Install a septic tank and lagoon in Mayetta, KS
ID: 246-25-Q-0025r1Type: 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 install a septic tank and lagoon system in Mayetta, Kansas. The project involves constructing a 1,000-gallon septic tank, a wastewater lagoon, and associated piping, with adherence to specific construction standards and local regulations. This procurement is crucial for enhancing residential sanitation systems and ensuring compliance with federal guidelines, including the Davis Bacon wage decision. Interested parties must submit their quotes by February 28, 2025, and can contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or 405-951-3740 for further information.

    Files
    Title
    Posted
    This Request for Bid outlines the requirements for the installation of various septic and utility systems at the property located at 17869 T Road, Mayetta, Jackson County, Kansas. The project involves furnishing and installing a 1000-gallon septic tank with necessary access components, as well as constructing a residential sewerage lagoon and installing related piping, cleanouts, and a fence with a gate around the lagoon area. Additionally, the contract specifies fertilizing, seeding, and mulching disturbed areas from construction activities. The document emphasizes adherence to specific contract specifications and drawings, indicating the project's compliance with local regulations and standards. This RFP serves as an invitation for bidders to provide pricing and undertake the outlined construction activities, reflecting the government's initiative in managing public utilities and ensuring residential sanitation systems are properly installed and maintained.
    The document outlines additional provisions, terms, and conditions applicable to federal solicitations and contracts, specifically outlining the clauses incorporated by reference pertaining to the Federal Acquisition Regulation (FAR). Key aspects include requirements for contractor personnel identity verification, maintenance of the System for Award Management, various labor standards, and compliance with construction regulations. The document also addresses contractor obligations regarding warranties, inspections, and potential contract terminations by the government for convenience or default. Critical provisions such as eligibility certifications for small business considerations, compliance with Equal Opportunity laws, and adherence to federal contracting laws are emphasized, providing a structured approach for contractors to meet regulatory requirements. Additionally, specific clauses relate to performance standards and safety measures within construction projects, while provisions regarding excusable delays and payment terms are included to guide contractors through compliance issues. This summary captures the essence of the formalities and regulatory framework within which contractors must operate, reflecting the obligation to adhere to federal guidelines during the solicitation and contract process, reinforcing the government's commitment to transparency and legal compliance in public procurement.
    The document outlines a project involving the installation of wastewater management systems at a residential location in Mayetta, Jackson County, Kansas. The primary objective is to construct an M-45 wastewater lagoon and install necessary plumbing elements, including a 1,000-gallon septic tank and various PVC pipes for water service. Specifically, the project requires the installation of 1,600 feet of a 2 ½-inch water service line along the driveway, alongside 400 feet of 4-inch sewer pipe. Key specifications include sealing the lagoon with bentonite clay and establishing a non-climbable fence around it for safety. Additionally, several cleanouts need to be installed to ensure proper drainage. Items such as the water meter installation will be overseen by Jackson County Rural Water District #3. This document serves as a guide for contractors considering bidding on the project under relevant federal or state regulations, ensuring compliance with local codes while addressing wastewater management needs for the property. Overall, it emphasizes the project's infrastructure requirements and safety protocols necessary for execution.
    The document outlines the Indian Health Service's solicitation process under the Buy Indian Act, requiring vendors to self-certify their status as an "Indian Economic Enterprise" (IEE). To be eligible, firms must meet the IEE definition at the time of offer, contract award, and throughout contract performance. Contractors must inform the Contracting Officer if they no longer meet eligibility criteria, and the document emphasizes the importance of accuracy, stating that any false information can lead to legal penalties. Additionally, successful Offerors must be registered with the System of Award Management (SAM). The document also includes space for the Offeror to represent their eligibility status and provides required details, such as ownership information and business identifiers. This process underscores the government's commitment to supporting Native American businesses through federal contracting opportunities while ensuring compliance and eligibility verification.
    The document is a Request for Quotation (RFQ246-25-Q-0025) issued by the Indian Health Service for the installation of a septic tank and lagoon, with a deadline for submission by February 28, 2025. The RFQ includes a detailed Statement of Work and drawing to guide contractors in their proposals. It outlines expectations for compliance with the Davis Bacon wage decision, federal acquisition clauses, and emphasizes that the request does not constitute a binding offer from the government. The contractor's responsibilities are clearly defined, and the submission must include required certifications. Interested parties must submit their quotes to the Oklahoma City Area Office and are encouraged to indicate whether they are unable to provide a quotation. This RFQ emphasizes the government's intent to solicit proposals for necessary infrastructural improvements while adhering to regulatory obligations.
    This document outlines the requirements for completing a Bid Bond, which serves as a guarantee for a bidder participating in government contracts. The bond binds the principal (the bidder) and any sureties to the United States government for a specified penal sum, ensuring that the principal will execute a formal contract and provide any required bonds upon bid acceptance. If the principal fails to do so, they are liable for costs exceeding their bid amount. The instructions detail the necessary legal and organizational information required from the principal and sureties, including business type, incorporation state, and liability limits. Additional stipulations include corporate seals for corporate sureties and potential requirements for individual sureties. The form must adhere strictly to established guidelines to ensure its acceptance. This document is essential for compliance in the bidding process for federal and state/local government contracts, reinforcing financial accountability in public procurements.
    The document is a performance bond form associated with U.S. government contracts. It establishes a legal obligation where the Principal and Surety(ies) commit to a specified penal sum in favor of the government. The bond becomes void if the Principal fulfills all terms and conditions of the related contract and pays any applicable taxes. Key components include the identification of the Principal, type of organization (e.g., individual or corporation), details about Surety(ies), and the penal sum amount. The document outlines conditions under which the bond is executed and serves as a guarantee for contract performance. It also includes instructions for completing the form, specifying requirements for corporate sureties, and mandates obtaining proper authorization for signatories. This performance bond form is crucial for compliance in federal RFP processes, ensuring accountability in contract execution and financial obligations related to government contracts.
    The document is a Payment Bond form (Standard Form 25A) required under federal regulations for the protection of suppliers providing labor and materials for federal contracts. It outlines the obligations of the Principal and Surety(ies) to ensure payment for goods and services rendered in connection with a federal contract. The document mandates the Principal to promptly pay all subcontractors and suppliers, making the bond void if this condition is met. Key components include sections for the Principal's information, Surety details, and signatures from all parties involved. It specifies the penal sum of the bond, which represents the liability limit and must be filled accurately. It also notes that corporate sureties must appear on the Department of the Treasury’s list of approved entities. Instructions clarify how to complete the form, including the need for corporate seals, representation authority for signers, and the requirement for individual sureties to submit additional documentation. The overall purpose of the Payment Bond is to ensure financial security and accountability in federal contracting, reflecting the government's intent to protect those providing essential services and materials in public projects.
    The document outlines the Statement of Work for the construction of an On-Site Wastewater Septic Tank and Lagoon system at 17869 T-Road, Mayetta, Jackson County, Kansas. The contractor is tasked with constructing a wastewater lagoon system as per provided specifications. Key construction elements include a 1,000-gallon septic tank, associated pipe systems (PVC), and fencing, detailing the materials required, such as the types and sizes of pipes, concrete, and bentonite material. Installation procedures and quality assurance standards are emphasized, including a one-year warranty for materials and labor, and the necessity for state-licensed personnel to oversee construction. The document also covers critical installation guidelines for sewer lines, lagoon depth and dimensions, and the establishment of a secure lagoon enclosure. Site restoration is required post-work, with a mandate for record drawings to be provided to the project engineer. This file represents a structured approach under a federal RFP framework, aimed at ensuring regulatory compliance and environmental safety for wastewater management in the specified location.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Garrett Hull OSS (Makah)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified small businesses to provide an on-site septic system in Clallam Bay, Washington. The project involves the installation of a sewer system, treatment tanks, and a drain field, with an estimated cost ranging from $25,000 to $100,000. This opportunity is particularly significant as it encourages participation from Indian Economic Enterprises under the Buy Indian Act, promoting Native American ownership in federal contracting. Interested firms must submit their responses by March 10, 2024, and can direct inquiries to Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
    Install a Sewer Service Line Bixby, OK
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors to install a sewer service line in Bixby, Oklahoma. The project involves the installation of a 4-inch SDR 35 PVC sewer service line, adhering to local regulations and industry standards, with a focus on quality assurance and compliance with the City of Bixby’s construction codes. This initiative is part of the federal government's efforts to improve local infrastructure and public health through reliable sanitation services. Interested contractors, particularly those qualifying as Indian Economic Enterprises under the Buy Indian Act, must submit their proposals by March 21, 2025, and can contact Jeffrey Gilmore Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov for further information.
    Geotechnical Engineering Services for a new water storage Tank, Wyandotte, OK
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for geotechnical engineering services related to the construction of a new water storage tank in Wyandotte, Oklahoma. The project involves the construction of a 120,000-gallon, 100-foot tall standpipe tank, requiring comprehensive subsurface evaluations, foundation design recommendations, and compliance with relevant public water supply standards. This initiative is crucial for enhancing local water infrastructure and ensuring reliable access to clean water for community health. Interested contractors must submit their quotations by March 31, 2025, and can direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
    Contractor shall furnish and install a sewer service line for K. McMillian #3279 in Moore, OK (Cleveland, Co.) in accordance with the statement of work and drawing provided.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified contractors to furnish and install a sewer service line for K. McMillian 3279 in Moore, Oklahoma. The project involves providing materials, including PVC piping, and adhering to specific construction schedules and regulatory requirements, with a total estimated cost of under $25,000. This procurement is crucial for maintaining public health infrastructure and ensuring compliance with local and federal standards. Interested small businesses must submit their quotes by March 17, 2025, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.
    IHS Nationwide Sanitation Facilities Construction (SFC) A-E Services Multiple Award IDIQ
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified small business architect-engineer firms to provide design and engineering services for sanitation facilities across American Indian communities. The procurement aims to award up to eight Indefinite Delivery-Indefinite Quantity (IDIQ) contracts, each with a maximum value of $8 million, to enhance infrastructure related to water systems, wastewater systems, and solid waste facility planning. This initiative underscores the importance of improving sanitation services in underserved communities, ensuring compliance with federal regulations and the Buy Indian Act. Interested firms must submit their qualifications, including a completed Standard Form 330, by 2:00 PM (PST) on March 28, 2025, and can contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further information.
    Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract. This procurement aims to gather specialized cost data and estimating services that will support the construction and renovation of facilities serving Native American communities. The selected contractor will play a crucial role in ensuring accurate budgeting and financial planning for projects that enhance healthcare infrastructure. Interested parties should contact Matt D Sanders at matt.sanders@ihs.gov or 206-374-7302, or Andrew E. Hart at andrew.hart@ihs.gov or 206-615-2453 for further details. Additionally, Offerors must comply with the Buy Indian Act and confirm their status as an "Indian Economic Enterprise" throughout the contract process.
    Nooksack Sulwhanon Community Well (Everson, WA)
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting bids for the Nooksack Sulwhanon Community Well project located in Everson, Washington. The project aims to construct a new 12-inch diameter production well to replace an inadequate existing supply well, ensuring safe and reliable drinking water for 25 homes and 5 non-residential connections while addressing water quality issues such as high iron concentrations. This initiative is a 100% Small Business Set Aside under NAICS code 237110, with a construction budget ranging from $100,000 to $250,000, and requires completion within 120 calendar days following the notice to proceed. Quotes are due by March 13, 2025, and interested contractors should contact Toby Hayden at toby.hayden@ihs.gov or call 503-414-5524 for further details.
    Whiteriver Pipeline Testing
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors for the Whiteriver Pipeline Testing project in Arizona. The project involves exposing existing piping, disconnecting it, and constructing a vertical extension for a threaded connection, followed by a fire flow test to gather critical data on the pressure and flow rate of a 12-inch main line. This testing is vital for the design of the water system for a new hospital and for obtaining necessary water quality samples. Interested contractors must respond by March 12, 2025, at 1300 local time, and are required to self-certify as Indian Economic Enterprises (IEE) to comply with the Buy Indian Act. For further inquiries, contact Dale C Clark at dale.clark@ihs.gov.
    TPPIHC Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the TPPIHC Roof Replacement and Fall Protection project at the Taos-Picuris Health Center in Taos, New Mexico. This project involves replacing the existing roofing system and implementing fall protection measures, with an estimated construction cost between $1 million and $5 million, and is set aside for Indian Small Business Economic Enterprises (ISBEE). The successful contractor will be responsible for adhering to safety regulations, coordinating with health authorities, and completing the project within 180 calendar days. Proposals are due by March 20, 2025, following a mandatory site visit on March 5, 2025. Interested parties can contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further information.