examples, and an Indian Economic Enterprise Representation Form. This project is crucial for enhancing local water infrastructure and is estimated to cost less than $50,000, with a performance period of 60 calendar days from the award date. Interested parties must submit their quotes by April 21, 2025, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.
Water Service Line Sapulpa, OK
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for the installation of a water service line in Sapulpa, Oklahoma, under Request for Quotes RFQ1511724. The project requires contractors to furnish and install a water service line in accordance with specified materials and construction standards, with a performance period of 60 calendar days from the Notice to Proceed. This procurement is set aside for Indian Economic Enterprises, emphasizing the importance of supporting Indian-owned businesses in federal contracting. Interested contractors must submit their quotes by April 25, 2025, and can direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov, with an estimated award amount under $25,000.
Billings Area (Poplar, MT / Pryor, MT / Arapahoe, WY) Generator Project
Buyer not available
The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting proposals for the Billings Area Generator Project, which involves the installation of emergency power supply systems at three healthcare facilities located in Poplar, MT; Pryor, MT; and Arapahoe, WY. The primary objective of this procurement is to provide a reliable backup emergency power source capable of supporting essential medical equipment for up to 96 hours during outages, thereby ensuring continuity of care for American Indian and Alaskan Native communities. This project is classified as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and proposals are due by May 23, 2025. Interested contractors should direct inquiries to Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
Crow Service Unit Locum Provider Services Sources Sought
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide locum provider services for the Crow Service Unit located in Crow Agency, Montana. This opportunity is aimed at identifying Indian Small Business Economic Enterprises (ISBEEs) and Indian Economic Enterprises (IEEs) capable of fulfilling staffing needs for various medical specialties, including emergency medicine and outpatient care, at the Crow/Northern Cheyenne Hospital. The selected contractors will play a crucial role in delivering healthcare services to the Crow and Northern Cheyenne Tribal communities, ensuring access to essential medical care in a critical access hospital setting. Interested parties must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form to the designated contacts by the specified deadline, with responses due within 7 days of the sources sought announcement.
Samantha DeGoede New Test Well (Mossyrock, WA, Lewis County)
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting quotes for the installation of a new residential drinking water well in Mossyrock, WA, under solicitation number 75H70125Q00024. The project aims to enhance local water accessibility and is set aside exclusively for small businesses, with an estimated construction cost ranging from $25,000 to $100,000. This initiative is critical for ensuring safe drinking water and compliance with health standards, emphasizing the importance of proper water resource management. Interested contractors must submit their quotes electronically by May 15, 2025, to Colleen Henry at colleen.henry@ihs.gov, and are encouraged to review all attached documents for detailed requirements and specifications.
Garrett Hull OSS (Makah)
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting quotes for the construction of an on-site septic system (OSS) for the Garrett Hull project located in Clallam Bay, Washington. This project, designated as a Total Small Business Set-Aside under NAICS Code 237110, involves the installation of an advanced OSCAR XO2-360 septic system, which includes various components such as treatment tanks, pump tanks, and a sand mound drain field, with an estimated construction cost between $25,000 and $100,000. The successful contractor will be responsible for all labor and materials, ensuring compliance with local regulations and federal standards, with a project completion timeline of 45 calendar days following the Notice to Proceed. Interested contractors should direct inquiries to Robert S. Miller at robert.miller2@ihs.gov, and submit sealed bids by April 17, 2025, at 2:00 PM CST.
Water and Wastewater Systems Rehabilitation Services, Holton, KS
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for water and wastewater systems rehabilitation services in Holton, Kansas. The procurement, designated as Request for Quotes (RFQ) 246-25-Q-0048, requires contractors to furnish and install essential water and wastewater systems at a specified location, adhering to the provided statement of work and drawings. This project is crucial for maintaining and upgrading local water infrastructure, ensuring compliance with federal regulations and environmental standards. Interested Indian-owned businesses must submit their quotes by April 22, 2025, with an estimated award amount of less than $25,000; inquiries should be directed to Jeffrey Earnest at jeffrey.earnest@ihs.gov or 405-951-3740.
Wagner Misc. Projects
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Wagner Miscellaneous Projects at the Wagner Indian Health Service Clinic in South Dakota. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and involves various construction tasks, including flooring replacement, exterior improvements, and the installation of propane fuel tanks, with an estimated project magnitude between $250,000 and $500,000. The contract will be awarded based on a Firm Fixed Price (FFP) model, with proposals evaluated using Lowest Price Technically Acceptable (LPTA) criteria, and the period of performance is set for 365 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by April 23, 2025, and are encouraged to contact Thupten Tsering at thupten.tsering@ihs.gov for further inquiries.