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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    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.
    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.
    Contractor shall furnish and install a water line extension for SR#6139 and SR#6734 in Bixby, OK (Tulsa Co.) in accordance with the attached Statement of Work and drawings.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water line extension for State Routes 6139 and 6734 in Bixby, Oklahoma. The project involves the installation of approximately 200 linear feet of 8-inch C900 DR14 PVC water main line and associated appurtenances, with a completion timeline of 90 calendar days from the Notice to Proceed. This procurement is a 100% Indian-owned set-aside under NAICS code 237110, with an estimated contract value between $25,000 and $100,000, emphasizing the importance of compliance with local and federal standards for water supply facilities. Interested contractors must submit their quotes by January 5, 2026, and are encouraged to contact Noleen Powell at noleen.powell@ihs.gov for further details and clarification.
    BFSU Trash Removal Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a sole source contract for trash removal services to Blackfeet Solid Waste for the Blackfeet Service Unit in Browning, Montana. The contract will cover essential waste management services for the year 2025, from January 1 to December 31, at both the Blackfeet Service Unit and the Heart Butte Clinic. This procurement is crucial for maintaining public health standards through effective waste disposal in the community. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov or by phone at 406-338-6452 within seven days of this notice, with the contract valued at $54,440.00.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new rooftop unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    Firm-Fixed-Price Hillrom Centrella Beds for CRHC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a firm-fixed-price contract to purchase two Centrella Hillrom beds for the Cheyenne River Health Center located in Eagle Butte, South Dakota. This procurement is a 100% Small Business Set-Aside under NAICS Code 339112, focusing on the acquisition of new medical equipment to enhance patient care and operational efficiency at the health center. Proposals must be submitted by January 14, 2025, at 2:00 PM CT, and should include comprehensive details such as technical descriptions, pricing, and past performance information. Interested vendors should direct inquiries to Mona Weinman at mona.weinman@ihs.gov, and ensure compliance with registration requirements at SAM.gov and the use of the Invoice Processing Platform for invoicing.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Sources Sought - FYSU Water Management Plan Development, Maintenance, Verification, and Legionella Testing Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide comprehensive Water Management Plan (WMP) development, maintenance, verification, and Legionella testing services for the Fort Yuma Health Center (FYHC) in California. The contractor will be responsible for creating a facility-wide WMP that adheres to ANSI/ASHRAE Standard 188, CMS QSO 17-30, and CDC guidance, which includes ongoing maintenance, quarterly and semi-annual verification visits, and routine water sampling for Legionella, heterotrophic plate count (HPC), and E. coli. This initiative is crucial for ensuring the safety and compliance of the health center's water systems, thereby protecting public health. Interested vendors must respond with their qualifications, including company details and IEE status, to Minkyu Kim at minkyu.kim@ihs.gov, as this is a sources sought notice aimed at market research and compliance with the Buy Indian Act.
    Pine Ridge Multi Phase Door Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi Phase Door Replacement project located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed Price contract, with a performance period of 270 calendar days following the issuance of a Notice to Proceed. Proposals are due electronically by 2 PM Pacific Time on January 6, 2026, and interested parties should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or call 206-615-2452.