Crow/Northern Cheyenne Hospital Sewer Rehabilitation
ID: 75H70125R00021Type: Solicitation
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

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
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 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.

    Point(s) of Contact
    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 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
    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.
    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.
    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 Community Hospital in Browning, Montana. The project aims to enhance critical medical facilities, including security and family consult rooms, with an estimated construction magnitude between $500,000 and $1,000,000, and is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs). This initiative underscores the federal government's commitment to improving healthcare infrastructure in underserved regions, ensuring compliance with rigorous federal regulations regarding labor, safety, and construction standards. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit on February 11, 2025, and can direct inquiries to Taylor Kanthack at taylor.kanthack@ihs.gov or by phone at 240-478-1501.
    Cheyenne River CT Renovation
    Buyer not available
    The Indian Health Service, under the Department of Health and Human Services, is soliciting proposals for the renovation of the Cheyenne River Health Center located in Eagle Butte, South Dakota. This project, designated under Solicitation Number 75H70125Q00006, is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to renovate the radiology department to accommodate new CT equipment, with an estimated construction cost between $25,000 and $100,000 and a performance duration of 120 days post-notice to proceed. The renovation includes demolition, installation of new medical equipment, and compliance with health and safety regulations, including the Davis-Bacon wage determinations. Interested contractors should contact Thupten Tsering at Thupten.Tsering@ihs.gov or 206-615-2452 for further details.
    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.
    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.
    Pueblo Pintado Health Center Construction
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the construction of the Pueblo Pintado Health Center in Crownpoint, New Mexico. This project involves the construction of a 125,884 square foot facility aimed at enhancing healthcare services for approximately 6,000 American Indian and Alaskan Native residents, with a construction magnitude expected to exceed $10 million. The procurement emphasizes compliance with local regulations, safety standards, and environmental considerations, ensuring the facility meets the healthcare needs of the community while adhering to federal guidelines. Proposals are due by March 7, 2025, following a pre-proposal conference on January 23, 2025, and interested contractors can contact Matt D Sanders at matt.sanders@ihs.gov for further information.
    Roof Replacement at Little Shell Tribal Health Clinic, Great Falls, Montana
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the roof replacement project at the Little Shell Tribal Health Clinic located in Great Falls, Montana. This procurement is set aside for small businesses and aims to ensure the clinic's infrastructure is secure and functional, which is vital for providing health services to the community. The project falls under the NAICS code 238160 for Roofing Contractors and the PSC code Y1DA for the construction of hospitals and infirmaries. Interested parties can reach out to Lisa Menken at Lisa.Menken@ihs.gov or Jenny Scroggins at jenny.scroggins@ihs.gov for further details regarding the solicitation process.
    Surveying, Engineering Technician, and Construction Inspection Services for the Northern District of the Nashville Area Office
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified small businesses to provide surveying, engineering technician, and construction inspection services for sanitation facility projects in the Northern District of the Nashville Area Office. The procurement includes a range of services such as engineering support, surveying, and construction inspection, with a focus on projects located within New York's Indian Nation territories. This contract is crucial for ensuring the successful execution of infrastructure projects that support public health and sanitation needs. Interested parties should contact Paul Carr at paul.carr@ihs.gov or 615-467-1567 for further details, and proposals must adhere to federal acquisition regulations, including compliance with wage determinations and labor standards.
    Billings Area (Poplar, MT / Pryor, MT / Arapahoe, WY) Generator Project
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Billings Area Generator Project, which will take place in Poplar, Montana, as well as Pryor, Montana, and Arapahoe, Wyoming. This procurement is categorized as a Sources Sought notice and aims to identify contractors capable of providing generator installation services, which are crucial for ensuring reliable power supply to healthcare facilities in these areas. The project falls under the NAICS code 238290, focusing on Other Building Equipment Contractors, and is vital for enhancing the operational capacity of health services provided to the local communities. Interested parties should contact Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information, and must ensure compliance with the Buy Indian Act by submitting the Indian Economic Enterprise Representation Form as part of their response.