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), under the Department of Health and Human Services, is soliciting proposals for the Rosebud Lift Station Construction project in Rosebud, SD. This project involves the full removal and replacement of the existing wastewater lift station serving the Rosebud Comprehensive Health Care Facility, hospital quarters, and tribal program buildings. The new lift station will be designed to accommodate future expansion and incorporate modern systems, including chopper pumps and an advanced control system. This is an Indian Small Business Economic Enterprise (ISBEE) Set-Aside with an estimated construction magnitude between $500,000 and $1,000,000.
Scope of Work
The contractor will be responsible for the complete demolition of the existing wet well, dry well, pumps, and piping. The new construction includes a wet well, dry well, installation of chopper pumps, force main connection, and a new control system for monitoring flow and equipment status. The project aims to address current issues of pump failures and limited capacity due to unanticipated growth. Technical specifications detail requirements for site preparation, utility installation, concrete work, electrical systems, and fencing.
Contract Details & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: 240 calendar days from Notice to Proceed.
- Response Due Date: March 23, 2026, by 2:00 PM local time.
- Place of Performance: 1319 Soldier Creek Road, Rosebud, SD 57570.
- Set-Aside: Indian Small Business Economic Enterprise (ISBEE).
- TERO: Tribal Employment Rights Office (TERO) requirements are applicable.
Evaluation & Submission
Award will be based on a Lowest Price Technically Acceptable (LPTA) source selection process. Evaluation factors include Technical (Acceptable/Unacceptable), Past Performance (Acceptable/Unacceptable), and Price. Key technical requirements include demonstrating relevant experience (e.g., replacing a sewage lift station within the last five years), a technical approach narrative, and a summary schedule. The previous licensing requirement for a Sewer and Water Contractor/Installer has been removed. Offerors must submit an Indian Economic Enterprise Representation Form and a Self-Performed Calculation Sheet. Past performance can be documented via an optional questionnaire.
Key Amendments & Clarifications
Multiple amendments have been issued, extending the offer due date, clarifying specifications, and updating attachments. Notably, the Period of Performance was extended to 240 days. The pump specification was corrected from "Vaughan V3V" to "Vaughan S3P" as the brand name or equal submersible pump. Offerors may propose alternative components, such as an Allen Bradley CompactLogix 5069 series PLC for the SCADA system. A geotechnical report is available, and the latest Q&A clarifies various technical and submission details. All amendments must be acknowledged.
Contacts
For inquiries, contact Daniel Cotto at daniel.cotto@ihs.gov or 240-461-7841, or Andrew E. Hart at andrew.hart@ihs.gov or 206-375-4443.