Smith Septic System (Squaxin Island)
ID: 75H70124Q000Type: Combined Synopsis/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

CONSTRUCTION OF OTHER UTILITIES (Y1NZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified contractors for the installation of a septic system at a private residence on Squaxin Island in Shelton, Washington. The project involves the construction of an individual advanced treatment septic system, including a 500-gallon aerobic treatment unit, a 1,000-gallon pump chamber, and a subsurface drip system drainfield, all to be completed in compliance with local codes and standards within 45 days of the Notice to Proceed. This initiative is crucial for enhancing sanitation infrastructure on tribal lands, with an estimated project cost between $25,000 and $100,000. Interested small businesses must be registered 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 the official solicitation expected to be released around August 15, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines a construction project for the installation of an individual advanced treatment septic system at a private home owned by a Squaxin Island Tribe member in Mason County, WA. The contractor is required to install specified components including a 500-gallon aerobic treatment unit, a 1,000-gallon pump tank with controls, and subsurface drainfield, according to Mason County’s approved design. The project is under the jurisdiction of Mason County and is governed by local codes, standards, and the Washington Administrative Code regarding on-site sewage systems. The contractor must mobilize, perform construction tasks while ensuring compliance with approved designs, and handle materials appropriately. They also need to attend a pre-construction meeting and provide various submittals including manufacturer’s details and warranties. The total execution time for the project is 45 days from the notice to proceed, emphasizing efficiency and adherence to regulatory guidelines. Contact information for the homeowner and the designated project representative is provided, ensuring streamlined communication throughout the project. This initiative reinforces the government's commitment to developing sanitation infrastructure on tribal lands.
    The document outlines the payment procedures for various construction and installation tasks related to a sewer system project, detailing compensation structures for contractors under a government contract. It sets forth distinct price agreements for each line item within the Bid schedule, including mobilization, solid sewer pipe installation, two-way cleanouts, aerobic treatment units, pump chambers, effluent supply lines, a subsurface drip system, and optional pre-trash tanks. Each item specifies payment terms based on unit prices, and encompasses comprehensive responsibilities such as excavation, backfilling, installation of necessary components, testing, and restoration of disturbed areas. Moreover, it stipulates that payments will only be made for installations meeting the detailed design requirements and excludes certain components unless specified. This document is critical for contractors to understand the financial framework and compliance requirements of government-funded projects, ensuring they adhere to contract stipulations while executing site work.
    The document outlines technical provisions for the excavation, trenching, backfilling, and installation of sewer service lines, individual septic tanks, and lift stations as part of infrastructure projects. It specifies the scope of work, which includes all necessary labor, materials, and equipment, while emphasizing compliance with relevant safety regulations, local and federal standards, and installation guidelines. Key sections describe excavation methods, trench specifics, and safety measures such as shoring and sheeting. Details on backfill material placement, compaction requirements, resurfacing procedures, and restoration of disturbed areas are provided. The document also covers the installation of sewer service lines, including connections, elevations, materials, and cleanout access. Furthermore, it describes septic tank construction, emphasizing the materials, capacities, and necessary inspections. Lift station specifications include pump types, electrical installations, and control systems, ensuring the mechanical components meet operational demands. This document serves as a critical guideline for contractors responding to federal and state RFPs, ensuring compliance with technical standards and safety regulations for wastewater management infrastructure projects. Its structured provisions facilitate efficient project execution while addressing environmental and public health concerns related to sewage disposal and treatment.
    The document outlines multiple residential locations and names in the Lake Limerick area, integrated with references to specific streets and properties such as E Donegal Way, E Tenby Way, and E Aycliffe Drive. It notes various residential developments, including "Walkers Landing" and "Christmas Village," as well as geographical markers such as Oakland Bay and Graham Point. While some elements suggest an interest in community or real estate development, the document lacks a cohesive purpose typical of government RFPs or grant proposals. Instead, it appears more like a collection of geographic or property listings without an explicit context for funding, proposals, or specific projects. As a result, there is an unclear connection to federal grants or RFPs, leaving its intentions ambiguous, possibly indicating preliminary discussions or mapping efforts related to community planning or housing development. Overall, the document presents fragmented information, which may require further clarification or context to fit within a recognizable governmental framework.
    Mason County Public Health & Human Services issued permit SWG2024-00157 for a new on-site sewage system to be installed at 530 E Aycliffe Dr, Shelton, WA. The applicant, Colby Smith, engaged Paula Johnson as the septic designer, and the permit was submitted on April 16, 2024, with approval granted on April 29, 2024. The permitted system includes a three-bedroom NuWater treatment unit along with a subsurface drip distribution system. Key conditions for the permit include adherence to zoning regulations, installation by a certified installer, and obtaining necessary approvals before backfilling system components. An $805 permit fee has been paid, expiring on April 18, 2027. Designers must submit relevant sketches and reports, maintaining compliance with state and local regulations. Installation specifics involve various technical parameters such as a daily flow of 360 gallons, sand-lined drainfield specifications, and an approved manifold configuration. Notably, precautions against site condition changes post-approval are emphasized. The document serves as a comprehensive guide for ensuring compliance and proper installation of on-site sewage systems, contributing to public health and environmental safety in the region.
    The document outlines wage determinations for heavy construction projects, specifically focused on Mason County, Washington, and highlighting requirements under the Davis-Bacon Act. It clarifies minimum wage levels based on recent Executive Orders, specifying rates applicable to contracts entered after certain dates. For contracts effective from January 30, 2022, a minimum wage of $17.20 per hour is mandated, while prior agreements not renewed post-date require at least $12.90 per hour. Workers must receive hourly wages alongside fringe benefits across various construction classifications, including carpenters, electricians, power equipment operators, and laborers, with rates adjusted based on geographical zone pay differentials. The document also describes the process for wage determination appeals and emphasizes compliance with additional labor standards, including paid sick leave requirements established under Executive Order 13706. Overall, this information is critical for compliance in federal grants and contract bidding processes, ensuring that workers receive fair wages in publicly funded construction projects.
    This Pre-Solicitation Notice, Solicitation 75H70124Q00041, outlines a construction project by the Indian Health Service (IHS) for installing a septic system for a private residence in Mason County, WA. This project is designated as a Total Small Business Set-Aside under NAICS code 237110, with a size standard for small businesses being an average annual revenue of less than $45 million. The Government expects to release the official solicitation around August 15, 2024, with quotes due 30 days post issuance. The scope involves a subsurface drip system drainfield, aerobic treatment unit, and necessary plumbing components. The contractor is responsible for obtaining all necessary permits. The project, anticipated to cost between $25,000 and $100,000, has a performance duration of 45 days after the Notice to Proceed. Offerors must be registered in the System for Award Management (SAM) to be eligible for the award, and the solicitation will be made available online, as no hard copies will be distributed. This notice serves only as informational; interested parties should frequently check for updates on SAM and the announcement of the formal solicitation.
    The document outlines the solicitation for the "Smith Septic System" project on Squaxin Island, initiated by the Indian Health Service (IHS) as Solicitation No. 75H70124Q00041. The project aims to install a septic system at the specified location in Shelton, Washington, with an estimated construction cost between $25,000 and $100,000. It is set as a 100% small business set-aside under NAICS code 237110, focusing on water and sewer line construction. The contractor must complete the work within 45 calendar days following the Notice to Proceed. Key requirements include submission of a performance bond, adherence to Davis-Bacon wage determinations, and adherence to a strict timeline for inquiry and submission of offers. The document specifies details regarding site visits, bid guarantees (not required), and obligations regarding safety, environment, subcontracting, and insurance. It emphasizes the importance of communication between contractors and the IHS, and outlines necessary paperwork for payment and contract management, indicating that no oral agreements are binding unless confirmed in writing by the contracting officer. This solicitation reflects the government’s structured procurement approach for public construction projects, emphasizing accountability and compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Construct a Wastewater Lagoon System
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to construct a wastewater lagoon system. This system will be used for sewage and waste facilities. The procurement is a combined synopsis/solicitation under the Buy Indian Set-Aside program. The contractor will be responsible for furnishing and installing the wastewater lagoon system according to the provided drawing and statement of work. The project has a performance period of 60 calendar days from the Notice to Proceed. Interested parties must submit their quotes by February 2, 2024. The quotes can be submitted via email or in a sealed envelope to the designated office. The evaluation of quotes will be based on price and technical acceptability. The award will be given to the responsible and responsive offeror with the lowest reasonable price and meeting all technical specifications.
    Y--WY-JACKSON NFH-SEPTIC SYSTEM
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting bids for the construction of a 2000-gallon, 3-stage concrete septic system at the Jackson National Fish Hatchery in Wyoming. The project aims to enhance waste management services for the Volunteer Complex, which includes RV pads and a volunteer bunkhouse, in compliance with federal and local regulations. This initiative is critical for maintaining public health standards and supporting environmental preservation efforts at the hatchery site. Interested contractors must submit their proposals, including all required documentation, by September 19, 2024, at 5:00 PM EDT, and are encouraged to contact John Ferrall at johnferrall@fws.gov for further information.
    Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the renovation of the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota, to achieve compliance with USP regulations. The project encompasses a range of construction activities, including demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, all while ensuring minimal disruption to hospital operations. This initiative is crucial for enhancing healthcare infrastructure in underserved communities, reflecting the government's commitment to improving health services. Proposals are due by September 30, 2024, at 2:00 PM CT, and interested contractors should direct inquiries to Shaukat Syed at shaukat.syed@ihs.gov or call 214-767-3934.
    Water Service Line Extension, Four Homes Yukon, OK
    Active
    Health And Human Services, Department Of
    The Indian Health Service, under the Department of Health and Human Services, is seeking qualified contractors for the installation of a water service line extension to serve four homes in Yukon, Oklahoma. The project requires the contractor to furnish and install approximately 2,732 linear feet of 4-inch and 216 linear feet of 8-inch water main, adhering to specific technical specifications and compliance with the Davis-Bacon Act for wage determinations. This procurement is a 100% Indian Owned set-aside under NAICS code 237110, with an estimated contract value between $100,000 and $250,000, and the period of performance is set for 90 calendar days from the Notice to Proceed. Interested parties must submit their quotes by September 16, 2024, and can direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Sean Long at sean.long@ihs.gov.
    The Great Plains Area Indian Health Service (IHS) intends to award a Firm-Fixed Price, Commercial Item, Purchase Order in response to Request for Quote forEnvironmental Site Assessment (ESA) & Hazard Material Asbestos Survey (HMAS) – Rosebud, SD
    Active
    Health And Human Services, Department Of
    The Great Plains Area Indian Health Service (IHS) is soliciting quotes for a Firm-Fixed Price Purchase Order for an Environmental Site Assessment (ESA) and Hazardous Materials Asbestos Survey (HMAS) in Rosebud, South Dakota. The objective of this procurement is to identify potential environmental hazards through inspections, sample collection, and laboratory testing, while ensuring compliance with federal standards. This project is particularly significant as it underscores the IHS's commitment to environmental health and safety, and it is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE). Interested contractors must submit their bids electronically by September 18, 2024, and can direct inquiries to DeAnne Dolphus at deanne.dolphus@ihs.gov or by phone at 605-225-7272.
    Taos Picuris Service Unit Water Meter Replacement
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for water meter replacement services at the Taos Picuris Service Unit in Taos, New Mexico. The project requires a contractor to remove and replace existing potable water system piping while adhering to all relevant regulations, with a focus on minimizing disruption at the health center. This procurement is crucial for maintaining public health infrastructure and ensuring compliance with safety standards. Interested parties must submit their proposals by email to Eric Wright at eric.wright@ihs.gov by 12:00 pm MST on September 27, 2024, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Pine Ridge Radiology Upgrades
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is soliciting proposals for the Pine Ridge Radiology Upgrades project located in Pine Ridge, South Dakota, under solicitation number 75H70124R00054. The project entails comprehensive renovations to the radiology department, including the removal and replacement of casework, countertops, flooring, ceiling tiles, and lighting, along with necessary electrical and plumbing upgrades. This initiative is crucial for modernizing healthcare facilities in Native American communities, ensuring compliance with current healthcare standards and technologies. The contract is a 100% Small Business Set Aside, with an estimated value between $250,000 and $500,000, and proposals are due electronically by the specified deadline. Interested contractors should direct inquiries to Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Whiteriver HVAC Upgrades & USP 797-800 Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Whiteriver HVAC Upgrades and USP 797-800 Compliance project at the Whiteriver Indian Hospital in Arizona. The project aims to renovate existing HVAC systems to meet compliance standards for operating rooms, dental clinics, and inpatient pharmacies, ensuring adherence to United States Pharmacopeia standards. This initiative is critical for enhancing healthcare facility infrastructure and ensuring patient safety in compliance with federal regulations. Proposals are due by September 16, 2024, and interested contractors should contact Kelly Britton at kelly.britton@ihs.gov for further details.
    P--Environ. Sampling and Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is preparing to solicit proposals for Environmental Sampling and Remediation Services under a National Multiple Award Environmental Remediation Services IDIQ Contract, specifically targeting Indian-owned Small Business Economic Enterprises (ISBEEs). The procurement aims to award approximately three Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total maximum value of $45 million over a five-year period, to qualified contractors who will conduct environmental assessments, develop remediation plans, and execute remediation on properties owned by the BIA and other Department of the Interior (DOI) agencies across various locations in the United States. Interested ISBEEs must have a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) to participate, with the formal solicitation expected to be issued around September 23, 2024. For further inquiries, interested parties can contact Lara Wood at lara.wood@bia.gov.
    OR CABINET PROJECT IHS1497470
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking quotes for the procurement of endoscope drying cabinets as part of RFQ IHS1497470. The objective is to acquire ten Steris model cabinets that comply with updated HEPA filter and air circulation guidelines, which are essential for enhancing operational efficiency and ensuring patient safety in healthcare facilities. This procurement is critical as the current equipment has been flagged for not meeting necessary standards, and the new cabinets will improve the reprocessing cycle and reduce germ growth risks. Interested vendors must submit their written quotes by August 16, 2024, at 4:30 PM CST to Randy Nevills at miranda.nevills@ihs.gov, ensuring compliance with all specified requirements and registration in the System for Award Management (SAM).