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 complex. This is an Indian Small Business Economic Enterprise (ISBEE) Set-Aside. Proposals are due by March 9, 2026.
Project Overview
The existing lift station, in place since the early 1990s, is experiencing frequent pump failures and capacity limitations due to increased expansion at the hospital, new tribal programs, and additional housing units. The project aims to replace the entire lift station with a new system, including a wet well, dry well, chopper pumps, force main connection, and a new control system. The new station will be sized to handle current and future sanitary loads, and the existing infrastructure will be demolished.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: 240 calendar days from Notice to Proceed (extended from 120 days by Amendment 3).
- Construction Magnitude: Between $500,000 and $1,000,000.
- Set-Aside: Indian Small Business Economic Enterprise (ISBEE).
- TERO: Tribal Employment Rights Office (TERO) requirements are applicable.
- Place of Performance: 1319 Soldier Creek Road, Rosebud, SD 57570.
Submission & Evaluation
- Proposal Due Date: March 9, 2026, by 2:00 PM local time (extended by Amendment 4).
- Evaluation: Lowest Price Technically Acceptable (LPTA) source selection.
- Evaluation Factors: Technical (Acceptable/Unacceptable), Past Performance (Acceptable/Unacceptable), and Price.
- Technical Requirements: Proposals must demonstrate relevant experience (minimum one project 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 by Amendment 4.
- Past Performance: Will be evaluated based on available data, including CPARS and optional Past Performance Questionnaires (PPQs).
- Key Personnel: Resumes for Key Personnel (Project Manager, Superintendent, Safety Officer) are not required; the technical approach should address the approach to key personnel.
- Subcontracting: Offerors must complete a Self-Performed Calculation Sheet to demonstrate compliance with subcontracting limitations.
Key Amendments & Clarifications
- Amendment 4 extended the offer due date to March 9, 2026, and removed the licensing requirement from the technical proposal.
- Amendment 3 extended the Period of Performance to 240 days, added a geotechnical report, and updated the Q&A document.
- Consolidated Q&A clarifies that alternative pumps can be proposed as equals and that 12 inches of base course beneath the concrete pad is sufficient.
Contact Information
- Primary Contact: Daniel Cotto (daniel.cotto@ihs.gov, 2404617841)
- Secondary Contact: Andrew E. Hart (andrew.hart@ihs.gov, 206-375-4443)