Search Contract Opportunities

Yakama White Swan Well Decommissioning (Yakima County, WA)   3

ID: 75H70125Q00029 • Type: Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Aug. 11, 2025, 3:39 p.m. EDT

**A00001: The purpose of amendment A00001 is to answer questions asked in response to this solicitation and extend the quote due date. See attachment labeled MC01 75H70125Q00029-A00001 for details.**

The attached SOLICITATION 75H70125Q00029 is issued on behalf of the Indian Health Service (IHS). The purpose of this project is to decommission four (4) abandoned or unused community drinking water wells located on tribal land on the Yakama Indian Reservation. This project will be procured as a 100% Small Business set-aside solicitation under North American Industry Classification System (NAICS) code 237110 Water and Sewer Line and Related Structures Construction with a size standard of $45 million. Please review all attachments to this notice for details.

SCOPE OF WORK: See Section C of the attached solicitation (Attachment B01 75H70125Q00029)

LOCATION OF PROJECT: Yakama Indian Reservation; Yakima County, WA

TERO: TERO is applicable. It is the sole responsibility of the contractor to comply with all TERO requirements. The Yakama Indian Reservation has a TERO office and TERO requirements.

CONSTRUCTION DURATION: Period of Performance is 60 calendar days from issuance of the Notice to Proceed.

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000 and $100,000, in accordance with FAR 36.204.

CONTRACT TYPE: The IHS intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement using price only evaluation criteria as detailed in Section M. This solicitation is issued as a Request for Quotes (RFQ) in accordance with FAR Part 13 and 36 procedures.

QUOTE REQUIREMENTS: In accordance with solicitation Section L. The quote shall include the following:

1. Complete SF1442, blocks 14-20c. Any and all solicitation amendments require acknowledgement in Block 19 of the SF1442; and

2. Section B, Price Schedule shall be filled out in its entirety.

3. Submission of Bid Guarantee in accordance with FAR 52.228-1 Bid Guarantee (Sept 1996)

SITE VISIT: Site visits may be arranged by contacting the Contract Specialist at toby.hayden@ihs.gov at least three days in advance of the requested date. See FAR 52.236-37 Site Visit (Construction) in the solicitation for details.

QUOTE DUE DATE: The quotation shall be submitted electronically in PDF format via email to toby.hayden@ihs.gov at your earliest convenience but no later than August 14, 2025 at 2:00 PM PT unless changed by amendment.

EVALUATION: In accordance with FAR 13.106-2, the evaluation for this award will be based on price and the quoter's compliance with the terms and conditions for this request for quotes; see Section L for quote submission requirements. The quoter shall possess all necessary certifications to perform the work specified in Section C in order to be eligible for award. Prices quoted must reflect the quoter's understanding of the requirement, ability to perform, and be considered fair and reasonable to the Government.

Price is the discriminating factor for award among offers. The Total Firm Fixed Price listed in block 17 of the SF1442 will be utilized for the overall price evaluation and to determine the lowest priced offer.

QUESTIONS: Quoters shall submit all questions concerning this solicitation in writing to the Contracting Officer, Toby Hayden, at toby.hayden@ihs.gov. Questions should be received no later than 7 days prior to quote due date to allow time for a response.

NOTE: ALL DATES ARE SUBJECT TO CHANGE. SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES.

For information concerning NAICS and SBA size standards, go to http://www.sba.gov.

It is the responsibility of the contractor to check https://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.

NOTE: 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.

Posted: July 21, 2025, 2:18 p.m. EDT
Background
The Indian Health Service (IHS) is issuing this solicitation to decommission four abandoned or unused community drinking water wells located on tribal land on the Yakama Indian Reservation. The project aims to ensure the safe removal of these wells in compliance with state regulations. This solicitation is a 100% Small Business set-aside.

Work Details
The scope of work includes the decommissioning of four community drinking water wells. Each well will require the removal of the pump, drop pipe, electrical cable, and any other components as necessary. The casing will be cut at ground surface level, and additional work may be required to comply with Washington Administrative Code (WAC) Chapter 173-160 and other applicable state requirements.

A Notice-of-Intent (NOI) must be submitted 48 hours prior to commencing work on each well. A well decommissioning report, including photographs documenting the process, must be provided for each well. The contractor must also ensure compliance with Tribal Employment Rights Ordinance (TERO) requirements and secure necessary permits from the Yakama Nation's Department of Revenue.

Place of Performance
The construction projects will take place on the Yakama Indian Reservation in Yakima County, WA.

Overview

Response Deadline
Aug. 14, 2025, 5:00 p.m. EDT (original: Aug. 11, 2025, 5:00 p.m. EDT) Past Due
Posted
July 21, 2025, 2:18 p.m. EDT (updated: Aug. 11, 2025, 3:39 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Yakima, WA United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
On 7/21/25 Indian Health Service issued Solicitation 75H70125Q00029 for Yakama White Swan Well Decommissioning (Yakima County, WA) due 8/14/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237110 (SBA Size Standard $45 Million) and PSC Y1NE.
Primary Contact
Name
Toby Hayden   Profile
Phone
(503) 414-5524

Documents

Posted documents for Solicitation 75H70125Q00029

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation 75H70125Q00029

Incumbent or Similar Awards

Contracts Similar to Solicitation 75H70125Q00029

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 75H70125Q00029

Similar Active Opportunities

Open contract opportunities similar to Solicitation 75H70125Q00029

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > INDIAN HEALTH SERVICE > DIV OF ENGINEERING SVCS - SEATTLE
FPDS Organization Code
7527-00102
Source Organization Code
100188035
Last Updated
Aug. 11, 2025
Last Updated By
toby.hayden@ihs.gov
Archive Date
Aug. 29, 2025