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, 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 complex, including the hospital, quarters, and tribal program buildings. The new lift station will be designed for future expansion and improved capacity. This is an Indian Small Business Economic Enterprise (ISBEE) Set-Aside. Proposals are due March 2, 2026, at 2:00 PM local time.
Scope of Work
The project requires the complete removal and demolition of the existing lift station, including its wet well, dry well, pumps, and piping. The contractor will then construct a new lift station, which will feature a new wet well, dry well, chopper pumps, and a force main connection. A new control system will also be installed to monitor flow and equipment status. The new infrastructure will connect to existing upstream manholes and gravity sewer lines, ensuring it can handle the full sanitary load and accommodate anticipated future expansion. The construction magnitude is estimated between $500,000 and $1,000,000.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: 240 calendar days from Notice to Proceed (updated by Amendment 3)
- Set-Aside: Indian Small Business Economic Enterprise (ISBEE)
- Applicable Regulations: Tribal Employment Rights Office (TERO) requirements are applicable, including potential fees and work permits for non-local Indian employees.
- NAICS: 237110 (Water and Sewer Line and Related Structures Construction)
Submission & Evaluation
Proposals must be submitted electronically by March 2, 2026, at 2:00 PM local time. 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 (minimum one sewage lift station replacement within the last five years), a technical approach narrative, and a summary schedule. Resumes for key personnel (Project Manager, Superintendent, Safety Officer) are not required, but the technical approach should address these roles.
- Past Performance: Acceptable/Unacceptable, evaluated using available data and optional Past Performance Questionnaires (PPQs). Small businesses may use affiliate past performance if the affiliate was small at the time of award.
- Price: Evaluated for fairness and reasonableness. Offerors must acknowledge all amendments with their submission. A bid bond is required, per Amendment 2, for 20% of the bid price or $3.0M, whichever is less.
Key Requirements & Attachments
- ISBEE Certification: Offerors must complete and submit the "Indian Health Service Buy Indian Act Indian Economic Enterprise Representation Form" to self-certify their eligibility.
- Subcontracting Limitations: A "Self-Performed Calculation Sheet" must be completed to demonstrate compliance with FAR 52.219-14/17.
- Technical Specifications: Detailed specifications (J03 Tech Specs RLSC.pdf) cover materials, methods, quality standards, site preparation, utility installation, concrete, electrical, fencing, and landscaping.
- Wage Determination: Prevailing wage rates and fringe benefits for Todd County, SD, are provided (J03 Wage Det SD20260018 2Jan2026.pdf).
- Geotechnical Report: Attachment J02a (RB Geotech Report from 300 feet away.pdf) provides subsurface conditions and foundation design data.
- Pump Specification: Section C, paragraph I, addresses the Vaughan Model V3V/V3VR brand name or equal requirement; alternatives can be proposed if compatibility requirements are met.
- Base Course: 12-inches of base course underneath the concrete pad is sufficient.
Important Dates & Contacts
- Proposal Due Date: March 2, 2026, 2:00 PM local time
- Site Visit: February 9, 2026, 8:00 AM CST
- Online Pre-proposal Conference: February 9, 2026, 10:00 AM CST
- Primary Contact: Daniel Cotto, daniel.cotto@ihs.gov, 240-461-7841