Zuni Quarters Sewer Improvement Project
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 Zuni Quarters Sewer Improvement Project in Zuni, New Mexico. This project involves construction services to address aging sewer lines at the Zuni Comprehensive Community Health Center. This is a Total Small Business Set-Aside.
Scope of Work
The project requires construction services including:
- Installation of new sanitary sewer lines ('A' and 'B') with new inverts and manholes.
- Reconnection of service laterals to housing units and tie-in to the existing system.
- Removal and demolition of existing materials, including asphalt and concrete, with off-site disposal.
- Restoration of curb & gutter, driveways, landscaping, and asphalt roads.
- Development and implementation of a traffic control plan.
- Provision of a 1-Year warranty on all parts and labor.
- All existing sewer lines must remain in operation during construction, requiring bypass plans.
Technical provisions detail requirements for excavation, backfill, safety (OSHA), and material specifications (e.g., SDR-35 PVC for 4" service lines, round manholes). The Buy America Act applies. A Storm Water Pollution Prevention Plan (SWPPP) is not required as the project disturbs less than 1 acre.
Contract Details
- Contract Type: Firm-Fixed Price
- Period of Performance: 10 calendar days to commence work after Notice to Proceed, 90 calendar days to complete.
- Magnitude: Between $100,000.00 and $250,000.00.
- NAICS Code: 237110 (Water and Sewer Line and Related Structures Construction) with a $45 million size standard.
- Set-Aside: 100% Small Business Set-Aside.
- Wage Determination: NM20260011 dated 01/02/2026 applies, specifying prevailing wage rates for heavy construction in relevant New Mexico counties.
- Performance Bonds: Required.
- TERO: Tribal Employment Rights Office (TERO) is applicable; contractors must contact the Zuni TERO office upon award to confirm costs.
Submission & Evaluation
- Proposal Due Date: February 04, 2026, at 2:00 PM CST.
- Site Visit: January 07, 2026, at 11:00 AM CST (already passed).
- Evaluation Factors: Lowest Price Technically Acceptable (LPTA) source selection. Factors include Specialized Experience, Past Performance, and Price. Proposals must be technically acceptable and have satisfactory past performance.
- Required Forms: Bidders must submit Volume I (Technical Proposal) and Volume II (Price Proposal) electronically in PDF format. Key attachments include:
- Attachment J03 (Price Schedule_Rev.2 dated January 26, 2026): Bidders must bid on all 20 line items, including all taxes and fees (New Mexico Gross Receipts Tax).
- Attachment J04 (Company Specialized Experience Construction Form_Rev.1 dated January 26, 2026): Requires documentation of relevant construction experience within the last six years.
- Attachment J05 (Past Performance Questionnaire): Clients must complete this form for submission with the proposal.
- Amendments: Offerors must acknowledge receipt of Amendment A00002 (and A00001) on their cover letter or by submitting a signed SF30.
Key Amendments & Clarifications
- Amendment A00002 (Jan 27, 2026): Addressed further pre-proposal inquiries (1-48), updated Price Schedule (J03 Rev.2) and Specialized Experience Form (J04 Rev.1), and added Boundary Survey Plat (J01c).
- Amendment A00001 (Jan 21, 2026): Extended the proposal due date to February 04, 2026, updated wage determination (J02), revised Price Schedule (J03 Rev.1), added Technical Provisions (J01a) and Details (J01b), and revised Section C.
- Clarifications: The Owner will handle materials testing and inspections. Contractor is responsible for locating waste disposal sites and borrow areas. Construction water costs will be coordinated post-award.
Contact Information
- Primary: Shaukat Syed (shaukat.syed@ihs.gov, 516-361-4989)
- Secondary: Jenny Scroggins (Jenny.Scroggins@ihs.gov, 817-791-5768)