Bryan James (Skokomish) Replacement OSS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Indian Health Service (IHS), specifically the DIV OF ENGINEERING SVCS - SEATTLE office under the Health And Human Services department, has issued a Request for Quote (RFQ) for the Bryan James (Skokomish) Replacement On-Site Septic System (OSS) project. This opportunity is a Total Small Business Set-Aside for construction of other utilities. The project involves installing a new septic system for a private homeowner in Mason County, WA. Proposals are due February 13, 2026, at 2:00 PM CST.
Scope of Work
The project entails the installation of an individual on-site septic system for a new home located at 5070 W Skokomish Valley Rd, Shelton, WA 98584. Key components and tasks include:
- Mobilization and demobilization.
- Installation of 15 linear feet of 4" PVC solid sewer pipe and one underground two-way sewer cleanout.
- Installation of a 1,200-gallon, 2-compartment concrete septic tank.
- Installation of a 1,200-gallon concrete pump tank with an effluent pump (Zoeller 151 or equivalent) and controls.
- Installation of 220 linear feet of 2" PVC Schedule 40 effluent transport pipe.
- Installation of a distribution box and 1.25" PVC manifold.
- Installation of a 220 linear foot gravel trench drainfield with 1.25" laterals, designed for 600 sq. ft. shallow pressure trenches.
- Abandoning the existing septic tank in place.
Work must comply with Washington Administrative Code (WAC Chapter 246-272A/C), the approved Septic Design, and IHS technical provisions. A minimum of five days of continuous dry weather conditions is required prior to commencing work, unless waived by the COR.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Estimated Magnitude: $25,000.00 to $100,000.00
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 237110 (Water and Sewer Line and Related Structures Construction) with a $45 million size standard.
- Period of Performance: 30 calendar days from the issuance of the Notice to Proceed (NTP).
- Wage Determination: U.S. Department of Labor Wage Determination WA20260085, dated 01/02/2026, is applicable.
- Bonds: Payment and Performance Bonds, and Bid Bonds are not required.
Submission & Evaluation
- Proposal Due Date: February 13, 2026, at 2:00 PM CST.
- Submission Method: Electronically in PDF format via email to Robert.Miller2@ihs.gov.
- Evaluation Factors: Award will be based on price and the quoter's compliance with terms and conditions. Price is the discriminating factor. The installer must be certified in Mason County.
- Amendment A00001: This amendment provides government responses to contractor questions. Offerors must acknowledge receipt of this amendment by number and date on their cover letter or by submitting a signed copy of the SF30.
Additional Notes
Contractors are urged to inspect the site, though a formal site visit is not planned. Questions regarding the solicitation must be submitted in writing to Robert S. Miller via email no later than 7 days prior to the proposal due date. TERO fees do not apply.