Crow/Northern Cheyenne Hospital Sewer Rehabilitation
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Original)
- Original Published Date: Feb 03, 2025 10:39 am PST
- Original Date Offers Due: Mar 05, 2025 02:00 pm PST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Mar 20, 2025
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Z1DA - MAINTENANCE OF HOSPITALS AND INFIRMARIES
- NAICS Code:
- 237110 - Water and Sewer Line and Related Structures Construction
- Place of Performance: Crow Agency , MT 59022USA
Description
This is a SOLICITATION NOTICE for the upcoming Solicitation 75H701-25-R-00021 Crow/Northern Cheyenne Hospital Sewer Rehabilitation a construction project prepared in accordance with FAR Part 36. These construction services are in support of the Indian Health Service (IHS).
SCOPE OF WORK:
The Crow/Northern Cheyenne (CNC) hospital sewer piping was initially installed in 1995. Since then, maintenance staff replaced minor sections of cast iron no-hub sewer pipe due to heavy corrosion. The corrosion resulted in cracks at the top of pipe, sediment build up, pipe rust, and sewage back-ups. Billings Area Office (BAO) proposes to rehabilitate the CNC sewer pipeline using Cured in Place Pipe (CIPP) Lining process to extend the sewer pipe life expectancy and to prevent leakage throughout the CNC Hospital.
The work consists of furnishing all labor, equipment, supplies, materials, and performing all work in accordance with this scope of work:
- The Contractor is responsible for CIPP lining approximately 5,100 Linear Feet (LF) of the CNC Hospital’s Sewer Drain Pipe using Nu Flow Technology – Nu Flow NuDrain CIPP System, per manufacturer’s recommended installation methods.
- Contractor shall clean/descaling all accessible sewer piping inside the hospital. (Water Jetting is not allowed).
- Contractor shall replace P-Traps and overflow fittings for all sewer sections rehabilitated in “branched” connections. P-Traps are excluded from epoxy lining.
- Contractor shall consult with the Maintenance Supervisor and Project Engineer if sewer bypass pumping is recommended when CIPP lining the hospital’s existing sewer main. Bypass or sewage diversion flow shall be implemented to prevent the hospital’s down time.
- Contractor shall reestablish all cured connections to existing sewer pipes and/or mains.
- General construction tasks, including concrete work (if necessary), painting, tile installation, drywall removal/repair, and various floor or wall finishes as well as the establishment of additional sewer access points.
- Post-CCTV Inspection after epoxy lining is fully cured and confirm that the CIPP liner has been successfully installed.
- Remove and legal disposal of all equipment/materials on the work site and return to original service.
LOCATION OF PROJECT: All work shall be performed at the
Crow-Northern Cheyenne Hospital, 1010 7650 E, Crow Agency, Montana
PERIOD OF PERFORMANCE: Period of Performance is 150 calendar days from date of notice of proceed.
CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000 in accordance with FAR 36.204(f).
SITE VISIT: February 10th, 2025 10:00AM MST (L.7.) unless changed by Amendment
CONTRACT TYPE: IHS intends to award a single Firm Fixed Price (FFP) contract in support of this requirement.
This solicitation will be procured as a Request for Proposal (RFP) in accordance with FAR Part 36 procedures with Lowest Price Technically Acceptable (LPTA) evaluation criteria.
This project will be solicited as 100% set aside for Small Businesses under North American Industry Classification System (NAICS) code 237110, Water and Sewer Line and Related Structures Construction. The associated size standard for this procurement is $45 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov.
NOTE: ALL DATES ARE SUBJECT TO CHANGE. SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES.
Registration in the System for Award Management (SAM) database is mandatory to be considered for award. Offerors may obtain information on registration and annual confirmation requirements via the internet at: https://www.sam.gov. Contractors are encouraged to complete SAM registration as soon as possible; the Government may not delay award for the purpose of allowing a contractor additional time to register in SAM.
It is the responsibility of the contractor to check https://www.sam.gov frequently for any amendments or changes to the solicitation. Hard copy documents will NOT be available – all documents for proposal purposes will be posted at the website for download by interested parties.
Attachments/Links
Contact Information
Contracting Office Address
- 2201 6TH AVENUE MAIL STOP RX-24
- SEATTLE , WA 98121
- USA
Primary Point of Contact
- Taylor Kanthack
- taylor.kanthack@ihs.gov
- Phone Number 2404781501
Secondary Point of Contact
History
- Mar 20, 2025 08:55 pm PDTSolicitation (Updated)
- Feb 28, 2025 09:04 pm PSTPresolicitation (Original)
- Feb 18, 2025 02:01 pm PSTSolicitation (Updated)
- Feb 03, 2025 11:42 am PSTSolicitation (Updated)
- Feb 03, 2025 10:39 am PSTSolicitation (Original)