Rosebud Lift Station Construction

SOL #: 75H70126R00018Solicitation

Overview

Buyer

Health And Human Services
Indian Health Service
DIV OF ENGINEERING SVCS - SEATTLE
SEATTLE, WA, 98121, United States

Place of Performance

Rosebud, SD

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

Construction Of Sewage And Waste Facilities (Y1ND)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior) (ISBEE)

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Mar 2, 2026, 10:00 PM

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 an existing wastewater lift station serving the Rosebud Comprehensive Health Care Facility and tribal buildings. This is an Indian Small Business Economic Enterprise (ISBEE) Set-Aside solicitation. Proposals are due by March 2, 2026.

Project Overview

The existing lift station, in place since the early 1990s, is undersized and experiencing frequent failures due to unanticipated growth in the hospital and tribal programs. The facility anticipates increased expansion in the emergency department, new tribal programs (dialysis, detox, Tribal Health Administration Building), and additional housing units. The current pumps require replacement every 1-2 years, and recent failures necessitated sewage disposal to prevent overflow. This project aims to increase capacity, switch to chopper pumps to handle random objects, and ensure the new system can accommodate future expansion.

Scope of Work

The project requires the full removal and replacement of the existing lift station. This includes:

  • Demolition of the existing wet well, dry well, pumps, and piping.
  • Construction of a new lift station with a larger wet well and dry well.
  • Installation of chopper pumps and force main connection.
  • Implementation of a new control system for monitoring flow and equipment status.
  • Connection to upstream manholes and gravity sewer.
  • Associated site work, earthwork, utility installation (water, sewer, force main), concrete work, electrical systems, fencing, and landscaping as detailed in technical specifications.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Construction Magnitude: Between $500,000 and $1,000,000
  • Period of Performance: 120 calendar days from Notice to Proceed.
  • Set-Aside: Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior).
  • TERO: Tribal Employment Rights Office (TERO) requirements are applicable.
  • Place of Performance: Rosebud Comprehensive Health Care Facility, Rosebud, SD 57570.

Submission & Evaluation

Proposals are due by 2:00 PM local time on March 2, 2026. Award will be based on a Lowest Price Technically Acceptable (LPTA) source selection process. Evaluation factors include:

  • Technical: Acceptable/Unacceptable, requiring demonstration of license, relevant experience, a technical approach narrative, and a summary schedule. Bidders must complete the "Optional Company Specialized Experience" form.
  • Past Performance: Acceptable/Unacceptable, evaluated based on available data (CPARS) and optional Past Performance Questionnaires (PPQs).
  • Price: Evaluated for fairness and reasonableness.
  • Compliance: Offerors must comply with "Limitations on Subcontracting" using the "Self-Performed Calculation Sheet" and adhere to Davis-Bacon wage laws (WH-347 payrolls, Wage Determination SD20260018).
  • ISBEE Certification: Bidders must self-certify their eligibility as an Indian Economic Enterprise using the provided "IHS IEE Representation Form" and be registered in SAM.

Key Dates & Contacts

  • Site Visit: Scheduled for 8:00 AM CST on February 9, 2026.
  • Online Pre-proposal Conference: Scheduled for 10:00 AM CST on February 9, 2026.
  • Primary Contact: Daniel Cotto, daniel.cotto@ihs.gov, 240-461-7841.
  • Secondary Contact: Andrew E. Hart, andrew.hart@ihs.gov, 206-375-4443.

People

Points of Contact

Daniel CottoPRIMARY
Andrew E. HartSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Solicitation
Posted: Mar 12, 2026
View
Version 8
Solicitation
Posted: Mar 10, 2026
View
Version 7
Solicitation
Posted: Mar 2, 2026
View
Version 6
Solicitation
Posted: Feb 25, 2026
View
Version 5
Solicitation
Posted: Feb 18, 2026
View
Version 4
Solicitation
Posted: Feb 11, 2026
View
Version 3
Solicitation
Posted: Jan 30, 2026
View
Version 2Viewing
Solicitation
Posted: Jan 27, 2026
Version 1
Pre-Solicitation
Posted: Jan 21, 2026
View