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 sewer lift station serving the Rosebud complex, including the hospital, quarters, and tribal buildings. The new lift station will be designed to accommodate current and future expansion needs. This is an Indian Small Business Economic Enterprise (ISBEE) Set-Aside. Proposals are due by March 16, 2026.
Scope of Work
The project requires the complete demolition of the existing wet well, dry well, pumps, and piping. The contractor will construct a new lift station, including a new wet well, dry well, and the installation of Vaughan S3P (or equal) submersible chopper pumps. The scope also includes force main connection and a new control system for monitoring flow and equipment status. The new station will take the full sanitary load and be sized for future expansion.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: 240 calendar days from Notice to Proceed.
- Construction Magnitude: Between $500,000 and $1,000,000.
- Set-Aside: Indian Small Business Economic Enterprise (ISBEE). Tribal Employment Rights Office (TERO) requirements are applicable.
- Proposal Due Date: March 16, 2026.
- Published Date: March 2, 2026 (latest amendment).
Submission & Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) source selection process, evaluating Technical (Acceptable/Unacceptable), Past Performance (Acceptable/Unacceptable), and Price.
- Technical Proposal: Requires demonstration of 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 has been removed. Resumes for Key Personnel (Project Manager, Superintendent, Safety Officer) are not required.
- Past Performance: Offerors must submit an Optional Past Performance Questionnaire completed by clients. Small businesses may use past performance from an affiliate that was small at the time of award.
- Price Proposal: Must include a bid bond and comply with Davis-Bacon Act wage determinations (SD20260018 for Todd County, SD). A Self-Performed Calculation Sheet is required to demonstrate compliance with subcontracting limitations.
Amendments & Notes
This solicitation has been amended multiple times. The latest amendment (A05) extended the proposal due date and corrected the specified submersible pump model to "Vaughan S3P" (or equal). Offerors must acknowledge all amendments. A geotechnical report is available, and the project start is anticipated around early June.