Water Line Extension and Line, Pawhuska, OK
ID: 246-25-Q-0042Type: 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 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 seeking qualified contractors for the installation of a water service extension and line in Pawhuska, Oklahoma, under solicitation RFQ 246-25-Q-0042. The project involves furnishing and installing a new 4-inch cast iron water line and a related 2-inch PVC sewer line, adhering to specific construction guidelines and local regulations. This procurement is part of the government's initiative to enhance water infrastructure and sanitation facilities, with an estimated contract value under $25,000. Interested contractors must submit their quotes by April 14, 2025, and can direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.

    Files
    Title
    Posted
    The Pawnee OEH&E Office's SR# 4443 outlines a bid sheet for a water line extension project. The document itemizes various components required for the project, including 2” PVC SDR-21 pipes, a pressure-reducing valve, shut-off valves, and other necessary materials like HDPE casing and fill soil. It specifies quantities, units, and unit prices for each item, ensuring clarity in the procurement process. The total cost for these items is to be determined based on the provided quantities and respective prices. This bid sheet serves as part of a government RFP process, aimed at soliciting proposals from contractors for the construction and extension of the municipal water line, thereby enhancing local water infrastructure and service delivery.
    The document outlines additional provisions, terms, and conditions for a federal solicitation, incorporating various Federal Acquisition Regulation (FAR) clauses by reference. It specifies mandatory clauses concerning contractor personnel identity verification, contractor obligations under the System for Award Management, late submissions, construction wage rate requirements, and compliance with labor standards. Key sections address provisions for small business considerations, including size standards and program representations. Notable clauses include guidelines on safety, performance obligations, termination rights for convenience or cause, and warranty obligations. A site visit is scheduled for potential contractors to assess project conditions, highlighting proactive engagement in the proposal process. Lastly, it emphasizes the government's right to inspect deliverables and manage contract compliance, ensuring alignment with federal regulations and standards. The overall aim is to maintain stringent oversight and accountability in government contract awards, reinforcing compliance with laws related to labor considerations and small business support.
    The document addresses contractor inquiries regarding a public works project involving the tapping of a 4-inch cast iron main. Concerns were raised about the main's age and structural integrity, with the suggestion that the city should handle the tap to avoid liability issues. The city confirmed that they can perform the tap and provided contact details for the Utility Director. Additionally, a contractor requested specifics about a sewer line located near a gas line for safety reasons; it was clarified that the sewer line does not extend into the project area. Lastly, a recommendation was made to relocate a flush hydrant due to its proximity to a residential fence and telephone poles, which the city accepted, leading to an update in the project plans. These communications illustrate the collaborative nature of project planning while addressing safety and operational concerns in a municipal context related to RFPs and infrastructure projects.
    The document outlines a site plan for a water line extension project in Pawhuska, OK, under the purview of the Pawnee Field Office's Office of Environmental Health & Engineering. The project involves the installation of a new 4-inch cast iron water line and a related new 2-inch PVC sewer line, ensuring compliance with local regulations, including maintaining a 25-inch vertical separation from existing sewer infrastructure. The plan specifies construction notes, such as the use of thrust blocks for joint restraints and the method for perforating under existing infrastructure. Key personnel involved in the project include the engineer Caylen Wiwningiw and the reviewer Paitt Thompson, with a timeline detailing project milestones up to stamping approvals for the plan. This project underlines a governmental effort to improve sanitation facilities, illustrating the collaboration required between different municipal services to enhance infrastructure while ensuring environmental health standards are met.
    The Indian Health Service (IHS) has issued a solicitation for suppliers under the Buy Indian Act, which mandates that only eligible “Indian Economic Enterprises” can participate. The Offeror must self-certify compliance with this definition at three critical stages: when submitting an offer, during contract award, and throughout the contract execution period. If the status of eligibility changes, the contractor is required to immediately inform the Contracting Officer. There are regulatory requirements, including registration with the System of Award Management (SAM), and false submissions can lead to severe legal consequences. The document prompts the Offeror to explicitly declare whether they meet the criteria and to provide details about tribal affiliation and ownership. The main purpose of this document is to facilitate equitable participation of Indian-owned businesses in federal contracting opportunities, ensuring compliance with specific laws designed to promote economic development among Native American communities while maintaining integrity in the contracting process.
    The document outlines the wage determination for heavy construction projects in specific Oklahoma counties, emphasizing compliance with the Davis-Bacon Act and associated Executive Orders concerning minimum wage and worker protections. It specifies that contracts awarded or renewed after January 30, 2022, must pay covered workers at least $17.75 per hour unless a higher applicable wage rate exists. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $13.30 per hour. Various classifications, wage rates, and fringes for roles such as electricians, power equipment operators, ironworkers, and laborers are provided, ensuring fair compensation in line with current regulations. Additionally, the document describes the process for appealing wage determinations and highlights pertinent Executive Orders related to paid sick leave for federal contractors. This wage determination is vital for federal contracts in heavy construction, reinforcing standards for worker treatment and pay, and ensuring adherence to federal wage laws in Oklahoma's construction sector.
    The document is a Request for Quotation (RFQ) designated as RFQ246-25-Q-0042, issued by the Indian Health Service in Oklahoma City. It outlines a procurement request for a contractor to furnish and install a water service extension and line, following a specified statement of work and accompanying drawings. The submission deadline for quotes is April 14, 2025, and suppliers are informed that their quotations are considered informational, not contractual obligations. The RFQ includes essential provisions, including the incorporation of the Davis Bacon General Wage Decision, and stipulations derived from federal acquisition regulations. A scheduled official site visit is also noted to facilitate contractor assessment of the project scope. Key details emphasize the importance of compliance with documentation and pricing guidelines, while assuring that the supplies are of domestic origin unless stated otherwise. The listing is part of the government's efforts to procure specific services through federal and potential local grants or funding mechanisms, reflecting the ongoing commitment to infrastructure improvements. This RFQ illustrates the structured approach in engaging contractors for public infrastructure projects, outlining expectations and regulatory frameworks involved in federal contracting processes.
    The document outlines the Statement of Work for a water main extension project in Osage County, Oklahoma, under the direction of Engineer Caylen Willingham, P.E. The project involves the furnishing and installation of a PVC water main extension along Littlewing Avenue in Pawhuska Indian Village. Key directives include a construction schedule that mandates a three-business-day notice to the Project Engineer prior to work commencement, and that all work must be inspected before being covered. Quality assurance stipulations require that the contractor employs state-licensed personnel, and a one-year warranty is to be provided for all materials and labor. Specific installation guidelines cover the size and type of PVC pipe to use based on pressure specifications and ensure compliance with water and sewer separation standards. The document details trench requirements, including a minimum depth of 30 inches, appropriate bedding materials, and backfilling procedures. Testing for leaks must be conducted in accordance with AWWA standards before joints are concealed, and all disinfecting procedures must adhere to AWWA C651 before the lines are placed in service. Finally, it emphasizes site restoration and submission of record drawings to the Project Engineer at project completion. This document serves as an essential guide for contractors in compliance with municipal and state regulations, ensuring the project meets all safety and quality standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/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.
    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.
    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.
    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.
    BPA for Stainless Steel Surgical Equipment Repairs
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide stainless steel surgical equipment repair services through a Blanket Purchase Agreement (BPA) for the Oklahoma City Area Indian Health Service. The procurement aims to ensure the timely repair and maintenance of surgical instruments used at the Pawnee, Lawton, and Clinton Indian Health Centers, with services including sharpening, refurbishing, and onsite repairs. This opportunity is particularly significant as it supports the healthcare needs of Native American communities, emphasizing compliance with the Buy Indian Act. Interested vendors must submit their quotes by December 18, 2025, at 10:00 AM CST, to Misti Bussell via email at misti.bussell@ihs.gov, with the contract period running from March 1, 2026, to February 28, 2031, and a maximum funding limit of $1,250,000.
    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.
    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.
    Landscape Services for IHS, Mashpee Wampanoag Health Service Unit
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting quotes for landscape services at the Mashpee Wampanoag Health Service Unit in Mashpee, Massachusetts. The procurement aims to maintain the landscaping and gutter services for three modular units, ensuring a professional appearance and preventing infestation, with services required from March 1, 2026, to October 31, 2026, and four optional one-year extensions. This opportunity is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses. Interested vendors must submit their quotes, including required documentation, to Courtney Davis at courtney.davis@ihs.gov by 3:00 p.m. Central Time on December 15, 2025, to be considered for the contract, which will be awarded based on the lowest price technically acceptable.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.