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
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 10:00 PM UTC
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
Mar 28, 2025, 3:06 PM UTC
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.
Mar 28, 2025, 3:06 PM UTC
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.
Mar 28, 2025, 3:06 PM UTC
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.
Mar 28, 2025, 3:06 PM UTC
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.
Mar 28, 2025, 3:06 PM UTC
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.
Mar 28, 2025, 3:06 PM UTC
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.
Mar 28, 2025, 3:06 PM UTC
Mar 28, 2025, 3:06 PM UTC
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.
Mar 28, 2025, 3:06 PM UTC
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
Contractor shall furnish and install a water service line for R. Smith #4420 in Pawhuska, OK (Osage, Co.) in accordance with the statement of work and drawing.
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water service line for R. Smith 4420 in Pawhuska, Oklahoma. The procurement is a Buy Indian set-aside, aimed at Indian-owned businesses, and requires adherence to a detailed statement of work and associated drawings, with an estimated contract value of less than $50,000. This project is crucial for enhancing local water infrastructure and ensuring compliance with federal regulations, including labor standards. Interested contractors must submit their quotes by April 21, 2025, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.
Contractor shall furnish and install a water service line for K. Paakkonen #6702 in Okemah, OK (Okfuskee Co.) in accordance with the statement of work and drawing.
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water service line for K. Paakkonen 6702 in Okemah, Oklahoma. The project requires compliance with a detailed statement of work and associated drawings, focusing on the installation of polyethylene water service lines and adherence to local regulations. This procurement is exclusively set aside for Indian-owned businesses under the Buy Indian Act, with a contract value estimated at less than $25,000 and a performance period of 60 calendar days from the award date. Interested parties must submit their quotes by April 9, 2025, and direct any inquiries to Noleen Powell at noleen.powell@ihs.gov by April 4, 2025.
Contractor shall furnish and install a water service line for E. Tynon #1184 in Miami, OK (Ottawa Co.) in accordance with the Statement of Work and drawing.
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water service line for E. Tynon 1184 in Miami, Oklahoma. The project involves the installation of approximately 450 linear feet of 1.5" HDPE DR11 water service line, connecting it to an existing water meter and home plumbing, with a performance period of 60 calendar days from the award date. This procurement is part of the government's initiative to enhance water infrastructure in Indian communities and is set aside exclusively for Indian-owned businesses under NAICS code 237110, with an estimated budget of less than $25,000. Interested contractors must submit their quotes by April 10, 2024, and direct any questions to Noleen Powell at noleen.powell@ihs.gov by April 7, 2024.
Sewer Service, Henryetta, OK
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide sewer service installation in Henryetta, Oklahoma, under a combined synopsis/solicitation. The project involves furnishing and installing a sewer service line from a home to the main sewage system, adhering to specific technical specifications and construction standards outlined in the statement of work. This procurement is a 100% Indian Owned set-aside under NAICS code 237110, with an estimated award amount under $25,000. Interested contractors must submit their quotes by April 10, 2025, with all required documentation, including the Indian Health Service Buy Indian Act representation form, to Jeffrey Earnest at jeffrey.earnest@ihs.gov.
Water and Wastewater Systems Rehabilitation Services, Holton, KS
Buyer not available
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.
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.
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.
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 aims to remove outdated equipment, address life safety and environmental concerns, and install modern systems that comply with healthcare ventilation standards. This construction opportunity, set aside for Indian Small Business Economic Enterprises (ISBEE), has an estimated budget between $1 million and $5 million, with proposals due by May 1, 2025, following a site visit on March 26, 2025. Interested contractors should contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
Garrett Hull OSS (Makah)
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting bids for the construction of an on-site septic system (OSS) for the Garrett Hull project located in Clallam Bay, Washington. This project, designated as a Total Small Business Set-Aside under NAICS Code 237110, involves the installation of an advanced OSCAR XO2-360 septic system, which includes various components such as treatment and pump tanks, sewer pipes, and a sand mound drain field, all aimed at enhancing public health infrastructure. The estimated construction cost ranges from $25,000 to $100,000, with a completion timeline of 45 calendar days following the Notice to Proceed. Interested contractors must submit sealed bids by the specified deadline and can direct inquiries to the primary contact, Robert S. Miller, at robert.miller2@ihs.gov or by phone at 214-767-8589.
TOTAL SMALL BUSINESS SET-ASIDE - ONLINE CLINICAL RESOURCE SUBSCRIPTION FOR OKLAHOMA AREA IHS
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified small businesses to provide an online clinical resource subscription for the Oklahoma Area IHS. This procurement aims to enhance healthcare delivery by offering clinicians 24/7 access to evidence-based medical and drug information, clinical guidelines, and Continuing Medical Education (CME) credits across various specialties. The contract, which spans from June 1, 2025, to May 31, 2030, includes a base year and four option years, with proposals evaluated based on technical qualifications, past performance, and pricing. Interested vendors must submit their written quotes by April 18, 2025, and can contact Edson Yellowfish at Edson.Yellowfish@ihs.gov or 405-951-3888 for further information.