Contractor shall furnish and install a water service line for K. Paakkonen #6702 in Okemah, OK (Okfuskee Co.) in accordance with the statement of work and drawing.
ID: RFQIHS1509217Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEOK CITY AREA INDIAN HEALTH SVCOKLAHOMA CITY, OK, 73114, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 10:00 PM UTC
Description

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 K. Paakkonen #6702 in Okemah, Oklahoma. The project requires compliance with a detailed statement of work and associated drawings, focusing on the installation of polyethylene water service lines and adherence to local regulations. This procurement is exclusively set aside for Indian-owned businesses under the Buy Indian Act, with a contract value estimated at less than $25,000 and a performance period of 60 calendar days from the award date. Interested parties must submit their quotes by April 9, 2025, and direct any inquiries to Noleen Powell at noleen.powell@ihs.gov by April 4, 2025.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 3:04 AM UTC
Apr 1, 2025, 3:04 AM UTC
The document details a Request for Proposal (RFP) for water service connection and line installation at the Okmulgee Office of Environmental Health & Engineering in Okemah, Oklahoma. The project involves the installation of 950 linear feet of 2-inch DR 11 polyethylene water service line along with fittings, and one isolation valve with associated valve box. Bidders are required to submit proposals for all items listed in all schedules to be eligible for contract awards. This RFP highlights the importance of comprehensive bidding in government projects, ensuring that all elements of the service connection are addressed to meet regulatory standards and operational needs.
Apr 1, 2025, 3:04 AM UTC
The document outlines terms and conditions for federal contracting, particularly addressing clauses incorporated by reference. It lists numerous Federal Acquisition Regulation (FAR) clauses, their titles, and effective dates, which govern various aspects of contracts, including contractor responsibilities, labor standards, and compliance with regulations. Key themes include identity verification for contractor personnel, requirements for small business classifications based on North American Industry Classification System (NAICS) codes, and stipulations on wage rates and payment practices. Specific clauses also address environmental concerns, like compliance with greenhouse gas emission laws, as well as provisions for site visits during construction work. Emphasis is placed on the necessity for contractors to maintain updated representations and certifications in the System for Award Management (SAM), ensuring that contract compliance aligns with current federal standards. The detailed layout of incorporated clauses and conditions serves to minimize ambiguities and ensure adherence to federal regulations within the context of government RFPs and grants. Overall, the document serves as a comprehensive guide for contractors to follow during federal solicitation processes.
Apr 1, 2025, 3:04 AM UTC
The document outlines a Request for Quotes (RFQ) by the Indian Health Service (IHS) for the installation of a water service line, designated as RFQ IHS1509217. This procurement is exclusively for Indian-owned businesses under NAICS code 237110 with a size limit of $45 million. The project entails a 60-day completion requirement and is valued under $25,000, with quotes due by April 9, 2025. Notably, there will be no site visit, and inquiries must be submitted by April 4, 2025. Submissions must include a firm fixed-price quote, compliance with the statement of work, past performance evidence, and the Indian Economic Enterprise Representation Form. Evaluation will rank quotes based on price, followed by technical acceptability, with the initial focus on the lowest bid. The contract will be awarded to the most responsive offeror complying with all specifications at the lowest reasonable price, emphasizing the importance of thorough documentation to support the proposal. Overall, the summary encapsulates the key elements of the solicitation process, requirements for submission, evaluation criteria, and the commitment to ensure that the process supports Indian-owned enterprises while meeting safety and performance standards.
Apr 1, 2025, 3:04 AM UTC
The Department of Health & Human Services' Indian Health Service outlines requirements for Offerors responding to solicitations under the Buy Indian Act. This document stipulates that Offerors must self-certify their status as an “Indian Economic Enterprise,” defined by legal criteria, at the time of offering, contract award, and throughout the contract duration. If any conditions change affecting eligibility, the contractor must inform the Contracting Officer promptly. Offerors are also required to register with the System of Award Management (SAM). The document warns against submitting false information, which may lead to legal consequences. The form includes sections for key identification details, including ownership verification and tribal affiliation, requiring signatures to validate the claims made. This solicitation emphasizes compliance with the Buy Indian Act to support native enterprises in federal contracting.
Apr 1, 2025, 3:04 AM UTC
The document discusses various Request for Proposals (RFPs) and federal grants relevant to state and local government entities. It outlines the objectives that potential applicants must address, which may include project goals, eligibility requirements, and the evaluation criteria that will be used to assess submissions. This includes a focus on community impact, budgetary considerations, and adherence to regulatory standards. Key details pertaining to application deadlines and necessary documentation are also highlighted, emphasizing the structured process intended to foster transparency and accountability in the funding allocation. The overarching purpose of the document is to inform and facilitate the structured solicitation of proposals aimed at enhancing infrastructure, social services, or community development initiatives, thereby ensuring efficient use of public resources. By identifying precise needs and aligning funding opportunities with intended outcomes, the government aims to support projects that benefit local populations and adhere to federal guidelines.
Apr 1, 2025, 3:04 AM UTC
This document represents a Request for Quotation (RFQ) from the Indian Health Service for the installation of a water service line, valued at less than $25,000. The RFQ outlines the Contractor's responsibilities, which include compliance with the attached statement of work and associated drawings. Important contractual details include the incorporation of the Davis-Bacon General Wage Decision and applicable FAR clauses. The request aims to solicit quotes by April 9, 2025, emphasizing domestic supplies unless otherwise stated. The submission process requires the quoter's details and signatures, reinforcing that this is not a commitment by the government to pay costs associated with the quote preparation. The document serves as an invitation for companies to provide quotes for specified services, which will adhere to federal regulations and guidelines while ensuring compliance with relevant wage laws and conditions.
Apr 1, 2025, 3:04 AM UTC
The document outlines the Statement of Work for the installation of water service lines at a specified location in Okemah, Oklahoma. It details the contractor's responsibilities, including the provision and installation of polyethylene water service lines, adherence to specific standards, and consideration for surrounding utilities. Key elements include construction scheduling, installation requirements, materials to be used, and warranty obligations. The installation must follow strict procedures regarding trench depth, backfilling, and testing for leaks, ensuring compliance with local regulations. The contractor is required to notify the Project Oversight three days prior to work, and work hours are limited to weekdays. A one-year warranty on labor and materials is mandated, while careful attention is required to maintain the integrity of existing structures and fencing during construction. This document serves as a critical reference for contractors bidding on federal, state, or local requests for proposals (RFPs) concerning water service infrastructure projects, emphasizing compliance with specified standards and proper project management protocols to fulfill government mandates.
Similar Opportunities
Water Service Line Mayetta, KS
Buyer not available
The Indian Health Service, part of the Department of Health and Human Services, is seeking qualified contractors for the installation of a water service line in Mayetta, Kansas. The project involves furnishing and installing a 2 ½-inch water service line at a specified location, with a performance period of 90 calendar days from the Notice to Proceed. This procurement is a total small business set-aside under NAICS code 237110, with an estimated award amount of less than $25,000, emphasizing the importance of compliance with federal labor standards as outlined in the Davis-Bacon Act. Interested contractors must submit their quotes by May 1, 2025, and direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
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 qualified contractors to provide water and wastewater systems rehabilitation services in Holton, Kansas. The project involves the installation of new infrastructure, including a pump, pressure tank, wastewater lift station, and the abandonment of existing systems, all in accordance with the provided Statement of Work and associated drawings. This initiative is part of a broader effort to enhance public health and environmental safety through improved infrastructure, with an estimated contract value of less than $25,000. Interested parties must submit their quotes by May 9, 2025, and can direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
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.
(Buy-Indian) Sources Sought: Water Softener Installation
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources for the installation of a new water softener and reverse osmosis unit at the Parker Indian Health Care Center in Arizona. The project involves removing an outdated water softener that currently fails to adequately treat water, which is critical for sterilization equipment, and replacing it with a duplex water softener and a comprehensive RO system. This initiative is vital for ensuring high-quality water treatment, which is essential for patient care and the protection of medical equipment. Interested contractors must respond by April 30, 2025, with detailed qualifications and capability statements, and are encouraged to contact Kenneth Nicholson at kenneth.nicholson@ihs.gov for further information.
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.
Stephan Booster Station & WM Replace
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the replacement of the Stephan Booster Station and approximately 9,900 linear feet of water main in Chamberlain, South Dakota. The project aims to enhance water service reliability for the local community by removing and replacing existing infrastructure, with a construction magnitude estimated between $1,000,000 and $5,000,000. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed-Price contract, following a Request for Proposal (RFP) process with Lowest Price Technically Acceptable (LPTA) evaluation criteria. Interested parties should contact Daniel Cotto at daniel.cotto@ihs.gov or 240-461-7841 for further details, and must ensure registration in the System for Award Management (SAM) to be eligible for award consideration.
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.
EDR LICENSE AND SUPPORT - CLINTON IHS
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide Electronic Dental Records Licensure and Support for Dentrix Enterprise in Clinton, Oklahoma. This Sources Sought notice aims to identify capable vendors who can demonstrate their experience and ability to fulfill the requirements outlined, emphasizing the importance of tailored capability statements over generic submissions. Interested parties must submit their responses, including a completed Buy Indian Act Indian Economic Enterprise Representation Form, to the Contract Specialist, Ronay Burns, via email by 10:00 AM CST on April 29, 2025, with a maximum submission length of five pages.
SOURCES SOUGHT: Treatment of Closed Loop Water System
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources for water treatment and analysis services for closed loop cooling systems at the Kayenta Service Unit in Arizona. This sources sought notice aims to conduct market research to identify potential contractors capable of fulfilling this requirement, which falls under the NAICS code 221310 for Water Supply and Irrigation Systems. Interested parties are encouraged to submit their qualifications, including company profiles and capability statements, by May 4, 2025, to Flora Washington at flora.washington@ihs.gov. It is important to note that this is not a solicitation, and all submissions must comply with the requirements outlined in the IHS IEE Representation Form for those claiming Indian ownership status.
Claremore Indian Hospital AHU 3 and 4 Replacements
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the replacement of air handling units (AHUs) 3 and 4 at the Claremore Indian Hospital in Oklahoma. The project involves comprehensive construction services, including the removal and replacement of outdated equipment, installation of modern systems, and compliance with safety and environmental regulations, particularly concerning asbestos abatement. This procurement is significant for enhancing healthcare infrastructure and ensuring compliance with current standards, with a contract value estimated between $1 million and $5 million. Interested contractors must submit their proposals by May 1, 2025, following a mandatory site visit on March 26, 2025, and can direct inquiries to Taylor Kanthack at taylor.kanthack@ihs.gov or by phone at 240-478-1501.