Water and Wastewater Systems Rehabilitation Services, Holton, KS
ID: 246-25-Q-0048Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICELAWTON INDIAN HOSPITALLawton, OK, 73507, 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
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 10:00 PM UTC
Description

The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for water and wastewater systems rehabilitation services in Holton, Kansas. The procurement, designated as Request for Quotes (RFQ) 246-25-Q-0048, requires contractors to furnish and install essential water and wastewater systems at a specified location, adhering to the provided statement of work and drawings. This project is crucial for maintaining and upgrading local water infrastructure, ensuring compliance with federal regulations and environmental standards. Interested Indian-owned businesses must submit their quotes by April 22, 2025, with an estimated award amount of less than $25,000; inquiries should be directed to Jeffrey Earnest at jeffrey.earnest@ihs.gov or 405-951-3740.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 4:05 PM UTC
This government file outlines additional provisions, terms, and conditions related to federal RFPs and grants. It incorporates a comprehensive list of standard clauses, identified by citation number, title, and date, that must be adhered to during the execution of contracts. Key areas include personal identity verification of contractor personnel, system maintenance requirements, wage rate stipulations, compliance with labor standards, and dispute resolution mechanisms. The document emphasizes the need for contractors to be aware of federal regulations regarding telecommunications equipment and services, and establishes criteria for small business participation. Specific references to compliance with laws related to construction, environmental protection, and fiscal responsibility are also included, emphasizing the significance of adhering to federal and state regulations. Notably, it mandates a thorough inspection of worksites and lays out provisions for contractor liability and government termination rights. Overall, this document serves as a crucial guide for contractors engaged in federal projects, ensuring compliance with established legal and regulatory frameworks.
Apr 1, 2025, 4:05 PM UTC
This document outlines a project for the upgrade and replacement of well and wastewater systems at a specified location in Holton, Jackson County, Kansas. The primary tasks include updating the well with essential new equipment such as a pump, pressure tank, and electrical wiring. A new well house will be constructed per specifications, and existing wastewater facilities will be decommissioned, including the abandonment of the current lift station and the installation of a 500-gallon pump station with required electrical components. Additionally, the project involves installing a riser on the existing septic tank, removing trees and debris, and replacing dilapidated fencing around the lagoon area. Important logistical considerations include ensuring all electrical systems are correctly isolated and communicating their layouts. This scope aligns with government RFP efforts to manage water and sanitation infrastructure sustainably and responsibly, focusing on regulatory compliance and operational efficiency.
Apr 1, 2025, 4:05 PM UTC
The Indian Health Service’s document outlines requirements for the Buy Indian Act, emphasizing self-certification for Offerors as “Indian Economic Enterprises” when responding to solicitations or Requests for Information (RFIs). Offerors must affirm their eligibility at various stages: upon submission of an offer, at the contract award, and during contract performance. If they cease to meet these criteria, they must promptly notify the Contracting Officer. The document further stipulates that successful Offerors must be registered in the System of Award Management (SAM) and warns that any false information can lead to legal repercussions. The representation section requires Offerors to state whether they do or do not meet the definition of an “Indian Economic Enterprise.” This document is vital for ensuring compliance with federal regulations while supporting Indigenous businesses through government contracts.
Apr 1, 2025, 4:05 PM UTC
Apr 1, 2025, 4:05 PM UTC
The document is a Request for Quotation (RFQ246-25-Q-0048) issued by the Oklahoma City Area Office of the Indian Health Service, soliciting bids for water and wastewater systems rehabilitation services. It outlines the need for contractors to provide and install these systems following the specific statement of work and attached drawings. The request emphasizes that it is not an order and does not obligate the government to pay for any preparation costs incurred by the bidders. Additional provisions include the incorporation of the Davis Bacon General Wage Decision and relevant Federal Acquisition Regulation clauses. A site visit is mentioned as part of the proposal preparation process. Responses are required by the end of business on April 22, 2025, with submission details provided. Overall, the RFQ seeks qualified vendors to support infrastructure rehabilitation efforts consistent with federal requirements and standards.
Apr 1, 2025, 4:05 PM UTC
The document outlines the Statement of Work for a government project involving the installation and rehabilitation of sewer service lines at a specified location in Holton, Kansas. The primary tasks include upgrading an existing well by installing a new pump system, pressure tanks, and electrical wiring; constructing a new insulated well house; and installing a wastewater lift station, while abandoning the old one. Additionally, it specifies the rehabilitation of a lagoon by clearing debris and installing new fencing, as well as the installation of a septic tank access riser. The construction schedule mandates contacting the inspector prior to work commencement and stipulates work hours exclusively on weekdays during business hours. Quality assurance requires licensed personnel, and all materials used must adhere to specified standards for functionality and environmental safety. A one-year warranty covers labor and materials, with detailed instructions provided for the installation processes, including well disinfection protocols and subsequent water quality testing for various contaminants. The project emphasizes site restoration to its original condition and necessitates the maintenance of records and documentation throughout the operation, aligning with governmental regulatory expectations.
Apr 1, 2025, 4:05 PM UTC
The Request for Bid from Holton OEH outlines a contract for various utility and construction services at a specified location in Holton, Kansas. The primary tasks include the installation of septic tanks, utility lift stations, sewerage piping, and the rehabilitation of residential sewerage lagoons. Specific requirements involve the installation of a 24-inch septic tank riser, a single compartment pump tank with a submersible effluent pump, and connections to existing sewer pipes. Additionally, the project includes constructing a fence and gate around a lagoon and upgrading a water well and its appurtenances. Fertilizing and seeding disturbed areas post-construction are also part of the job. The document serves as an invitation for bids, detailing the scope of work and materials necessary for completion, aiming to ensure a comprehensive response from potential contractors while adhering to environmental and safety standards. Overall, this bid request is a crucial component of the local government's infrastructure development initiatives.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
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.
Residential Water service Line Quapaw, OK
Buyer not available
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.
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.
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.
(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.
Regulated Medical Waste Collection and Disposal
Buyer not available
The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking qualified contractors for the collection and disposal of regulated medical waste, including pharmaceutical and non-pharmaceutical hazardous waste, at the Northern Navajo Medical Center in Shiprock, New Mexico. This five-year contract will span from July 1, 2025, to June 30, 2030, consisting of a base year and four option years, and is set aside for Indian Small Business Economic Enterprises (ISBEE). The procurement process will follow FAR 12 and FAR 13 guidelines, with quotes due by April 29, 2025, and the Request for Quotations expected to be issued by April 18, 2025. Interested parties must maintain an active profile in the System for Award Management (SAM) and can contact Dallas Begay at dallas.begay@ihs.gov for further information.
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.
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.
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.