INSTALL DIRECT DIGITAL CONTROLS
ID: 140A2325R0039Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSINDIAN EDUCATION ACQUISITION OFFICEAlbuquerque, NM, 87104, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF SCHOOLS (Z2CA)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the installation of Direct Digital Controls at the Cheyenne Eagle Butte School in South Dakota. The project aims to upgrade the existing mechanical systems by replacing pneumatic controls with modern digital temperature sensors and control valves, ensuring compliance with federal regulations and enhancing the educational environment. This initiative is part of a broader commitment to improve infrastructure in educational facilities, with a contract value estimated between $250,000 and $500,000. Proposals are due by July 10, 2025, and interested contractors can contact Tanna Finley at tanna.finley@bie.edu or call 505-918-2285 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the "Direct Digital Control System Upgrade" project for Cheyenne Eagle Butte BIE School in Eagle Butte, South Dakota. The main objective is for a contractor to execute all necessary work as per the project specifications and plans, with a stipulated completion time of 180 calendar days following the issuance of the notice to proceed. The project emphasizes adherence to the provided design and specifications, which aim to enhance the building's digital control systems. Key attachments include a detailed design plan set and specifications related to the Great Plains DDC system upgrade. This initiative is part of broader efforts within government funding frameworks to enhance educational facilities and promote better resource management through upgraded technology, showcasing a commitment to improving infrastructure in educational environments.
    The document outlines a Performance Bond Form (Standard Form 25) used in connection with government contracts, ensuring that principals (contractors) fulfill their obligations to the United States government. It requires the inclusion of necessary information such as the principal’s name and address, type of organization, and details of surety companies, which are financial entities guaranteeing the contract completion. The bond stipulates that if the principal meets the contractual terms and any modifications, the bond obligation becomes void. It emphasizes that sureties, whether individual or corporate, must be approved by the Department of the Treasury and act within specified liability limits. The instructions detail procedural requirements for completing the form, including the need for signatures, corporate seals, and identification of sureties. Overall, the purpose of the form is to legally bind the involved parties to ensure contract performance, underlining the government's commitment to mitigating risk in federal contracting processes, which is essential in managing federal grants and RFPs at various levels of government.
    The document outlines the requirements and format for a payment bond used in federal contracts under the statute 40 USC Chapter 31, Subchapter III. It is designed to protect those supplying labor and materials for federal projects by binding the principal and sureties to pay all related debts. Key components include the principal’s legal name and address, type of organization, contract details, penal sum of the bond, sureties’ identities, and signatures affixed with corporate seals. The bond becomes void if the principal fulfills payment obligations to all parties supplying labor or materials. Specific instructions clarify the process for filling out the bond, the requirement for corporate sureties to be approved by the Department of the Treasury, and obligations regarding co-surety arrangements. The document emphasizes adhering to the standard form unless otherwise approved and includes provisions for individual sureties to provide additional documentation. This payment bond is crucial for ensuring compliance and protecting workers in contracts funded by federal grants and requests for proposals (RFPs).
    The document outlines the requirements for entities responding to federal procurement opportunities under the Buy Indian Act, specifically concerning the definition of an "Indian Economic Enterprise" (IEE). It states that the signature in the Offeror Section confirms self-certification that the Offeror qualifies as an IEE, per the Department of the Interior Acquisition Regulation (DIAR) Part 1480. Key points include the obligation to meet eligibility criteria at the time of the offer, contract award, and throughout the contract duration. Contracting Officers may request further documentation at any stage, and providing false information can lead to legal penalties under U.S. law. The form emphasizes recording critical information about the tribal entity, including its legal business name and ownership details, facilitating compliance with federal RFP processes for Indian enterprises. This ensures that specific federal procurement opportunities are allocated fairly to qualified entities within the Indian community.
    The document outlines the architectural and engineering project for the Cheyenne Eagle Butte School under the U.S. Department of the Interior, focusing on upgrading the mechanical systems, specifically a DDC controls system. It highlights key responsibilities for contractors, including obtaining permits, coordinating the work of multiple trades, and ensuring compliance with federal regulations and ADA standards. The project involves existing pneumatic systems being replaced with modern temperature sensors and control valves. It emphasizes the necessity for contractors to verify existing conditions and be responsible for creating a fully functional system that adheres to relevant health and safety codes. Extensive detailing of mechanical plans and specifications is provided, addressing both the first and second floors. This initiative signifies a commitment to improving educational facilities while ensuring compliance with applicable construction and accessibility standards.
    The "BIA CEB DDC Controls System Valve Upgrades" project document outlines the specifications and procedures for the upgrade and installation of heating, ventilation, and air conditioning (HVAC) control systems at the Cheyenne Eagle Butte School in South Dakota. It encompasses procurement requirements, demolition, and installation tasks associated with the project's scope, which includes replacing pneumatic valves with electric units and commissioning HVAC systems. Key responsibilities involve submitting administrative and technical documentation electronically, ensuring compliance with project specifications, and conducting regular inspections and progress meetings throughout the execution phase. The document delineates specific sections, including administrative requirements that dictate submittal procedures, execution of demolition, and installation of HVAC control systems as per the outlined guidelines. Emphasis is placed on maintaining safety during operations, effective coordination among contractors, and thorough training for the operational staff. This project is a part of federal RFPs and grant initiatives aimed at improving educational facilities, demonstrating the government's commitment to enhancing infrastructure for better educational environments. The comprehensive guidelines ensure streamlined communication and efficient project execution while adhering to safety and regulatory standards.
    This document outlines the federal wage determination for building construction projects in South Dakota, specifically in Dewey County, effective from January 24, 2025. It specifies minimum wage rates under the Davis-Bacon Act and references Executive Orders for wage requirements. For contracts initiated or renewed after January 30, 2022, workers must receive at least $17.75 per hour. Contracts prior to this date, not extended afterward, must compensate at least $13.30 per hour. The document includes various trade classifications and their prevailing wage rates, detailing the rates and fringe benefits for multiple construction trades, such as asbestos workers, bricklayers, and plumbers. Additionally, it covers procedures for appeals regarding wage determinations and ensures compliance with worker protection laws, including those for paid sick leave mandated by Executive Order 13706. The primary purpose is to establish wage guidelines for government contracts, ensuring fair worker compensation in alignment with federal regulations, while providing a framework for contractors regarding their obligations and fostering compliance with labor standards in construction projects. This summary captures the essence of the original document, focusing on wage rates, labor compliance, and contractor responsibilities.
    The Bureau of Indian Affairs outlines health and safety standards applicable to contractors and grantees in federal projects. Effective and revised between 2005 and 2009, these standards cover a wide range of codes, including OSHA compliance, fire safety, accessibility, building safety, and energy conservation. Key requirements include adherence to national fire codes, architectural barriers accessibility standards, and specific mechanical and electrical system regulations. Buildings over 2000 square feet must have automatic sprinklers, and energy-efficient designs must aim for a 30% reduction in energy use compared to a baseline. Plumbing and environmental quality standards also emphasize food sanitation, water facilities, and pest control measures, ensuring compliance with environmental regulations. The document serves as a comprehensive guide to ensure safe, accessible, and sustainable construction practices within the jurisdiction of the Bureau of Indian Affairs, which is crucial for federal grants and RFPs in the context of government projects. Overall, it emphasizes the commitment to safety, environmental quality, and accessibility in facility management and construction initiatives.
    The document is a Material Approval Submittal form (IA FORM 3000) issued by the Department of the Interior's Indian Affairs. It is specifically designed for contractors to submit materials for approval related to federal contracts. The form outlines the requirements for submitting specifications regarding various materials, including their types, model numbers, and manufacturers. Contractors must ensure submissions comply with contract specifications, with clear identification of items for evaluation. The form must be completed in four copies, signed, and submitted to the contracting officer. It details the process for submitting materials, including the need for consecutive numbering and the identification of resubmissions. The submission is invalid without the contracting officer's signature, indicating adherence to contract terms. The instructions emphasize the importance of organization and clarity in submissions to facilitate effective evaluation by the government. This document serves a critical role in the procurement process by ensuring that all materials incorporated into federal contracts meet established standards, thus promoting accountability and compliance with federal regulations.
    The document outlines the Contract Progress Schedule used by the Department of the Interior, Indian Affairs, to track the progress of contracts. It provides a structured format for contractors to report the starting and completion dates, project title, and other essential details. Contractors must detail major work elements, their percentage of completion, and planned progress across specified time intervals. The document emphasizes the importance of submitting accurate progress reports to the contracting officer at established intervals, as these reports influence contract administration and payment approvals. In the event of contract modifications, a revised schedule must be prepared and submitted for approval, reflecting any changes in work or deadlines. The instructions aim to ensure transparency and accountability in contract execution, which is crucial for effective governance in federal funding and grants management. The overall purpose is to facilitate systematic tracking and reporting of project completion status, promoting efficient oversight of government contracts.
    The document is a Contract Progress Report from the Department of the Interior, Indian Affairs, designed to monitor contractor performance on federal projects. It includes sections for identifying the contractor, contract dates, and specific project details. Key components consist of a work element breakdown showing the percentage of completion both for the current period and cumulatively. The report requires certification from a contractor representative, confirming progress consistent with contract specifications, and a review by a contracting officer. Additionally, it prompts the contractor to confirm whether payrolls have been submitted during the reporting period. The structure emphasizes accountability and transparency in federal contracting processes, ensuring that payments to contractors are based on documented progress, thus aligning with the broader goals of federal grants and RFPs to maintain proper financial oversight and project management in government-funded initiatives.
    The document is a Statement and Acknowledgment form used for federal contracting purposes, specifically regarding the award of subcontracts under a prime contract. It includes key sections for both the prime contractor and subcontractor detailing essential information such as contract numbers, award dates, contractor identities, project details, and compliance with federal labor standards. The prime contractor must indicate whether the contract includes specific clauses related to labor laws, and the subcontractor must acknowledge the incorporation of these requirements within their agreement. The form also allows for the identification of any intermediate subcontractors. This documentation is crucial for ensuring adherence to federal regulations related to labor standards, thereby facilitating appropriate compliance during the execution of publicly funded projects. The form is structured to gather necessary data efficiently, complying with the Paperwork Reduction Act, and includes a statement regarding the reporting burden. Overall, it underscores the importance of accountability and adherence to labor laws in federal and state contracting environments.
    The document is a solicitation for proposals (RFP) initiated by the Indian Education Acquisition Office for the installation of Direct Digital Controls at the Cheyenne Eagle Butte School in South Dakota. The project aims to replace existing direct digital controls as part of a broader effort to enhance educational facilities. Proposals are due by July 10, 2025, with a 90-day acceptance period following the deadline. The contract is expected to be awarded based on the submitted bids, with a price range between $250,000 and $500,000. Key requirements include compliance with construction wage determinations, bonding obligations, and background investigations for personnel due to the sensitive nature of working near children. The document specifies a mandatory site visit, detailed submission protocols for bids, and a focus on the contractor's provision of necessary materials and safety measures during implementation. This RFP aligns with federal procurement processes aimed at enhancing infrastructure in educational settings, while emphasizing regulations regarding safety, tribal considerations, and Indian Economic Enterprise participation. Overall, it reflects government efforts to ensure quality and compliance in educational facility projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new rooftop unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    73--Steam Kettle
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking quotes for the procurement, removal, and installation of a floor-mounted steam kettle for the Bureau of Indian Education's Turtle Mountain Elementary School in Belcourt, ND. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and requires the provision of new equipment, including a minimum one-year warranty, with a completion timeframe of 30-60 days after receipt of order. The steam kettle is essential for food preparation in educational settings, ensuring that students receive nutritious meals. Interested vendors must submit their all-inclusive firm fixed price quotes, along with necessary documentation, by the specified deadline, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.
    Pine Ridge Multi Phase Door Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi Phase Door Replacement project located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed Price contract, with a performance period of 270 calendar days following the issuance of a Notice to Proceed. Proposals are due electronically by 2 PM Pacific Time on January 6, 2026, and interested parties should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or call 206-615-2452.
    Sources Sought - FYSU Building Automation System (BAS) Corrective and Preventive Maintenance Services – Automated Logic WebCTRL
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS) at the Fort Yuma Health Center (FYHC), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide corrective and preventive maintenance services for its building automation system (BAS) utilizing the Automated Logic WebCTRL® platform. The procurement aims to ensure the reliable operation of critical facility systems, including HVAC, cooling towers, and emergency generators, through comprehensive maintenance services that encompass troubleshooting, repairs, and adjustments. This initiative is part of IHS's commitment to the Buy Indian Act, emphasizing the importance of supporting Indian Economic Enterprises while maintaining essential services for the health center. Interested vendors must submit their capability statements and proof of eligibility by December 24, 2025, and can contact Minkyu Kim at minkyu.kim@ihs.gov for further information.
    Behavioral Health Counselors
    Interior, Department Of The
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is seeking proposals for Behavioral Health Counselors to establish a comprehensive behavioral health program at Pine Ridge School in Pine Ridge, South Dakota. The procurement aims to address ongoing crises, particularly the issue of youth suicide on the reservation, by providing on-site counseling, crisis intervention, assessments, and psychoeducational sessions for both general and special education students. The contract will be a Labor Hour type, requiring two full-time licensed counselors, with a base performance period from January 19, 2026, to January 18, 2027, and four optional one-year extensions. Interested parties can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further details.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    Z--Mescalero Adult Detention Center FI&R
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for a Design/Build Construction Contract aimed at completing the Mescalero Adult Detention Center in Mescalero, New Mexico. This project involves various Facility Improvements & Repair (FI&R) activities, including design, construction, installation, and demolition, with an estimated construction magnitude between $500,000 and $800,000. The contract is set aside for Indian-Owned Small Business Economic Enterprises (ISBEE) and falls under NAICS Code 238210, which pertains to Electrical Contractors and Other Wiring Installation Contractors. Interested parties should prepare for a solicitation expected to be issued around December 24, 2025, and must ensure they have a Unique Entity Identifier (UEI) number and active registration in the System for Award Management (SAM). For further inquiries, contact Laurie Sherrod at laurie.sherrod@bia.gov or call 571-560-0313.