Cancelled Rosebud Lift Station Construction
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) has cancelled Solicitation No. 75H70126R00018 for the Rosebud Lift Station Construction project in its entirety. The Government determined that cancellation is in its best interest after evaluating proposals. IHS intends to review the requirement and may reissue a revised solicitation at a later date. This opportunity was an Indian Small Business Economic Enterprise (ISBEE) Set-Aside for a firm-fixed-price contract.
Original Opportunity Details
This project involved the full removal and replacement of the existing sewer lift station at the Rosebud Hospital in Rosebud, SD. The goal was to increase capacity due to anticipated expansion in the emergency department, tribal programs, and additional housing units. The new lift station was to include a wet well, dry well, chopper pumps, force main connection, and a new control system. The estimated construction magnitude was between $500,000 and $1,000,000, with a period of performance of 240 calendar days from the Notice to Proceed. Tribal Employment Rights Office (TERO) requirements were applicable.
Key Amendments Prior to Cancellation
Before its cancellation, the solicitation underwent several amendments:
- Amendment 8 (Cancellation): Announced the full cancellation of the solicitation.
- Amendment 7: Updated the Consolidated Q&A document (J02b) with additional questions and answers.
- Amendment 6: Extended the offers due date to March 23, 2026, and updated specifications regarding generator conduit, alternating relays, level transmitters, SCADA systems, and pilot devices.
- Amendment 5: Extended the offers due date to March 16, 2026, and corrected the specified pump model from "Vaughan V3V" to "Vaughan S3P" (submersible).
- Amendment 4: Extended the offers due date to March 9, 2026, updated Q&A, and removed the licensing requirement for a Sewer and Water Contractor/Installer.
- Amendment 3: Posted a conformed RFP, extended the Period of Performance to 240 days, added a geotechnical report, and updated plans and Q&A.
- Amendment 2: Added the full text of provision 52.228-1 regarding Bid Guarantees.
- Amendment 1: Replaced a corrupted plans attachment.
Evaluation Criteria (Prior to Cancellation)
Proposals were to be evaluated using a Lowest Price Technically Acceptable (LPTA) source selection process, considering Technical (Acceptable/Unacceptable), Past Performance (Acceptable/Unacceptable), and Price factors. Technical evaluation required demonstrating relevant experience, a technical approach, and a summary schedule.
Action for Bidders
Interested parties should monitor SAM.gov for a potential reissuance of a revised solicitation for this requirement.