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), through its Division of Engineering Services - Seattle, has issued a Solicitation for the Rosebud Lift Station Construction project. This opportunity involves the full removal and replacement of the existing wastewater lift station at the Rosebud Comprehensive Health Care Facility in Rosebud, SD 57570. The project aims to upgrade infrastructure to handle current and future expansion, addressing issues with the aging and undersized existing system. This is an Indian Small Business Economic Enterprise (ISBEE) Set-Aside. Proposals are due by March 2, 2026, at 2:00 PM local time.
Scope of Work
The project requires the complete demolition of the existing lift station, including its wet well, dry well, pumps, and piping. The contractor will then construct a new, larger lift station designed to accommodate the full sanitary load for the hospital, quarters units, and tribal program buildings, with capacity for future expansion. Key components of the new installation include a wet well, dry well, chopper pumps, force main connection, and a new control system for monitoring flow and equipment status. The work also involves connecting to upstream manholes and gravity sewer, and modifications to one existing manhole. Technical specifications detail requirements for site clearing, earthwork, excavation, concrete work, electrical systems, and various utility installations.
Contract Details
- Contract Type: Firm-Fixed-Price
- Estimated Magnitude: Between $500,000 and $1,000,000
- Period of Performance: 120 calendar days from the Notice to Proceed.
- Set-Aside: Indian Small Business Economic Enterprise (ISBEE) Set-Aside.
- TERO: Tribal Employment Rights Office (TERO) requirements are applicable, including potential fees and work permits for non-local Indian employees.
- Wage Rates: Davis-Bacon Act prevailing wage rates for Todd County, South Dakota, apply.
Submission & Evaluation
Proposals will be evaluated using a Lowest Price Technically Acceptable (LPTA) source selection procedure. Evaluation factors include:
- Technical: Requires demonstration of license, relevant experience, a technical approach narrative, and a summary schedule. Bidders must submit an Optional Company Specialized Experience Form for relevant projects.
- Past Performance: Evaluated based on available data (e.g., CPARS) and optional Past Performance Questionnaires (PPQs) completed by clients.
- Price: Evaluated for fairness and reasonableness. Offerors must acknowledge all amendments and complete the Indian Economic Enterprise Representation Form to certify ISBEE eligibility. Compliance with "Limitations on Subcontracting" must be documented using the Self-Performed Calculation Sheet.
Key Dates & Contacts
- Solicitation Published: January 30, 2026
- Site Visit: February 9, 2026, at 8:00 AM CST
- Online Pre-proposal Conference: February 9, 2026, at 10:00 AM CST
- Proposals Due: March 2, 2026, by 2:00 PM local time.
- Primary Contact: Daniel Cotto, daniel.cotto@ihs.gov, 240-461-7841.
- Secondary Contact: Andrew E. Hart, andrew.hart@ihs.gov, 206-375-4443. All questions or concerns should be routed through daniel.cotto@ihs.gov.