Water Service Line Cushing, OK
ID: 246-25-Q-0041Type: 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 soliciting bids for the installation of a water service line in Cushing, Oklahoma, under Request for Quotes (RFQ) 246-25-Q-0041. The project requires contractors to furnish and install a water service line using PEX pipe, adhering to specific technical specifications and quality assurance standards, with a performance period of 60 calendar days from the Notice to Proceed. This procurement is significant for enhancing local water infrastructure and is exclusively set aside for Indian-owned businesses under the Indian Small Business Economic Enterprise (ISBEE) program, with an estimated award amount under $25,000. Interested contractors must submit their quotes by March 27, 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 Office of Environmental Health and Energy is soliciting bids through RFP #4441 for the installation of a water service line. The bid sheet details the required materials and services, including 200 linear feet of 1" PEX pipe, rock removal, imported fill, a pressure-reducing valve, a shut-off valve and vault, and the disconnection and capping of a well. Each item is quantified with specific measurements, such as linear feet for piping and cubic yards for removal and fill. The bid sheet concludes with a space for the total cost of the project, which is a common practice in government procurement to ensure that contractors provide comprehensive pricing for their proposals. This document is part of the federal grant and RFP process aimed at improving local water service infrastructure, promoting compliance, and enhancing community health standards. The structured layout of the bid sheet facilitates clear and organized submissions from potential contractors, ensuring transparency and accountability in the procurement process.
    The document outlines additional provisions, terms, and conditions related to federal contracts, specifically focusing on clauses incorporated by reference in accordance with the Federal Acquisition Regulation (FAR). It lists numerous FAR clauses that contractors must adhere to, touching upon various topics such as personal identity verification, wage rate requirements, compliance with environmental regulations, and terms pertaining to bid submissions and contract modifications. The inclusion of clauses addressing issues like late submissions, subcontracting, dispute resolution, and compliance with labor standards illustrates the government's emphasis on fair contracting practices and protecting the rights of workers. The document also specifies procedures related to contract execution, including provisions for site visits and the responsibilities of involved parties. The overarching purpose is to ensure compliance with federal regulations and facilitate transparency and accountability in government contracting processes. This foundational framework is critical for contractors participating in federal RFPs and grants, signaling the government's commitment to maintaining high standards of integrity in its procurement processes.
    The document outlines the requirements for self-certification as an “Indian Economic Enterprise” under the Buy Indian Act, in relation to a solicitation or contract from the Indian Health Service (IHS). It emphasizes that offerors must affirm their eligibility both at the time of the offer and throughout the duration of the contract. Should an offeror cease to meet eligibility criteria, they must promptly notify the Contracting Officer. The document also stipulates that successful bidders need to be registered with the System of Award Management (SAM) and warns against the submission of false information, which is considered a violation of federal law. The representation section allows offerors to indicate whether they meet the definition of an Indian Economic Enterprise, requiring details about ownership and tribal affiliation. Overall, this document serves as a formal process facilitating compliance with the Buy Indian Act, ensuring that contracts are awarded to qualifying Indian-owned businesses while upholding the integrity of federal contracting procedures.
    The document outlines wage determinations for heavy construction projects in Payne County, Oklahoma, as mandated under the Davis-Bacon Act. It specifies the minimum wage rates that contractors must pay workers based on contracts awarded on certain dates and under specific Executive Orders. For contracts effective on or after January 30, 2022, workers must earn at least $17.75 per hour; for contracts awarded between January 1, 2015, and January 29, 2022, the minimum is $13.30 per hour. The file lists various job classifications with corresponding wage and fringe benefit rates, such as Electricians, Power Equipment Operators, Ironworkers, and Truck Drivers, clearly detailing the categories and rates established. Additional notes address compliance with paid sick leave requirements and how to appeal wage determination decisions, directing parties to specific contacts within the U.S. Department of Labor. Overall, the document serves to inform contractors of their obligations regarding worker compensation in federal and federally-assisted construction projects while ensuring legal adherence and protection for employees.
    The document is a Request for Quotation (RFQ) numbered RFQ246-25-Q-0041, issued by the Oklahoma City Area Office of the Indian Health Service, soliciting bids for the installation of a water service line. The due date for submissions is set for March 27, 2025. The scope of work includes specifications detailed in an attached statement of work and drawing. The document incorporates the Davis Bacon General Wage Decision for wage rates and references specific Federal Acquisition Regulation (FAR) clauses applicable to the contract. The RFQ emphasizes that submitted quotes are not contracts and specifies that domestic supplies are preferred unless stated otherwise by the proposer. It also mentions the requirement for an authorized signature from interested contractors confirming their capability to quote and adhere to the outlined conditions. A site visit is noted as part of the process to understand the project requirements better. This RFQ demonstrates the government’s commitment to engaging contractors through a structured bidding process, ensuring compliance with regulations and standards in the procurement of services for public projects.
    The document outlines the Statement of Work for the installation of a water service line using PEX pipe at a specified location in Cushing, Oklahoma. Key responsibilities of the contractor include timely communication with the Construction Inspector, adherence to quality assurance standards, and a minimum one-year warranty for materials and labor. The installation requires the use of specific PEX pipe characteristics, compliant fittings, and proper trenching techniques. Quality control involves leak testing and disinfection per industry standards, and the site must be restored to its original condition post-installation. This RFP is integral to municipal infrastructure projects, aiming to enhance water service delivery while ensuring adherence to technical specifications and safety regulations, ultimately supporting the community's water supply infrastructure and health standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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 located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% 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 issuance of a Notice to Proceed. Proposals are due electronically by 2 PM Pacific Time on January 6, 2026, and interested parties should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or call 206-615-2452.
    ISBEE Set-Aside: Indian Health Service - Oracle Hyperion Licenses
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking quotations for Brand Name Oracle Hyperion Licenses under solicitation RFQ 75H70426Q00007. This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEEs) and includes a requirement for both Oracle Essbase Plus and Oracle Hyperion Planning Plus licenses, with a total of 195 perpetual licenses and an option for an additional 75 licenses for each product. The contract will span from January 29, 2026, to January 28, 2027, with four one-year option periods extending to January 28, 2031, and all-inclusive pricing is required. Interested vendors must submit their quotes by December 23, 2025, at 10 AM EST, and any questions by December 17, 2025, to Natasha Bitsoi at Natasha.Bitsoi@ihs.gov.
    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.
    Pine Ridge Multiplex Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is preparing to solicit proposals for the construction of a multiplex at the Pine Ridge Hospital in South Dakota. This project aims to address the critical shortage of staff housing by constructing a pre-designed multiplex, which has been thoroughly planned to include civil, electrical, mechanical, plumbing, architectural, and fire protection elements. The anticipated contract, valued between $5 million and $10 million, will be awarded as a Firm Fixed Price contract, with a performance period of 730 calendar days from the notice to proceed. Interested contractors, particularly those qualifying under the Indian Small Business Economic Enterprise (ISBEE) set-aside, should prepare for the solicitation release expected in late December 2025 or early January 2026 and can contact Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.