Residential Water service Line Quapaw, OK
ID: 246-25-Q-0059Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEINDIAN HEALTH SERVICEPORTLAND, OR, 97209, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)

Set Aside

Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services) (IEE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the installation of a residential water service line in Quapaw, Oklahoma, under the Request for Quotes (RFQ) number 246-25-Q-0059. The project involves furnishing and installing a 600-foot water service line made of 1.5-inch HDPE DR11 material, 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 providing essential public infrastructure services. Interested vendors must submit their quotes by May 9, 2025, with an estimated award amount under $15,000. For further inquiries, potential bidders can contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.

    Files
    Title
    Posted
    This document outlines additional provisions, terms, and conditions applicable to government contracts, specifically referencing various Federal Acquisition Regulation (FAR) clauses. It includes clauses related to contractor personnel identification, maintenance of the System for Award Management, submission processes for bids, and labor standards compliance, among others. The document stipulates specific representations and certifications required from contractors, particularly around small business status and compliance with federal labor regulations. Key aspects involve enforcement of labor standards, compliance with privacy regulations, and obligations related to contract performance. Notably, the text includes instructions for contractors regarding site visit protocols and clarifies contacting officials for arrangement purposes. Additionally, there are guidelines on handling excusable delays, assessing contract terminations, and warranties. This document is integral for ensuring that contractors understand compliance requirements for federal and state contracts, signifying a structured approach intended to promote fair practices and accountability within the procurement process. Overall, it serves as a comprehensive reference guide for prospective contractors engaged with government entities.
    The Indian Health Service's Buy Indian Act Representation Form is a self-certification document for businesses seeking contracts under the Buy Indian Act. It stipulates that to qualify as an "Indian Economic Enterprise," firms must demonstrate Indian ownership and maintain eligibility at the time of proposal submission, contract award, and throughout the contract's duration. Businesses are required to notify the Contracting Officer if they become ineligible at any point. Additionally, successful Offerors must be registered with the System of Award Management (SAM). The form highlights that any false information provided can lead to legal consequences under U.S. law. This document reinforces compliance and integrity in the contracting process for federal opportunities prioritizing Indian-owned enterprises.
    The document outlines a proposed infrastructure project for a residential property, specifically detailing installations related to water and septic systems. It specifies the installation of a 1,000-gallon capacity septic tank, including 625 feet of lateral lines positioned at 8 feet on center, while adhering to the Oklahoma Department of Environmental Quality (ODEQ) standards. The design incorporates a necessary connection to home plumbing. Additionally, the project involves installing a 600-foot water service line made of 1.5-inch HDPE DR11 material, aiming to connect from the water meter to the home's existing stub-out while avoiding existing underground utilities and maintaining proper offsets from the drainfield. This proposal highlights considerations for site contouring and the safety measures necessary for effective system implementation. Overall, it reflects regulatory compliance and practical solutions for effective residential water and sewage management.
    The document outlines the General Decision Number OK20250062 concerning wage determinations for construction projects in Ottawa County, Oklahoma. It emphasizes compliance with the Davis-Bacon Act and applicable Executive Orders requiring specified minimum wage rates for contractors and subcontractors. For contracts initiated or renewed after January 30, 2022, workers must receive at least $17.75 per hour as per Executive Order 14026; for contracts awarded prior, the rate aligns with Executive Order 13658 at $13.30 per hour. The document details specific wage rates and fringe benefits for various trades, including boilermakers, electricians, and ironworkers, along with guidelines for worker protections, such as paid sick leave under Executive Order 13706. It also describes the appeals process for wage determinations, clarifying how interested parties can contest initial decisions through the Wage and Hour Division of the U.S. Department of Labor. Overall, this file serves as a crucial resource for contractors involved in federally funded projects, providing essential wage rates and legal requirements to ensure compliance with federal labor standards.
    This Request for Quotation (RFQ) is issued for the supply and installation of a residential water service line at Miami OEH&E, Oklahoma, under the request number 246-25-Q-0059. The RFQ, dated April 24, 2025, outlines the necessary provisions and conditions for potential contractors, including excluded offers from Indian-owned businesses. Suppliers must submit their quotations by May 9, 2025. The project scope includes a detailed statement of work and accompanying drawings, while adhering to the Davis Bacon General Wage Decision for fair labor standards. Relevant Federal Acquisition Regulation (FAR) clauses are incorporated into the RFQ, establishing compliance requirements. Interested vendors are encouraged to conduct a site visit to understand the project requirements better. This RFQ serves as an invitation for further information, seeking competitive bids for the described project without imposing obligations on the government until a contract is formalized. Overall, it emphasizes the government’s initiative to procure essential public infrastructure services through a transparent bidding process.
    The document outlines the specifications and requirements for the installation of a residential water service line at a specified location in Quapaw, Oklahoma. It details the contractor's responsibilities, including the installation of 1-inch to 3-inch diameter polyethylene (PE) pipes, fittings, and valves in accordance with established standards. Key elements include a construction schedule mandating notifications to the Project Oversight, a warranty provision of at least one year, and specific guidance for materials and installation procedures. The project emphasizes maintaining appropriate separations between water and sewer lines, trench specifications, and thorough inspection practices. Installation should provide sufficient support and compactness around the pipes, with testing required for leaks before backfilling. Upon completion, the contractor must restore the site as close to its original state as possible. This document serves as an essential guide for contractors participating in the federal or state-funded project, ensuring compliance with local regulations and quality standards for municipal water infrastructure improvement.
    The document is a Request for Bid (RFB) from the Miami OEHE Field Office concerning the installation of a 1.5" HDPE DR11 water service line. The bid includes furnishing and installing 600 linear feet of water service line, connecting it to an existing water meter, and linking it to home plumbing. The contractor is required to notify project oversight 24 hours before work begins, and all tasks must comply with established specifications and drawings. Payments will be based on the actual quantities installed. Contractors must indicate their intent to bid or decline and provide their proposed project start and end dates, along with an authorized signature. This request illustrates government efforts to secure local contractors for essential public utility infrastructure, aligning with regulatory and operational requirements necessary for project execution.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Zuni Quarters Sewer Improvement Project,
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is preparing to solicit proposals for the Zuni Quarters Sewer Improvement Project located in Zuni, New Mexico. This project involves the reconstruction of sewer lines, including demolition and replacement of existing infrastructure at the Zuni Comprehensive Community Health Center, and is expected to be completed within a 90-day period following the issuance of the Notice to Proceed. The contract will be awarded as a Firm Fixed Price (FFP) and is set aside exclusively for small businesses under NAICS code 237110, with an estimated project value between $100,000 and $250,000. Interested contractors should monitor https://sam.gov for the solicitation release, anticipated around December 23, 2025, and are encouraged to contact Shaukat Syed or Jenny Scroggins for further inquiries.
    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.
    Haskell Indian Health Center Generator Gas Line Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the replacement of a natural gas line at the Haskell Indian Health Center in Lawrence, Kansas. The project involves furnishing, replacing, and installing a new 3-inch gas line with a meter and regulator to ensure the generator operates at full capacity, addressing current limitations posed by the existing undersized line. This procurement is a 100% Small Business set-aside under NAICS code 238220, with an estimated contract value between $25,000 and $100,000, and a performance period of 120 calendar days from the Notice to Proceed. Interested parties must submit their quotes by January 12, 2026, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.
    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.
    ISBEE Set-Aside: Indian Health Service - Oracle Hyperion Licenses
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking quotations for Brand Name Oracle Hyperion Licenses under solicitation RFQ 75H70426Q00007. This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEEs) and includes a requirement for both Oracle Essbase Plus and Oracle Hyperion Planning Plus licenses, with a total of 195 perpetual licenses and an option for an additional 75 licenses for each product. The contract will span from January 29, 2026, to January 28, 2027, with four one-year option periods extending to January 28, 2031, and all-inclusive pricing is required. Interested vendors must submit their quotes by December 23, 2025, at 10 AM EST, and any questions by December 17, 2025, to Natasha Bitsoi at Natasha.Bitsoi@ihs.gov.
    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.
    Pharmaceutical Dispensing Machine Implementation to Interface with ScriptPro
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking written quotes for the implementation of pharmaceutical dispensing machines to interface with ScriptPro systems across three locations: Clinton, El Reno, and Watonga, Oklahoma. The procurement includes six line items, encompassing both the implementation of the systems and 12 months of monthly service fees, with a performance period of 12 months from the date of award. This initiative aims to enhance the efficiency of pharmacy operations by automating package tracking and reducing errors, thereby improving service delivery to the Indian Health Centers. Interested vendors must submit their quotes by December 22, 2025, at 10:00 AM CDT to Misti Bussell via email at misti.bussell@ihs.gov, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    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.
    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.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to acquire a software license that replaces current spreadsheet-based methods, which have resulted in cost overruns and project delays, by providing a web-based solution with features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 PM EST, with the contract covering a base year and one option year, and inquiries should be directed to Contracting Officer Jong Kim at jong.kim@ihs.gov or 206-619-0638.