RFP Stephan Booster Station & WM Replace
ID: RFP75H70125R00046Type: 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 WATER SUPPLY FACILITIES (Y1NE)

Set Aside

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

    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the construction and replacement of the Stephan Booster Station and approximately 9,900 linear feet of water main in South Dakota. The project aims to enhance water infrastructure serving the community of Stephan, ensuring reliable access to clean water, which is vital for public health and safety. This federally funded contract, valued between $1 million and $5 million, will be awarded as a Firm Fixed Price (FFP) contract, with a performance period of 365 days following the notice to proceed. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by the specified deadlines, with inquiries directed to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The amendment to the solicitation RFP75H70125R00046 addresses questions and answers following the PreProposal Conference regarding the Stephan Booster Station and Water Main Replacement project. It emphasizes the importance of acknowledging receipt of the amendment for offers to be considered valid and outlines the methods for such acknowledgment. The document details responses to contractor inquiries about specifications, including the acceptance of alternative manufacturers, options for construction materials, project timelines, and jurisdictional details. Contractors must follow outlined procedures for submitting proposals and ensuring compliance with technical requirements to prevent rejection. Additionally, it reinforces that all contractors must adhere to the project's legal and regulatory standards, with potential for schedule adjustments due to unforeseen delays. Overall, the amendment serves as a clarifying document, ensuring that all parties are aligned on project parameters and expectations before bid submissions.
    The contract, GP-21-Z28 and GP-23-T29, pertains to the replacement of the Stephan Booster Station and approximately 9,900 linear feet of water main serving the community of Stephan, South Dakota. The contractor will be responsible for providing all necessary labor, materials, equipment, and services required for this project. The performance period lasts one year following substantial completion, strictly for addressing warranty-related defects, not including punchlist items, which must be resolved within a specified timeframe. This project is crucial for ensuring reliable water infrastructure in the Great Plains Area Office and supports community health and safety by enhancing existing water supply systems.
    The document outlines a construction project for the Stephan Booster Station and water main replacement at Crow Creek Reservation, South Dakota, guided by Public Law 86-121. Key elements include site plans, existing conditions, booster station layouts, and various installation details for water mains and utility connections, including erosion control measures. Important aspects to note are the installation specifications for PVC water mains, gate valves, and electrical services, which must comply with local codes. The project necessitates careful coordination with utility owners to identify existing infrastructure and ensure public safety during construction. The detailed plans specify grading requirements, temporary traffic management, and compliance with environmental regulations. It also emphasizes the importance of site preparation, including erosion control measures and landscape management. This construction initiative reflects the federal government’s commitment to improving sanitation facilities in Native American communities, highlighting the integration of public health, infrastructure improvement, and community development within government-funded projects.
    The document outlines the specifications for projects GP-21-Z28 and GP-23-T29, which involve the construction of a new Stephan Booster Station and water main replacement on the Crow Creek Reservation in Buffalo County, South Dakota. Key components of the project include the installation of approximately 9,900 feet of a 6-inch water main, SCADA controls, a booster station, connection to existing service lines, and the establishment of a gravel access road. The contractor is responsible for providing all necessary materials, labor, and equipment, along with compliance with tribal regulations and requirements for permits and taxes. Payment details are specified, covering various bid items such as water main installation, booster station construction, and water service line construction. The document emphasizes the importance of accurate measurement, quality assurance, and project coordination, outlining procedures for pre-construction meetings, submittals, and quality control. Additionally, it highlights the requirements for closeout procedures, including submission of warranties, record drawings, and final inspections. This document serves to guide contractors involved in the project, ensuring adherence to standards and successful completion of all tasks within the designated timeline and budget.
    The Crow Creek Reservation Boundary and Community Map document outlines the geographical limits and significant communities within the Crow Creek Reservation located in Hughes and Buffalo Counties, South Dakota. The map serves as a foundational reference for both federal and state entities looking to engage with the communities in this area. It is designed to assist in understanding the spatial dynamics and community layout critical for planning, resource allocation, and program implementation. By providing essential location context, the map supports potential federal grants and Requests for Proposals (RFPs) related to community development, infrastructure projects, and other governmental initiatives aimed at improving the quality of life in this reservation. This documentation promotes informed decision-making and collaboration with tribal authorities and local organizations.
    The document outlines the wage determination for construction projects in Buffalo County, South Dakota, emphasizing compliance with the Davis-Bacon Act and related Executive Orders. It specifies minimum wage requirements for various trades, including different rates for contracts entered into before and after January 30, 2022. Notably, contracts initiated from this date must pay at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour. The document includes detailed wage rates for specific classifications such as electricians, carpenters, and bricklayers, highlighting associated fringe benefits. It also addresses the appeals process for disputes over wage determinations. This wage determination is essential for federal contractors, ensuring fair labor practices while also indicating the federal government's emphasis on worker protections and compliance with set wage standards in public construction projects. The overall purpose is to ensure substantial adherence to federal labor laws in construction contracting, particularly in the context of government funding and regulations.
    The Self-Performed Calculation Sheet for Solicitation Number 75H70125R00046 focuses on determining the self-performance portion of a contract for construction work on the Stephan Booster Station and WM Replace project. The document details the requirements for prime contractors concerning limitations on subcontracting, as per FAR regulations. It mandates that contractors must calculate and report the percentage of work performed by "similarly situated entities"—small businesses with the same classification as the prime contractor—against the total contract value, subtracting profit, fees, materials, and costs related to non-similarly situated entities. The regulations specify that general contractors can only subcontract 85% of their government-paid amounts to non-similarly situated firms, while special trade contractors can subcontract only 75%. Several examples illustrate compliance scenarios, explaining what constitutes a violation of the subcontracting limitations. This calculation sheet serves to ensure adherence to SBA requirements, aiming to promote small business participation in government contracts and to maintain transparency in contract performance reporting.
    The document from the Department of Health & Human Services outlines the requirements for self-certification under the Buy Indian Act for enterprises wishing to submit proposals or bids for contracts with the Indian Health Service. It specifies that the offeror must certify as an “Indian Economic Enterprise” at the time of submitting an offer, upon contract award, and throughout the contract duration. Should an enterprise's eligibility change, immediate notification to the Contracting Officer is required. Additionally, the document indicates that successful offerors must be registered with the System of Award Management (SAM) and warns against falsifying information, which can lead to legal penalties. To qualify as an Indian Economic Enterprise, the business must demonstrate at least 51% Indian ownership. The document includes a representation section for the offeror to confirm their status and requires basic identifying details referencing the specific contract, which in this case relates to the "Stephan Booster Station & WM Replace." Overall, this document underscores the legal framework regulating procurement processes involving Native American-owned businesses.
    The document serves as an attachment to the solicitation number 75H70125R00046 for the construction project at the Stephan Booster Station & WM Replacement. It outlines the requirements for bidders to demonstrate their specialized experience in constructing similar projects over the past six years. The form includes sections for detailing the project's type, company name, project location, owner details, construction scope, facility type, building size, company role, contract value, subcontracting extent, project timeline, performance evaluations, and reference contacts. The goal is to compile relevant experiences to assess the capabilities of potential contractors for this federal project, emphasizing the importance of demonstrated past performance in complex construction tasks. This structured information is critical for the selection process as part of the government RFP procedure.
    The Past Performance Questionnaire (PPQ) Form within Solicitation 75H70125R00046 is designed for contractors to report their past performance on projects, serving as a vital tool for evaluating their capabilities in the context of federal contracts and grants. The document is structured into two sections: contractor information and client evaluation, where the contractor provides details about their role, contract specifics, project description, and client input is solicited for performance evaluation. Key evaluation criteria include quality of work, timeliness, customer satisfaction, management efficiency, cost management, safety, and general compliance. Clients are instructed to rate contractor performance using a standardized rating system ranging from Exceptional to Unsatisfactory. The completed questionnaires are to be submitted back to the contractor and may also be sent directly to the government for verification. This document is essential for the government to assess the reliability and quality of contractors when awarding future contracts, ensuring accountability and the successful execution of projects.
    The file outlines the procedures and requirements for submitting the Davis-Bacon and Related Acts (DBRA) Weekly Certified Payroll Form, pertinent for contractors and subcontractors engaged in federally funded construction projects. It emphasizes the obligation to provide accurate weekly payroll information to ensure compliance with federal wage requirements as established by the Davis-Bacon Act. Key elements include the collection of specific employee data, wage classification, hours worked, and net pay, alongside mandatory compliance certification. The filing process is corroborated by a "Statement of Compliance" ensuring legal wages were paid, which is crucial for maintaining accountability and transparency. The document also indicates that the use of Form WH-347 is optional, but compliance with weekly submission of payrolls remains mandatory under federal regulations. Notably, there is a public burden statement estimating approximately 55 minutes for completion and stipulating potential penalties for willful falsification of information. This emphasizes the importance of accurate reporting in federal contracts, aligning with broader objectives of government oversight in federal RFP processes.
    The "Final Release of Claims" document serves as a formal agreement between a contractor and the United States government regarding a specific contract. Upon receipt of payment from the government, the contractor releases the government and its employees from all claims and liabilities associated with that contract, except for detailed claims explicitly outlined within the document. The release emphasizes that all remaining terms of the original contract remain unchanged. The execution of this release is confirmed by signatures from the contractor's representative and a witness, along with a certification from a corporate official verifying the authority of the signatory. This document underscores the importance of liability management and claim settlement in federal contracts, aligning with standard procedures in government RFP and grant processes, where formal agreements and releases are typical to mitigate disputes and ensure compliance with contractual obligations.
    The Indian Health Service (IHS) is soliciting proposals via Solicitation Number 75H70125R00046 for the construction and replacement of the Stephan Booster Station and Water Main. The project, located between Fort Thompson and Stephan, SD, falls under the NAICS code 237110 for Water and Sewer Line Construction, with an estimated contract value between $1 million and $5 million. Key tasks include providing all necessary labor, materials, and equipment while adhering to detailed specifications and timelines. Important documents include the Schedule of Items, Statement of Work, and various clauses and certifications necessary for proposal acceptance. The contractor is expected to commence work within ten days of receiving the notice to proceed and to complete the project in 365 days. Invoices must be submitted electronically, with payment governed by federal regulations. Safety, labor laws, and insurance requirements are outlined, ensuring compliance with OSHA regulations. The contractor's performance will be evaluated, and subcontracting rules are established to maintain quality and accountability. Overall, the document serves as a guide for contractors interested in bidding on this federally funded project, emphasizing transparency, compliance, and effective communication throughout the construction process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@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.
    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 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.
    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.
    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 in South Dakota. This project aims to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. The procurement is 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 Notice to Proceed. Interested contractors must submit their proposals electronically by December 17, 2025, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or by phone at 206-615-2452.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Fort Thompson Duplex Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the construction of duplex buildings to serve as staff quarters at the Fort Thompson Service Unit in South Dakota. The project entails constructing one duplex with an option for an additional unit, adhering to specifications and requirements outlined in the solicitation documents. This initiative is crucial for providing adequate housing for healthcare staff in the area, emphasizing compliance with federal regulations and tribal requirements. Proposals are due electronically by December 18, 2025, at 2 PM Pacific, and interested contractors should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    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.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.