N--HVAC Replacement & Repairs and Building Automation
ID: 140A2325R0023Type: 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

INSTALLATION OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (N041)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for the HVAC Replacement and Repairs and Building Automation System Installation at San Simon Elementary School in Sells, Arizona. The project requires contractors to provide design-build services for replacing and repairing HVAC systems across multiple buildings on the school campus, ensuring compliance with applicable codes and safety standards. This initiative is crucial for enhancing the educational infrastructure and operational efficiency of the school, while also promoting economic opportunities for Indian-owned businesses, as the solicitation is set aside for Indian Economic Enterprises (IEEs). Interested contractors must submit their proposals by August 8, 2025, and are encouraged to contact Katrina Eaton at katrina.eaton@bie.edu or 405-531-7933 for further details regarding the project and requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the HVAC replacement and repair project for San Simon Elementary School, located on the Tohono O'Odham Reservation in Arizona. The contractor will be responsible for delivering a fully operational HVAC and Building Automation System, including all necessary equipment, installation, and coordination efforts. The project scope encompasses replacing and upgrading existing HVAC systems while ensuring seamless integration and optimal performance. Strict adherence to applicable codes, regulations, and safety standards is required throughout the project. Key tasks include the removal and installation of air handler units, duct cleaning, control voltage repairs, and software upgrades for climate control systems. The contractor must develop a detailed work schedule, maintain quality control, and conduct thorough commissioning and testing of systems. Warranties for equipment and adherence to Davis-Bacon wage regulations are stipulated. Emphasis is placed on minimizing disruption to the school’s operations, ensuring that work is completed safely and according to the outlined schedule. The document reflects the federal government's commitment to improving school facilities while adhering to strict compliance standards and safety protocols.
    The document is a Standard Form 25, a Performance Bond required for federal contracts. Its primary purpose is to bind the Principal and Surety(ies) to ensure compliance with contract obligations by guaranteeing a penal sum. The document outlines essential aspects, including the legal name and address of the Principal, the type of organization, and details of corporate or individual sureties. It specifies that the bond becomes void if the Principal fulfills the contract's terms and pays requisite taxes, thus mitigating the risk to the government. Additionally, instructions detail the requirement for authorized signatures, corporate seals, and stipulations for co-surety arrangements. The form must adhere to government regulations, confirming its necessity for protecting public interests in federal, state, and local projects. Proper completion is vital for the bond's acceptance, establishing a legal framework for accountability in government contracting.
    The document is a Standard Form 25A used for executing a payment bond, essential for protecting individuals supplying labor and materials in federal contracts under 40 USC Chapter 31, Subchapter III. The form requires the legal name and address of the Principal and the Surety, along with the bond's penal sum, which indicates the maximum liability. The bond is effective only if the Principal pays those owed for labor or materials supplied, and it waives notice of contract modifications to Sureties. The form includes spaces for signatures, titles, and corporate seals for the Principal and Sureties, and outlines specific instructions regarding execution, particularly concerning co-surety arrangements and necessary authority documentation for representatives. Additionally, it establishes that all sureties must be listed on the Department of the Treasury's approved list. This ensures compliance and proper coverage within government contracting and procurement processes, highlighting the importance of such financial instruments in federal and state contracts. The data and guidelines outlined in the form facilitate adherence to regulations while protecting both the government and those involved in project execution.
    The document serves as a Statement and Acknowledgment Form (Standard Form 1413) used by prime contractors and subcontractors in federal contracting processes. It provides necessary details regarding subcontracting agreements under a prime contract, including the prime and subcontractor's information, contract numbers, and the scope of work. It confirms whether the prime contract includes specific labor standards clauses, such as the Contract Work Hours and Safety Standards Act, and outlines the obligations for ensuring compliance with federal regulations related to labor standards and wage requirements. Additionally, the subcontractor acknowledges these inclusions and certifies adherence to various labor law provisions. The form emphasizes the importance of compliance and documentation in government contracting, facilitating proper oversight and accountability in subcontracting practices. The completion of this form is critical in the context of federal grants and RFPs, ensuring that both parties understand their roles and responsibilities, particularly regarding labor standards and contractual obligations.
    The document outlines the Contract Progress Schedule used by the Department of the Interior, Indian Affairs, detailing the submission process for contractors involved in federal projects. Key components include fields for contract details, such as the contract number, project title, starting and completion dates, and contractor information. Contractors must provide a detailed breakdown of work elements, including estimated percentages of total work and a timeline for completion across various phases. If any changes occur affecting the project schedule, contractors are required to submit a revised progress schedule to the contracting officer. The document emphasizes the importance of timely and accurate reporting for contract administration and potential partial payments. It also highlights the need for contractors to notify the contracting officer of any anticipated delays immediately. Overall, the document serves as a guide for maintaining accountability and communication between contractors and the government throughout project execution.
    The document is a Contract Progress Report from the Department of the Interior, specifically for Indian Affairs, which is designed to track the progress of contracts awarded to contractors. It includes essential information such as the contractor's details, contract and project numbers, and the period covered. The report highlights various work elements, indicating the percentage of work completed both for the current period and cumulatively. A certification section allows the contractor to confirm satisfactory completion relative to the contract specifications, requiring signatures from both the contractor and the contracting officer. The report also poses a question about whether payrolls have been submitted during the specified period. This structured form serves to facilitate payments to contractors based on their progress and ensures compliance with the contract terms, thereby maintaining oversight of federally funded projects. Overall, it reflects the federal government's commitment to accountability and thorough monitoring in the execution of contracts.
    The document outlines the Minimum Qualification Standards for Project Manager employees working under P.L. 93-638 Contracts or P.L. 100-297 Grants, primarily for construction projects funded by the Bureau of Indian Affairs (BIA). The purpose is to ensure that qualified personnel are managing construction projects of significant complexity and value. For projects costing $10 million or more, candidates must have a minimum of ten years of relevant experience in architecture, engineering, construction management, or agency work, with at least half of this experience in the selected project delivery method. A bachelor's degree in engineering or architecture is required, with additional certifications preferred for specific projects. For projects under $10 million, the experience requirement is reduced to seven years, along with at least 30 credit hours in engineering or architecture courses or an appropriate associate degree. The standards emphasize the importance of education and documented experience to support the qualifications of project managers. This structured qualification process aims to enhance project management effectiveness and safeguard the investment of public funds in tribal construction projects.
    The document pertains to the Questions and Answers Log for Request for Proposal (RFP) # 140A2325R0023 concerning the replacement and repair of the HVAC system and the installation of a Building Automation System (BAS). It includes a structured list of inquiries submitted by contractors, along with corresponding answers provided by the Contracting Officer Representative (COR). The log outlines the process of addressing contractor questions, ensuring transparency and clarity for potential bidders. The focus of this RFP is to solicit qualified contractors for the necessary installations and repairs related to HVAC and BAS systems, thereby enhancing facility operations and compliance with safety standards. The document plays a crucial role in the procurement process, facilitating communication between the government and contractors to ensure a successful bidding process. Overall, it reflects standard practices in government contracting by establishing a clear framework for inquiries and responses within the context of federal procurement initiatives.
    The document outlines the self-certification process for Indian Economic Enterprises (IEE) under the Buy Indian Act, as defined in the Department of the Interior Acquisition Regulation (DIAR) Part 1480. It mandates that the Offeror confirms their status as an IEE both at the point of submitting an offer and throughout the contract's duration. Contracting Officers may request additional documentation to verify eligibility at any stage. Misrepresentation by an enterprise can lead to legal penalties under U.S. law. The document includes a form where the Offeror must enter their information, including the name of a federally recognized tribal entity, their Unique Entity ID (UEI), and the name of the majority owner of the enterprise, all of which must be certified by a signature. This process ensures compliance with federal guidelines for contracts specifically designated for Indian Economic Enterprises, promoting their participation in government procurement.
    The U.S. Department of the Interior's Indian Affairs issued the Safety, Health, and Accessibility Design Guidelines in May 2020, replacing a prior version from 2012. These guidelines set forth requirements for new construction, renovations, and modifications for Indian Affairs-controlled buildings, ensuring compliance with safety and health codes, and establishing the Division of Safety and Risk Management (DSRM) as the Authority Having Jurisdiction. A notable provision mandates automatic sprinkler systems for new Bureau-owned buildings exceeding 2,000 square feet. The document outlines the design documents submission process, specifying the necessity for multiple sets of full-size drawings and specifications. It details various adopted codes, including OSHA compliance, fire safety, accessibility standards, and plumbing codes—all aimed at maintaining safety and accessibility in facilities. The guidelines are essential for architects and engineers engaged in Indian Affairs projects, ensuring their designs meet required federal regulations while emphasizing the unique operational contexts faced by many Indian Affairs facilities. Overall, the document serves as a comprehensive resource for project managers and design professionals involved in Indian Affairs construction projects, combining regulatory compliance with best practices in facility design.
    The document outlines the federal health and safety codes and standards that contractors and grantees must comply with when working on projects managed by Indian Affairs. It necessitates adherence to various regulations, including OSHA standards for workplace safety, National Fire Codes for construction, and accessibility standards according to the Americans with Disabilities Act. The document details requirements for building safety, mechanical systems, plumbing, electrical installations, and energy conservation measures. Specific guidelines are established for elevators, heating systems, and environmental quality pertaining to food services and waste management. Additionally, it emphasizes sustainability in new constructions, advocating for compliance with governmental sustainable building principles and energy efficiency standards like ENERGY STAR. This framework seeks to ensure that all construction activities promote safety, accessibility, and environmental stewardship in alignment with federal regulations.
    The U.S. Department of the Interior's Division of Safety and Risk Management (DSRM) has established guidelines for final inspections and the issuance of Certificates of Occupancy (CO) for facilities managed under Indian Affairs. The main objective is to ensure compliance with safety and health codes for projects involving new construction, renovations, or maintenance. A systematic process is outlined, mandating that contractors submit necessary documentation and complete specific tasks before requesting a DSRM final inspection. The DSRM retains the authority to inspect construction work and evaluate safety compliance based on national regulations, including the National Fire Codes and the Americans with Disabilities Act. The final inspection verifies the operational effectiveness of fire protection systems and other essential infrastructure. After inspection, a report is generated to address any deficiencies before obtaining a CO. Successful inspection results in either a standard or temporary CO, which attests to compliance with building regulations. These procedures underscore the federal commitment to ensuring safety in facilities serving Indian Affairs and facilitate adherence to state and federal standards while guiding future contracting initiatives.
    The Bureau of Indian Affairs (BIA) School Facilities Design Handbook outlines a comprehensive framework for designing modern educational environments for Native American students that meet national standards and reflect cultural values. The handbook emphasizes creating safe, functional, and sustainable school facilities, incorporating U.S. Green Building Council's LEED standards to achieve at least Silver certification for all projects. It provides standardized procedures for design, project submittals, and coordinated efforts across multiple disciplines, ensuring consistency and quality in educational environments. Key components include site design, mechanical and electrical systems, and architectural considerations that integrate cultural expressions, while adhering to relevant codes and laws, such as the Americans with Disabilities Act and fire safety regulations. The handbook also stresses programmatic flexibility within a structured design process to accommodate varied educational philosophies across different school populations. Through these guidelines, the BIA aims to standardize design practices while allowing for regional adaptations and maintaining cultural integrity in the educational facilities it supports.
    The "Guiding Principles for Sustainable Federal Buildings" document, issued by the Council on Environmental Quality in December 2020, serves as a framework for federal agencies to promote sustainable practices in building design, construction, and operation. It consolidates six guiding principles aimed at enhancing efficiency, protecting the environment, and ensuring occupant health and wellness while considering agency missions. The principles include: employing integrated design, optimizing energy performance, conserving water, improving indoor environments, reducing environmental impact from materials, and assessing building resilience. Agencies can follow specific assessment pathways, using checklists or third-party certification systems, to evaluate whether a building meets these guidelines. Accountability is emphasized, requiring agencies to assess their buildings regularly and ensure compliance with relevant statutory requirements. The guidance also offers flexibility to adapt to unique building functions while striving for sustainability. Overall, this document emphasizes the federal government's commitment to high-performance green buildings, aligning with statutory mandates and executive orders to address climate change and operational efficiency. This framework is vital for agencies looking to enhance their portfolios with sustainable initiatives while supporting community resilience and resource optimization.
    The IA FORM 3000 V2 is a government document utilized by contractors for submitting material approvals to the Department of the Interior's Indian Affairs. This form facilitates the submission of shop drawings, equipment data, and samples of materials, ensuring compliance with contract specifications. Contractors are required to fill out the form in detail, including item descriptions and associated documents clearly identified and numbered for evaluation. Each submission must be consecutive and include a submission number, indicating whether it is a new or resubmitted request. The material approval is not valid without the contracting officer's signature, which underscores the requirement for government oversight in material compliance. This structured approach to material submissions aims to ensure that all materials used in government contracts meet specified criteria, reflecting adherence to regulations and standards in federal and local projects.
    The document appears to be a corrupted file containing a mixture of seemingly randomized characters, symbols, and some structured text related to government-related proposals, grants, and requests for proposals (RFPs). The main purpose likely revolves around structuring information for federal, state, or local grant applications, RFP announcements, or funding opportunities. The expected content would typically include instructions, eligibility criteria, and application guidelines essential for prospective applicants. However, due to the extensive corruption, the document lacks coherent structure or identifiable key themes. The intended key points, expectations, or regulatory details that are commonly found in government grant announcements are obscured. Therefore, the document may require significant restoration or recovery efforts to extract actionable information. In summary, while the original document was intended to serve as a guide for government funding processes, the corruption renders it non-functional for its purpose, necessitating a deeper analysis or retrieval of the original, uncorrupted text for effective utility.
    The document is a Bid Bond Form (Standard Form 24) used in federal and state contract bidding processes. It serves as a guarantee that the Principal (the bidder) will adhere to the terms of their bid and may be financially liable if they do not fulfill contractual obligations. The form requires essential information, including the Principal's legal name, organization type, state of incorporation, bid identification, and bond details such as the penal sum and liability limits of involved sureties. Key conditions include that the bond becomes void if the Principal successfully executes contractual documents and provides required bonds after the bid is accepted, or pays for any differences in costs if they fail to do so. Additionally, the document specifies that sureties must comply with certain regulations, including being listed as approved sureties by the Department of the Treasury. The form includes instructions for completion and requirements for signatures and seals, as well as a Paperwork Reduction Act Statement addressing the time estimated for completion. This Bid Bond is essential for ensuring accountability in government contracts, linking funding with contractor responsibilities.
    The document details construction and architectural plans for the San Simon Elementary School, overseen by the Bureau of Indian Education and managed by Planate Management Group Corp. It includes site maps and floor plans for various buildings, providing specific dimensions and designations for rooms and facilities such as classrooms, cafeterias, libraries, and mechanical equipment areas. Each floor plan outlines the functionality of spaces, with dimensions noted for efficient use and to comply with regulations. The plans are conceptual in nature, emphasizing that they are not for immediate construction use. Furthermore, the document serves a dual purpose: acting as a reference for stakeholders involved in the RFP process and ensuring compliance with federal standards and local guidelines. This initiative reflects the government’s commitment to enhancing educational facilities on tribal lands while supporting infrastructure development.
    The trip report documents a site visit to assess the condition of HVAC equipment at various buildings within a school in Arizona. Conducted by Christopher M. Goelz, a commissioning engineer, the visit identified numerous issues, including hail damage, non-installed ventilation systems, and code violations related to fire dampers and ventilation rates. Key recommendations encompass replacing existing heating plant units with air handling units, upgrading ductwork from ductboard to rigid metal, and ensuring kitchen and locker room ventilation systems meet ASHRAE 62.1 standards. The report outlines a comprehensive plan for interventions across several buildings, aiming to improve air quality, safety, and operational compliance within the school’s infrastructure, ultimately enhancing the comfort of students and staff. Follow-up actions are recommended to facilitate discussions about the proposed upgrades. This document reflects the government's commitment to maintaining educational facility standards through practical interventions and compliance with ventilation regulations.
    The Statement of Work (SOW) outlines the HVAC replacement and repair project for San Simon Elementary School located on the Tohono O'odham Reservation in Arizona. The contractor is tasked with installing a complete HVAC and Building Automation System to improve operational efficiency while ensuring compliance with Tribal, Federal, State, and local regulations. Key responsibilities include equipment installation, demolition of existing units, ductwork cleaning, and providing training to school personnel. The project must minimize disruptions to the school's operations and is expected to be completed within 60 calendar days, with a total contract period of 180 days post-Notice to Proceed. The contractor will furnish all necessary materials, management, and technical support, ensuring that all work meets high reliability standards. Additionally, adherence to various codes, safety regulations, and warranty agreements will be critical throughout the project. The SOW emphasizes the importance of quality control, effective communication with school representatives, and documentation of all progress and compliance throughout the project lifecycle.
    The document outlines an amendment to a federal solicitation, specifically changing the set-aside standard from 100% Indian Small Business Economic Enterprise (ISBEE) to 100% Indian Economic Enterprise (IEE). Additionally, it extends the closing date for offers to June 18, 2025, at 5 PM MDT. The amendment must be acknowledged by offerors through specific methods, including inclusion in submitted copies or separate correspondence. The notice emphasizes that failure to acknowledge receipt prior to the specified deadline may result in offer rejection. The contracting officer, Katrina Eaton, oversees this modification, which alters existing terms while reaffirming that all other contract provisions remain intact. The amendment serves a crucial role in promoting economic participation from IEE and maintaining transparent communication during the RFP process.
    The document serves as an amendment to an existing solicitation, specifically identified as 140A2325R0023, issued by the Indian Education Acquisition Office in Albuquerque, NM. It outlines essential procedures for acknowledging receipt of the amendment, which must occur before the specified deadline to avoid the rejection of submitted offers. The amendment mainly addresses logistical details, including a scheduled official site visit on June 5, 2025, and establishes deadlines for RSVPs by June 4, 2025, and questions by June 11, 2025. It emphasizes that any changes to previously submitted offers must be communicated in accordance with the specified requirements. The modification operationalizes changes to the contract as allowed under Federal Acquisition Regulation (FAR) guidelines. The document retains previously established terms while updating administrative details to facilitate the solicitation process.
    The document serves as an amendment to a solicitation/modification of a federal contract, detailing specific changes and requirements for submitting offers related to a project. It emphasizes the necessity for contractors to acknowledge receipt of the amendment by specified methods, ensuring timely submission prior to a set deadline. The amendment updates the closing date to July 3, 2025, at 5 PM MDT and incorporates essential project documents, including As-Built Drawings and a Trip Report. The structure includes designated sections outlining the solicitation number, modification number, and detailed descriptions of amendments, along with required signatures from both the contracting officer and the contractor. The amendment underlines compliance with government regulations and procedural requirements, ensuring all parties adhere to updated terms before the submission of offers. This process is pivotal for maintaining transparency and accountability in federal procurement practices.
    The document outlines an amendment to a solicitation under procurement regulations, specifically amending the contract identified by solicitation number 140A2325R0023. The amendment includes several key modifications: the incorporation of an amended Statement of Work (SOW) and the Asbestos Hazard Emergency Response Act (AHERA) report, an extension of the due date for questions to July 11, 2025, and a revised closing date for the solicitation to July 25, 2025, at 5 PM MDT. The amendment emphasizes the requirement for offerors to acknowledge receipt of the amendment and the protocols for modifying previously submitted offers if needed. It clarifies that contractors, depending on the nature of their agreement, may or may not need to sign and return copies of the amendment. This document is essential in ensuring compliance with contract terms and maintaining clarity and communication between contracting officers and potential contractors in the government procurement process. Overall, it reflects procedural changes aimed at enhancing the clarity and effectiveness of the solicitation for government contracting.
    This document pertains to the amendment of a federal solicitation identified as 140A2325R0023, issued by the Indian Education Acquisition Office in Albuquerque, NM. The essence of the amendment is to extend the closing date for submitting offers to August 8, 2025. It outlines the acknowledgment procedures required from contractors regarding this amendment, specifying that contractors must indicate receipt to ensure their offers are not rejected. Furthermore, the document emphasizes that changes to already submitted offers can be made via letter or electronic communication before the new deadline. All other terms and conditions outlined in previous documents remain in effect. The content serves to inform potential contractors of crucial administrative changes to facilitate their participation in the solicitation process, ensuring compliance with federal procurement regulations. The structured content adheres to government formats for clarity in contractual modifications.
    The document is a solicitation for bids related to the HVAC replacement and repair, along with the installation of a Building Automation System at San Simon Elementary School in Sells, Arizona. Issued by the Indian Education Acquisition Office, it is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs). Contractors are required to provide design-build services to replace and repair HVAC systems across several campus buildings, and a site visit is scheduled for April 29, 2025. Proposals are due on May 16, 2025, with specific guidelines regarding performance bonds, insurance, and compliance with tribal laws specifically noted. The project budget is estimated between $100,000 and $250,000. Key requirements include contractor safety protocols, adherence to COVID-19 guidelines, and strict compliance with bonding and insurance obligations. Deliverables must align with specifications provided in the contract, and inspections will be mandatory. The document also outlines the administrative and contractual roles of government representatives while emphasizing the importance of background checks for personnel who will work on-site. Overall, this solicitation aims to improve educational infrastructure while fostering economic opportunities for Indian-owned businesses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    68--Propane for Tohono O'odham Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking proposals for a firm fixed-price contract to supply propane to the Tohono O'odham Agency in Sells, Arizona. The procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), requiring that offerors qualify as both Indian Economic Enterprises and small businesses. The propane will be utilized for heating and kitchen appliances across various facilities, including the Tohono O'odham Agency Quarters and the Adult Detention Center, ensuring uninterrupted service is maintained. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 480-744-4870.
    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.
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    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.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    R--Food Delivery and Courier Services, HES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide Food Delivery and Courier Services for Havasupai Elementary School (HES) located in Supai, Arizona. The procurement involves weekly deliveries of temperature-controlled food and secure package courier services, addressing logistical challenges due to the school's remote canyon location and ensuring compliance with food safety standards. This contract is critical for maintaining the school's operations and supporting its K-8 student population, with a performance period from December 15, 2025, to December 14, 2026, and potential extensions through four option years until December 14, 2030. Interested parties must submit their proposals by December 29, 2025, and can direct inquiries to Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.
    Urgent Maintenance Repair of cooling units, Rosebud, SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the urgent maintenance and repair of cooling units at the Rosebud Indian Health Service Hospital in South Dakota. The primary objective is to address the immediate need for repairs on the air conditioning unit located above the Radiology CT unit, which is critical for maintaining operational efficiency and patient comfort. This procurement falls under the category of maintenance and repair of refrigeration and air conditioning equipment, highlighting the importance of reliable climate control in healthcare settings. Interested contractors can reach out to Andrea Whipple at andrea.whipple@ihs.gov or call 605-747-0402 for further details regarding the opportunity.