Skip to content
Department of Health and Human Services

Scattered Sites Well Drilling Project CA22-D46 / EDO-295-D46

Solicitation: 75H70326S00002
Notice ID: c55f10feb008489a8688760b0a61a725

Sources Sought from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: CA. Response deadline: Mar 11, 2026. Industry: NAICS 237110 • PSC Y1QA.

Market snapshot

Awarded-market signal for NAICS 237110 (last 12 months), benchmarked to sector 23.

12-month awarded value
$35,587,609
Sector total $33,290,444,816 • Share 0.1%
Live
Median
$24,133
P10–P90
$19,169$45,802
Volatility
Volatile110%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+591%($26,587,609)
Deal sizing
$24,133 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CA
Live POP
Place of performance
Not listed
State: CA
Contracting office
Sacramento, CA • 95814 USA

Point of Contact

Name
Alicia Powell
Email
Alicia.powell@IHS.gov
Phone
9162681295

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
INDIAN HEALTH SERVICE
Subagency
CALIFORNIA INDIAN HEALTH SERVICE
Office
Not available
Contracting Office Address
Sacramento, CA
95814 USA

More in NAICS 237110

Description

Scattered Sites Well Drilling

Project CA22-D46 / EDO-295-D46

Pala, San Diego County, California

1. PURPOSE

This is a Sources Sought Notice issued for market research purposes only in accordance with FAR Part 10.

The Indian Health Service (IHS), California Area Office, is seeking qualified contractors capable of performing water well drilling and pump installation services in Pala, California.

The Government is conducting market research to determine whether sufficient qualified firms exist to justify:

  1. A Buy Indian Act set-aside (Indian Small Business Economic Enterprise – ISBEE), and/or
  2. A Small Business Set-Aside under FAR Part 19.

This notice is not a solicitation and does not constitute a commitment by the Government to issue a solicitation or award a contract.

2. PROJECT DESCRIPTION

The project consists of constructing one (1) individual residential water supply well, including:

  • Drilling approximately 400 feet (depth may vary)
  • Installation of 6-inch nominal diameter PVC casing
  • Installation of slotted casing or well screen (as required)
  • Surface sealing and annular grout
  • Filter pack placement (if required)
  • Well development
  • Step drawdown and recovery pump testing
  • Water quality testing (EPA-certified lab)
  • Installation of submersible pump system (approx. 1 HP base assumption)
  • Installation of drop pipe and submersible cable
  • Well disinfection
  • Documentation including driller’s log and aquifer test forms

Minimum performance requirement:

  • Well must produce a minimum of 5 gallons per minute (GPM)
  • Sand content shall not exceed 5 ppm

Estimated Period of Performance: 70 calendar days

3. NAICS CODE

NAICS: 237110 – Water and Sewer Line and Related Structures Construction
Size Standard: $45 Million

4. INDIAN PREFERENCE (BUY INDIAN ACT)

The Government is specifically seeking responses from firms that qualify as:

Indian Small Business Economic Enterprises (ISBEE)

To qualify under the Buy Indian Act (25 U.S.C. §47), a firm must:

  • Be at least 51% owned by one or more federally recognized American Indians or Alaska Natives
  • Be managed and controlled by one or more American Indians or Alaska Natives
  • Qualify as a small business under the applicable NAICS code
  • Meet the requirements of HHSAR Subpart 326.6

Firms responding as ISBEE shall clearly identify:

  • Tribal affiliation(s) of ownership
  • Documentation demonstrating ownership and control
  • SAM registration reflecting ISBEE status (if applicable)

If two or more responsible ISBEE firms are determined capable, the Government may set aside the procurement under the Buy Indian Act.

5. SMALL BUSINESS SET-ASIDE

If adequate ISBEE capability is not identified, the Government may consider:

  • Total Small Business Set-Aside
  • 8(a) Set-Aside
  • HUBZone Set-Aside
  • Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • Woman-Owned Small Business (WOSB)

Respondents shall clearly indicate their business size and socio-economic status.

6. RESPONSE REQUIREMENTS

Interested firms shall submit a capability statement not to exceed five (5) pages that includes:

  1. Company name, UEI, CAGE Code
  2. Business size and socioeconomic status
  3. California C-57 Well Drilling Contractor License number
  4. Bonding capacity (single and aggregate)
  5. Relevant project experience within the past five (5) years involving:
    • Water well drilling ≥ 300 feet
    • Pump installation
    • Step drawdown testing
    • Water quality certification
  6. Description of available drilling equipment
  7. Ability to meet a 70-day performance schedule
  8. Statement confirming compliance with:
    • AWWA A100
    • California Department of Water Resources Well Standards
  9. If claiming ISBEE status:
    • Description of ownership and control structure
    • Tribal enrollment documentation (summary only; do not include SSNs)

7. LIMITATIONS ON SUBCONTRACTING

Respondents should indicate their ability to comply with:

  • FAR 52.219-14 (Limitations on Subcontracting), if set aside under FAR Part 19
  • HHSAR 326.601 requirements if awarded under the Buy Indian Act

8. SUBMISSION INSTRUCTIONS

Responses shall be submitted electronically to:

[Insert Contracting Officer or Specialist Email]
Subject Line: “Sources Sought – CA22-D46 Well Drilling”

Responses are due no later than:
[Insert Date – typically 10 to 15 calendar days from posting]

9. DISCLAIMER

This Sources Sought Notice is for planning purposes only and does not constitute a solicitation. The Government will not reimburse respondents for any costs associated with submission of this information.

The Government reserves the right to determine the appropriate acquisition strategy based on responses received.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.