Water and Wastewater systems rehabilitation services, Holton, KS
ID: 246-25-Q-0048r1Type: 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

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

    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.

    Files
    Title
    Posted
    This document outlines additional provisions, terms, and conditions incorporated by reference for federal contracts, particularly focusing on regulations outlined in the Federal Acquisition Regulation (FAR). It lists specific FAR clauses that contractors must comply with, including requirements related to personnel identification, subcontracting, wage standards, and various compliance issues ranging from labor standards to telecommunications equipment. Additionally, the file emphasizes the importance of representations and certifications, primarily through the System for Award Management (SAM), which defines small business classifications and their respective size standards. Key clauses address topics such as termination for convenience, warranty obligations, and inspections of delivered goods. The document also informs contractors of their rights and obligations concerning contract performance, site inspections, and potential delays. This comprehensive overview aids contractors in understanding the regulatory landscape necessary for successful participation in government contracting, ensuring adherence to federal standards and compliance requirements essential for awarding contracts.
    The document outlines a scope of work for infrastructure improvements related to water supply and wastewater services at a specific location in Holton, Jackson County, Kansas. The primary tasks include updating an existing well with new equipment, such as a pump, pressure tank, and wiring, and replacing the well house according to specified standards. Additionally, a new 500-gallon pump station will be installed, while the existing wastewater lift station will be abandoned. The project also involves installing a septic tank riser, clearing the lagoon area of debris and dilapidated fencing, and erecting new fencing with a gate. The directive emphasizes replacing outdated systems with modern solutions to enhance operational efficiency, safety, and compliance with applicable regulations. This initiative falls within the framework of government RFPs aimed at maintaining infrastructure integrity in public health and environmental services.
    The document is a Request for Quotation (RFQ) issued by the Oklahoma City Area Office of the Indian Health Service for the rehabilitation of water and wastewater systems. The service includes installation as per the specified statement of work and related drawings, with necessary wage determinations and federal clauses incorporated. The RFQ outlines details such as the contractor's responsibilities, site visit information, and the deadline for submissions. It also emphasizes that this is a request for information rather than a binding offer from the government. Interested parties must provide their quotes and any required certifications. The RFQ reflects the government's efforts to solicit expert services for critical infrastructure projects while ensuring compliance with federal regulations.
    The document outlines a Statement of Work (SOW) for a contractor tasked with upgrading sewer service lines in Holton, Kansas. Key responsibilities include the installation of a new pump, pressure tank, and wastewater lift station, along with the abandonment of the existing lift station and lagoon rehabilitation. A new, insulated well house is also to be built, incorporating various components such as a pressure switch and gauge. Work must adhere to a strict schedule, with inspections required before finishing tasks. Contractors are expected to use licensed personnel and provide a one-year warranty on materials and labor. Specific materials and construction guidelines are detailed, including the requirements for the wastewater pump station, septic tank access riser, and electrical installations. Post-construction, site restoration is mandated, alongside rigorous water testing and sampling to ensure safety and compliance with health standards. The document aims to ensure efficiency in the construction work while maintaining quality and regulatory standards, reflecting the government’s commitment to infrastructure improvements in local communities.
    The REQUEST FOR BID outlines essential construction and installation services for a project in Holton, Kansas. The document specifies the need for various utilities, including the installation of 24-inch septic tank risers, packaged utility lift stations, sewerage piping connections, and lagoon rehabilitation. Additionally, it calls for the construction of a lagoon fence, an upgrade to an existing water well, and site restoration, which includes fertilizing and seeding disturbed areas. Various materials, such as PVC piping and gravel for excavation, are required for the project. Contractors are asked to connect the lift station to an existing control panel and ensure that electrical power for the pump and alarm are sourced from separate circuits. The bid requests the completion of work in accordance with contract specifications, with all necessary equipment and appurtenances included. This RFP represents a component of a broader federal and state initiative aimed at improving public infrastructure and environmental health, aligning with local and state funding opportunities. The bid submission is personalized with the participant's details, reinforcing the document's official nature. Overall, it serves as a strategic document to solicit qualified contractors for essential public health and infrastructure improvements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    SOURCES SOUGHT NOTICE: Infectious Waste Collection and Disposal Services
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting a sources sought notice to identify potential sources for infectious waste collection and disposal services for the Kayenta Health Center in Kayenta, Arizona, and the Inscription House Health Center in Tonalea, Arizona. The procurement aims to secure services related to the provision of infectious waste storage containers, collection, and disposal, which are critical for maintaining health and safety standards in healthcare facilities. Interested parties are invited to submit their qualifications and capabilities by November 17, 2025, at 12:00 PM, to Flora Washington via email at flora.washington@ihs.gov. Respondents must include a company profile, capability statement, and, if applicable, the completed IHS IEE Representation Form to demonstrate eligibility as an Indian Economic Enterprise.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    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.