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), Division of Engineering Services - Seattle, is soliciting proposals for the Zuni Quarters Sewer Improvement Project in Zuni, New Mexico. This project involves construction services to upgrade aging sewer infrastructure. This is a Total Small Business Set-Aside. Proposals are due February 04, 2026, at 2:00 PM CST.
Scope of Work
The project entails the construction of new sanitary sewer lines 'A' and 'B', including new inverts, manholes, and the reconnection of service laterals to housing units. It also requires the removal and disposal of existing materials, establishment of a traffic plan, and a 1-year warranty on all parts and labor. Key clarifications from pre-proposal inquiries indicate that the Owner will handle materials testing and inspections, a Storm Water Pollution Prevention Plan (SWPPP) is not required as the project disturbs less than 1 acre, and the contractor is responsible for waste disposal and locating borrow areas. The Buy America Act applies, and the sewer line must remain operational during construction. Square manholes are not permitted; only round manholes are specified. Separate trenches are required for parallel water and sewer installations. Sewer lines C, D, and E are not part of this project.
Contract & Timeline
- Opportunity Type: Solicitation (75H70126R00014)
- Contract Type: Firm-Fixed Price
- NAICS: 237110 (Water and Sewer Line and Related Structures Construction, $45M size standard)
- Magnitude: Between $100,000 and $250,000
- Period of Performance: 10 calendar days to commence work after Notice to Proceed, 90 calendar days to complete.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Proposal Due: February 04, 2026, at 2:00 PM CST
- Published Date: January 29, 2026 (latest amendment)
Evaluation & Submission
Proposals will be evaluated using a Lowest Price Technically Acceptable (LPTA) source selection process. Evaluation factors include Specialized Experience, Past Performance, and Price. Offerors must submit a Technical Proposal (Volume I) and a Price Proposal (Volume II). Required attachments include the revised Price Schedule (J03 Rev.2), Company Specialized Experience Construction Form (J04 Rev.1), and Past Performance Questionnaire (J05). The Tribal Employment Rights Office (TERO) is applicable. Proposals must be submitted electronically in PDF format.
Key Amendments & Clarifications
Multiple amendments have been issued, with Amendment A00003 being the latest. This amendment, along with previous ones, extended the proposal due date to February 4, 2026, and provided comprehensive answers to 49 pre-proposal inquiries. It also updated the Price Schedule (Rev.2), Company Specialized Experience Form (Rev.1), and added a Boundary Survey Plat (J01c), Technical Provisions (J01a), and Details (J01b). An updated Wage Determination (NM20260011) is also included. Offerors must acknowledge all amendments and use the latest versions of all forms.