71--Ft. Vancouver Bldg 993 Furniture, Design & Install
ID: 140A1225Q0002Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSCENTRAL OFFICERESTON, VA, 20192, USA

NAICS

Office Furniture (except Wood) Manufacturing (337214)

PSC

OFFICE FURNITURE (7110)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Dec 18, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 28, 2025, 1:00 AM UTC
Description

The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors to provide furniture design and installation services for the Fort Vancouver Building 993 in Vancouver, Washington. The project involves creating an optimized layout for approximately 8,670 square feet of office space, including the procurement and assembly of various office furniture, ensuring compliance with ADA standards, and the removal of excess items. This procurement is particularly significant as it is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), promoting economic opportunities within tribal communities. Interested vendors must submit their proposals by January 27, 2025, with an anticipated completion date for installation set before February 28, 2025. For further inquiries, potential bidders can contact Brian Roberts at brian.roberts@bia.gov or by phone at 503-231-2279.

Point(s) of Contact
Files
Title
Posted
The document outlines Wage Determination No. 2015-5563 by the U.S. Department of Labor's Wage and Hour Division under the Service Contract Act. It specifies wage rates for various occupations in Oregon and Washington, establishing minimum wages according to the applicable Executive Orders (EO 14026 and EO 13658). For contracts awarded or renewed after January 30, 2022, the minimum wage is set at $17.20 per hour, while prior contracts have a minimum of $12.90 per hour. The document lists specific occupational codes and corresponding wage rates for different roles, such as Administrative Support, Automotive Service, and Food Preparation, alongside required fringe benefits. Additionally, provisions on paid sick leave, vacation, and holidays for contractors are included under applicable Executive Orders. The summary also addresses necessary conformity procedures for any unlisted job classifications and outlines benefits such as health and welfare contributions. This document is crucial for government RFPs and federal contracts, ensuring compliance with wage standards and worker protections. It serves as a guideline for contractors on wage obligations and workplace regulations under federal contract law.
Jan 17, 2025, 9:05 PM UTC
The document outlines the certification requirements for an "Indian Economic Enterprise" (IEE) under the Buy Indian Act, as stated in 25 U.S.C. 47. It specifies that the Offeror must self-certify their status as an IEE at the time of submitting an offer, at the contract award moment, and throughout the contract's duration. Contracting Officers may request further documentation to verify eligibility at any acquisition stage. Submitting false information may lead to severe legal consequences under relevant U.S. laws. The document includes a representation form for the Offeror to indicate their compliance with IEE definitions, requiring the details of the federally recognized tribal entity, the business owner, and their signature. In the context of government RFPs, federal grants, and state/local RFPs, this document governs compliance for entities seeking contract awards designated for Indian Economic Enterprises, ensuring transparency and adherence to legal standards throughout the acquisition process.
The U.S. Department of the Interior's Bureau of Indian Affairs is seeking a contractor to provide office furniture and design services for the Fort Vancouver Office in Vancouver, WA. The contractor is tasked with developing a layout optimized for existing and new furniture, including the installation of systems furniture and the removal of excess items. Key requirements include the procurement and assembly of various types of desks, ergonomic chairs, storage solutions, and lounge furniture, alongside ensuring compliance with ADA standards. The project encompasses approximately 8,670 square feet of office space, with deadlines for delivery and installation set before February 28, 2025. Coordination for site visits is emphasized, as accurate measurement and planning are crucial for the project's success. Ultimately, the contract aims to create a functional workspace that enhances staff effectiveness while adhering to government standards and specifications for office environments.
The U.S. Department of the Interior's Bureau of Indian Affairs requires a comprehensive office furniture design, installation, and removal project for the Fort Vancouver Office in Vancouver, Washington. The selected contractor is tasked with creating a detailed furniture layout that optimizes the use of existing and new high and lower wall cubicles, as well as executive office setups and lounge areas. Key deliverables include site design, procurement, installation, and removal of excess furniture while adhering to specifications such as ADA compliance, electrical setup, and cohesive design aesthetics. Furniture quantities are outlined, including adjustable desks, various storage units, conference room tables, and ergonomic chairs, ensuring both functionality and comfort. Timelines for installation are strict, with a completion deadline of February 28, 2025, and scheduled planning required. The document emphasizes the importance of a thorough site visit for precise measurements and planning, reflecting government procurement procedures aimed at efficiency and regulatory compliance in office space modernization. The purpose of this RFP is to enhance operational efficiency in the Fort Vancouver Office through strategic furniture planning and execution.
Jan 17, 2025, 9:05 PM UTC
This document pertains to the Fort Vancouver National Historic Site and outlines the space allocation and occupancy classifications for Building 993. It provides detailed floor plans across various levels, indicating the specific square footage designated for different purposes, such as offices, corridors, storage, reception areas, museums, and conference rooms. The total tenant area is 12,338 square feet, with significant allocations for office spaces (7,057 SF) and conference rooms (1,292 SF). Additionally, common areas such as restrooms, network and IT facilities, and mechanical/electric spaces sum up to 2,547 square feet. The information is essential for understanding the functional layout of the building, which is likely required for a Request for Proposal (RFP) or grant related to the forts’ maintenance or development. The document's structure clearly categorizes space usage, indicating a focus on optimizing the historical site for operational efficiency while preserving its integrity. This aligns with government objectives to enhance public spaces while ensuring safety and accessibility in historic buildings.
The document pertains to a change order regarding a partition in a construction or renovation project. It states that the partition has been removed, but there will be no alterations to the finishes of the walls, thus indicating no additional cost impact associated with this change. The clarity of the statement suggests a straightforward execution of project adjustments without financial repercussions, which is essential in the context of government bids and contracting. This implies that budgeting and fiscal management are maintained efficiently while accommodating necessary project adaptations. Overall, the document underscores the importance of adhering to budgetary constraints and managing changes in construction projects effectively.
The document is a detailed Mechanical Equipment Connection Schedule outlining specifications for various electrical and mechanical systems at a facility. It includes equipment descriptions, electrical characteristics, feeder characteristics, and panel information for systems such as air conditioning units, electric heaters, exhaust fans, and mechanical pumps. The schedule categorizes each piece of equipment by tag and location, detailing specifications such as horsepower, voltage, phase, and circuit information. Key sections include installation requirements, such as coordination with installation contractors and safety measures for electrical work. The document also specifies requirements for connections between outdoor and indoor units, highlighting design considerations for various building zones. This file serves as a critical component for government RFPs and grants, establishing a comprehensive framework for the equipment layout, installation standards, and compliance with safety regulations. Its purpose is to ensure that all mechanical and electrical installations are consistent, efficient, and meet safety guidelines, supporting the overarching goal of facility modernization and operational enhancement.
Jan 17, 2025, 9:05 PM UTC
The document contains a Q&A for RFQ 140A1225Q0001 regarding the furniture design and installation project for Ft. Vancouver Building 993. Key topics include delivery timelines, applicability of the Davis-Bacon Act, the need for an electrician, coordination for installation, and furniture specifications. Contractors must submit a full furniture design with their quote, indicating delivery dates clearly. The government confirms that the Davis-Bacon Act does not apply as this is considered a commercial supply purchase, and specifics about existing furniture setups and height compatibility are addressed. The contractor is allowed to handle excess furniture disposal offsite. Overall, contractors are encouraged to attend a site visit for better alignment with project needs. This RFQ emphasizes the importance of clear communication, compliance with specific regulations, and detailed preparation for contractors interested in bidding for the project.
Jan 17, 2025, 9:05 PM UTC
Jan 17, 2025, 9:05 PM UTC
The document outlines an amendment to solicitation number 140A1225Q0002, issued by the Department of the Interior, Bureau of Indian Affairs (DOI, BIA) for a project based in Portland, Oregon. The amendment’s primary purpose is to extend the deadline for submitting quotes to January 27, 2025, at 5:00 PM PST. Additionally, it includes a revised Statement of Work and introduces several attachments, such as building PDFs, questions and answers related to the solicitation, and site visit sign-in sheets. Contractors must acknowledge receipt of this amendment to ensure their offer is considered, with specific methods for submission detailed in the document. As a federal government amendment to a solicitation, this document facilitates compliance and allows potential bidders to make informed decisions regarding their submissions. The overall structure emphasizes timelines and documentation requirements, essential for maintaining the procedural integrity of federal contracting processes.
Jan 17, 2025, 9:05 PM UTC
The document represents a Request for Quotations (RFQ) issued by the Department of the Interior (DOI), Bureau of Indian Affairs (BIA) for the procurement of office furniture and related services for the Ft Vancouver Building 993. This RFQ is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), indicating a commitment to supporting enterprise development within tribal communities. Key components of the procurement include specifications for furniture design, procurement, installation, and disposals, with details provided in a Statement of Work. Vendors are required to submit two separate volumes: a Technical Proposal and a Price Proposal, ensuring compliance with set line item prices and the Service Contract Labor Standards. Essential deadlines include a quote due date by 12/18/2024 and an anticipated delivery date by 02/28/2025. The RFQ incorporates standard FAR and DIAR clauses, ensuring that all proposals meet legal and regulatory requirements. Completing the necessary forms to confirm ISBEE status is critical for potential vendors, reinforcing the focus on local, small business participation. Overall, this solicitation exemplifies proactive government efforts to foster economic growth and opportunities for Indian-owned businesses in the region while ensuring transparency, compliance, and efficiency in federal procurement processes.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Vinyl Tile Installation
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for vinyl tile installation services at the Main Interior Building in Washington, DC. The project involves the installation of approximately 350 square feet of Luxury Vinyl Tile (LVT), requiring contractors to remove existing debris, prepare the surface, and ensure compliance with safety and environmental standards. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 238330, emphasizing the government's commitment to supporting small businesses and Indian economic enterprises. Proposals are due by April 25, 2025, with a pre-bid site visit scheduled for May 1, 2025; interested contractors can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or 571-560-0519 for further details.
FIRE RATED COUNTER DOORS
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting bids for the installation of fire-rated rolling counter doors at its Anadarko Agency in Oklahoma, under project number 140A0325Q0005. The project involves the demolition of existing structures, installation of new fire-rated doors compliant with NFPA 80 standards, and associated electrical work, with all materials required to be brand new. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), with an estimated contract value between $25,000 and $100,000, and bids are due by May 12, 2025, with an anticipated award date of June 1, 2025. Interested contractors should contact Jocelyn Littlechief at Jocelyn.LittleChief@bia.gov or call 405-247-1527 for further details.
Y--BIE Chinle Agency Fencing Installation
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the installation of a chain-link fence and two gates at the Bureau of Indian Education's Chinle Agency in Arizona. The project entails the construction of 1,995 linear feet of commercial-grade chain-link fencing, aimed at enhancing security and protecting property from vandalism and break-ins. This initiative is part of the government's commitment to improving safety on tribal lands and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), promoting economic opportunities for qualified Indian-owned businesses. Interested contractors must submit their proposals by the end of April 2025, with an estimated project value between $100,000 and $250,000. For further inquiries, potential bidders can contact Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933.
Cafeteria table-bench, JFK
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide cafeteria table-bench units for the John F. Kennedy Day School in Whiteriver, Arizona. The procurement involves 12 mobile convertible bench tables designed for versatility, featuring a sturdy steel frame, built-in ganging brackets, and mobility options, all adhering to specific quality and safety standards. This initiative is part of a broader effort to promote economic opportunities for Indian Economic Enterprises under the Buy Indian Act, ensuring compliance and integrity in government procurement practices. Interested parties must submit their quotes by April 30, 2025, with questions due by April 28, 2025; for further inquiries, contact Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.
7K--Nimble Storage for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of Nimble Storage solutions for its Office of Information Technology (OIT). This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance the agency's IT storage capabilities through the acquisition of various HPE storage products and accessories. The selected contractor will be responsible for delivering the required products within 90 days post-award, with proposals due by April 1, 2025. Interested parties can reach out to Maggie Main at maggie.main@bia.gov for further inquiries regarding this solicitation.
Art Kits for Tuba City Boarding School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking proposals for the procurement of 350 elementary art kits for the Tuba City Boarding School. This solicitation is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to fulfill educational needs by providing essential art supplies to support K-12 learning environments. Interested contractors must comply with Federal Acquisition Regulations (FAR) and Interior Acquisition Regulations (DIAR), and proposals should include pricing information, product specifications, and evidence of capability to meet the requirements. For further inquiries, potential bidders can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov. Proposals are due within 30 days of the order receipt, and the contract will be awarded as a single firm-fixed-price agreement.
N--NIFC 440-BAC FURNITURE
Buyer not available
The Department of the Interior, Bureau of Land Management (BLM), is seeking to procure new modular furniture and installation services for the National Interagency Fire Center (NIFC) located in Boise, Idaho. The procurement aims to provide furniture that fits the specific layout of communication and power poles as outlined in the building construction documents, ensuring compatibility with existing government-owned modular furniture components. This acquisition, valued at approximately $204,537.54, is intended to be negotiated with MillerKnoll Inc. as the sole source, supported by a Justification for Other than Full and Open Competition. Interested parties must submit their qualifications by 5 PM Eastern on May 6, 2025, to the Contracting Officer, Casey Gean Boyd, at cmboyd@blm.gov.
Nlyte Software Licenses for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for Nlyte Software Licenses for its Office of Information Technology (OIT), with a focus on engaging Indian Small Business Economic Enterprises (ISBEEs). The procurement aims to secure a Firm-Fixed-Price purchase order for software licenses, along with associated support and maintenance services, emphasizing compliance with federal contracting regulations. This initiative is crucial for enhancing the Bureau's IT capabilities and ensuring efficient management of software resources. Proposals are due by April 9, 2025, and interested parties can contact Maggie Main at maggie.main@bia.gov for further information.
38--317 07C HYDRAULIC EXCAVATOR/MULCHER
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking proposals for the procurement of two CAT317 hydraulic excavators equipped with AFE RDM38EX mulchers, specifically for the Flathead Indian Irrigation Project. This acquisition is set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance operational efficiency in managing irrigation projects. The procurement emphasizes compliance with federal regulations and the importance of utilizing small business resources, with proposals due by May 23, 2025, at 2:00 PM. Interested parties can contact Brock Bell at brock.bell@bia.gov for further information regarding the solicitation process.
Y--Wapato Drop One Water Screens
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is issuing a pre-solicitation notice for proposals from Indian-owned Small Business Economic Enterprises (ISBEEs) to undertake construction work at the Drop 1 Pumping Plant, part of the Wapato Irrigation Project near Yakima, Washington. The project involves the installation of automatic traveling water screens, gate actuators, and essential safety improvements aimed at enhancing the safety and efficiency of the irrigation water supply in the region. This initiative is crucial for modernizing vital irrigation infrastructure, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and the contract will be awarded using the Lowest Price Technically Acceptable method. Proposals will be accepted approximately 30 days post-solicitation, expected around May 2, 2025, with an estimated project duration of 295 days following the notice to proceed. Interested parties must have a UEI number and be registered in the System for Award Management (SAM), and inquiries can be directed to Contract Specialist Gregory Florey or Contracting Officer William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.