IE 150 SSIS LAGOON AERATOR
ID: 140A2325Q0002Type: Solicitation
Overview

Buyer

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

NAICS

Water Supply and Irrigation Systems (221310)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: WATER SUPPLY FACILITIES (C1NE)

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 soliciting proposals for the installation of a lagoon aerator system at St. Stephens Indian School in Riverton, Wyoming. The project aims to enhance the existing infrastructure to support approximately 250 Native American students, requiring compliance with safety and quality standards, including the Davis-Bacon Act for wage determinations. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), with proposals due by November 8, 2024, and an estimated project cost ranging from $25,000 to $100,000. Interested contractors should contact Carolyn Sulla at carolyn.sulla@bie.edu for further details and ensure they meet all compliance requirements outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the construction requirements for the permanent installation of a TITUS Aerator System at St. Stephens Indian School in Riverton, Wyoming. The project aims to provide necessary improvements to the existing electricals and power supply to ensure safe and efficient operation for approximately 250 Native American students. Key tasks include the construction of a concrete slab, demolition of existing electrical feeds, and installation of permanent electrical connections compliant with the National Electrical Code. The scope specifies detailed procedures surrounding the demolition and extension of electrical works, grounding and bonding requirements, and necessitates compliance with various safety and quality assurance standards. Contractors must submit a cost breakdown in line with the Davis-Bacon Act and participate in mandatory pre-bid and pre-construction meetings. The schedule mandates continuous oversight by the Bureau of Indian Education and requires contractors to submit regular progress reports, along with delivering certifications for various completed tasks. Overall, this SOW serves as a guideline for ensuring the project meets regulatory compliance, safety standards, and educational needs of the school, emphasizing cultural values as part of the operational ethos.
    The statement of work outlines a project to install 66 E-Plex electronic wireless locks at various buildings on the Flandreau Indian School campus in South Dakota. The contractor must provide all necessary materials, labor, and equipment while adhering to Environmental Protection Agency standards, the National Electrical Code, and ADA compliance. The project requires completion during specified summer working hours or school hours, with ongoing site cleanliness and the protection of existing infrastructure. The installation will occur across multiple buildings, including administration, dormitories, and educational facilities, with specified quantities of locks, routers, and cabling for each site. The contractor must ensure the system is functional, provide training, and manage proper security clearances for personnel. Furthermore, the E-Plex 7900 locks will integrate with Keyscan Aurora software and can accommodate different credential technologies. This contract emphasizes the need for safety compliance, proper project sequencing, and coordination among workers, ensuring a smooth installation process. The document reflects the government’s initiative to enhance security infrastructure in educational settings while maintaining procedural integrity and operational efficacy to meet federal standards.
    The document outlines the wage determination for building construction projects in Fremont County, Wyoming, under the Davis-Bacon Act. It specifies that contracts awarded or renewed after January 30, 2022, require a minimum wage of at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, are subject to a minimum wage of $12.90 per hour. A table lists various construction job classifications along with their corresponding hourly rates and fringe benefits. Key provisions include worker protections under Executive Order 14026, which mandates annual adjustments to wage rates, and Executive Order 13706, which enforces paid sick leave for federal contractors. Additionally, the document outlines the wage determination appeals process, providing steps for parties seeking review or reconsideration by the Wage and Hour Division of the U.S. Department of Labor. This file serves as a critical resource for contractors and subcontractors involved in federal-funded construction projects, ensuring compliance with prevailing wage laws and employee protections in Wyoming.
    The document outlines the requirements and structure of a Bid Bond, specifically Standard Form 24, which must be used when a bid guaranty is necessary for federal construction, supplies, or service projects. It involves the Principal (the bidder) and Sureties (the entities providing the bond) committing to a penal sum to guarantee performance upon bid acceptance. The conditions for the bond's validity include the Principal executing contract documents and providing necessary bonds within specified timeframes upon bid acceptance. Extensions to bid acceptance do not impair Sureties' obligations, provided they are within a 60-day period. The document specifies details such as the legal name, address, state of incorporation of involved parties, and outlines the required signatures and corporate seals. The instructions further clarify the legal framework and procedural requirements for using the bond, ensuring it meets federal regulations. This Form is critical in facilitating government contracts, ensuring compliance, and protecting against potential financial loss during project execution.
    The document is a Standard Form 25, which outlines the requirements for a Performance Bond in connection with government contracts. This bond serves as an assurance from the Principal (the contractor) and Surety(ies) that they will fulfill their contractual obligations to the U.S. Government. It mandates the Principal to complete all terms of the contract, including any authorized modifications, and to pay relevant taxes imposed on the contract work. Key components include the identification of the Principal and Surety(ies) (individual and corporate), their liability limits, and required signatures. The form emphasizes the necessity of ensuring that corporate sureties are listed on the Department of the Treasury's approved sureties list. Instructions for correct completion are included, elaborating on conditions for voiding the obligation, the execution of the bond, and necessary corporate seals. The purpose of this form is to safeguard federal interests in the event that the contractor fails to comply with their obligations, which is crucial in the context of Request for Proposals (RFPs), grants, and contracts at federal and state levels. It highlights the legal and financial responsibilities involved in securing a government contract.
    The document is a payment bond form (Standard Form 25A) employed in federal contracts to ensure financial assurance for payment of suppliers providing labor or materials. It outlines the key parties involved, including the Principal (contractor) and Surety(ies), and specifies the penal sum, which is the bond's face value. The document mandates that the Principal must pay all parties associated with the contract to keep the bond void. The form includes instructions for its completion, emphasizing the requirement for an authorized signatory and adherence to corporate surety standards. Additionally, it addresses the necessity of corporate seals and the role of individual sureties when applicable. Essential elements like the contract date, number, and corporate identification are to be filled out accurately. Overall, the form serves as a protective measure within the government contracting framework, ensuring contractual obligations are met regarding payment to suppliers, thus facilitating trust and compliance in federal and state contracting processes.
    The document is a Statement and Acknowledgment form related to federal contracts and subcontracts, specifically under the Office of Management and Budget (OMB) control number 9000-0066. It outlines the necessary acknowledgment from prime contractors and subcontractors regarding contract compliance, particularly with labor standards and safety regulations. The form requires details such as the prime and subcontractor's information, contract numbers, and confirmation of included clauses like the Contract Work Hours and Safety Standards Act. It ensures that subcontractors are aware of their obligations under the federal contract they are associated with. The document also emphasizes compliance with various labor standards to maintain fair working conditions as mandated by federal regulations. Importantly, it is designed to gather information while adhering to the Paperwork Reduction Act, estimating minimal time for completion, and invites feedback to reduce the information collection burden.
    This document serves as an amendment to the solicitation referenced by amendment number 140A2325Q0002, issued by the Indian Education Acquisition Office in Albuquerque, NM. It highlights critical procedural requirements for contractors regarding the acknowledgment of this amendment, specifically stating that such acknowledgment must be received before the specified deadline to avoid rejection of offers. The amendment modifies an existing contract and replaces the Statement of Work (SOW) with a corrected version. The period of performance for the updated contract runs from November 12, 2024, to December 11, 2024. The document underscores the importance of precise and timely communication between contractors and the issuing office to ensure compliance with the contract modifications. It reaffirms that, apart from the specified changes, all previous terms and conditions remain intact and enforceable. The contracting officer, Dawn Sekayumptewa, is responsible for overseeing this amendment process.
    The document outlines a solicitation for the installation of a lagoon aerator system at the St. Stephens Indian School in Riverton, Wyoming, under solicitation number 140A2325Q0002. It specifies that the project is set aside for Indian Small Business Economic Enterprises (ISBEE). Proposals are due by November 8, 2024, which should be submitted via email. A site visit is scheduled for October 25, 2024, and all contractors must comply with Davis-Bacon Wage Determinations. The contract stipulates a 30-day performance period after a notice to proceed, and the estimated project cost ranges between $25,000 and $100,000. Key requirements include bonding, completion of necessary paperwork for background investigations for personnel, and compliance with safety protocols related to COVID-19. The solicitation employs the Lowest Price Technically Acceptable source selection process, focusing on the reasonableness and completeness of pricing. Additionally, the contractor is required to manage subcontracting limitations, ensuring that work performed aligns with federal laws regarding Indian Economic Enterprises. Overall, the document reflects the government's commitment to fostering economic opportunities for Indian-owned businesses through structured project solicitation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    DOOR CARD READERS
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting bids for the installation of 66 door card readers at the Flandreau Indian School in South Dakota. The project requires the selected contractor to provide all necessary materials, labor, and equipment to install E-Plex electronic wireless locks and Keyscan Aurora software, ensuring compliance with various safety and operational standards. This initiative is part of a broader federal effort to enhance security measures in educational institutions, reflecting the government's commitment to creating safe environments for students and staff. Interested contractors must submit proposals electronically by November 8, 2024, with an estimated project budget between $25,000 and $100,000, and are encouraged to attend a site visit on October 24, 2024. For further inquiries, contact Carolyn Sulla at carolyn.sulla@bie.edu.
    Z--CRIP Main Canal Checks with Lateral 73
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is soliciting bids for the Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73, focusing on the construction and rehabilitation of critical irrigation infrastructure in La Paz County, Arizona. The project involves replacing and rehabilitating several check structures, including the installation of new hydraulic and electrical systems, while ensuring minimal disruption to ongoing irrigation operations. This initiative is vital for enhancing water management and irrigation efficiency within Indigenous territories, reflecting the government's commitment to sustainable resource management. Interested contractors must submit their proposals by November 1, 2024, with a pre-proposal conference scheduled for October 8, 2024, and can direct inquiries to William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
    P--Environ. Sampling and Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is preparing to solicit proposals for Environmental Sampling and Remediation Services under a National Multiple Award Environmental Remediation Services IDIQ Contract, specifically targeting Indian-owned Small Business Economic Enterprises (ISBEEs). The procurement aims to award approximately three Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total maximum value of $45 million over a five-year period, to qualified contractors who will conduct environmental assessments, develop remediation plans, and execute remediation on properties owned by the BIA and other Department of the Interior (DOI) agencies across various locations in the United States. Interested ISBEEs must have a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) to participate, with the formal solicitation expected to be issued around September 23, 2024. For further inquiries, interested parties can contact Lara Wood at lara.wood@bia.gov.
    Martin Rd Wastewater System Upgrades (Nooksack)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking small businesses to participate in the Martin Rd Wastewater System Upgrades project located in Bellingham, Washington. This initiative aims to enhance wastewater facilities serving five residential homes, involving improvements to existing septic and pump tanks, installation of additional force mains, and sediment removal from the shared drain field. The project is crucial for ensuring compliance with standards set by the Washington Water Resource Department and is expected to have a budget ranging from $25,000 to $100,000. Interested firms, particularly those owned by Native Americans or certified under the 8(a) or HUBZone programs, must submit their qualifications by October 24, 2024, to Robert S. Miller at robert.miller2@ihs.gov.
    7E--BIE Student IT Equipment BPA
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide IT equipment for Bureau of Indian Education (BIE) students through a Blanket Purchase Agreement (BPA). This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) and focuses on acquiring various Dell computers, monitors, and accessories over a five-year period, with an emphasis on supporting educational needs through reliable technology. Interested vendors must be approved federal resellers of Dell equipment, and proposals will be evaluated based on price fairness, with specific compliance requirements outlined under the Buy Indian Act. For further inquiries, vendors can contact Adam Lowery at Adam.Lowery@bia.gov or call 571-560-0622.
    Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the renovation of the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota, to achieve USP compliance. The project encompasses a range of construction activities, including demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, all while ensuring adherence to federal construction standards and local regulations. This initiative is crucial for enhancing healthcare infrastructure and maintaining operational continuity for the facility, which serves an underserved community. Proposals are due by November 15, 2024, at 2:00 PM CT, and interested contractors should direct inquiries to Shaukat Syed at shaukat.syed@ihs.gov or Jenny Scroggins at Jenny.Scroggins@ihs.gov.
    Design-Build Pine Ridge Hospital Humidification and AHU 5 Replacement
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified firms for the Design-Build project involving the installation of a steam boiler and the replacement of Air Handling Unit (AHU) 5 at Pine Ridge Hospital in South Dakota. The primary objective is to ensure proper humidity levels throughout the hospital, addressing issues related to inadequate humidity during winter months and compliance with ASHRAE 170 codes, which are critical for patient health and safety. This project is significant as it aims to enhance the hospital's infrastructure, ensuring it meets the requirements of the Joint Commission and CMS while improving operational efficiency. Interested parties, particularly small businesses including Native American-owned enterprises, are encouraged to submit their capabilities and relevant project experience to Matt Sanders at matt.sanders@ihs.gov by the specified deadline, with the anticipated contract value ranging between $1 million and $5 million.
    62--Grand Coulee Luminaires Replacement
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the Nathaniel Washington Powerplant Luminaire Replacement project at the Grand Coulee Powerhouse in Washington. This project involves the removal of outdated high-bay metal halide lighting fixtures and their replacement with energy-efficient LED luminaires, alongside the cleaning and reinstallation of spall containment covers on the facility's roof joints. The initiative aims to enhance lighting efficiency while ensuring safety and environmental controls during construction, reflecting the government's commitment to improving infrastructure and fostering economic opportunities for Indian Small Business Economic Enterprises (ISBEEs). The estimated budget for this contract ranges from $1 million to $5 million, with proposals due by October 30, 2024, at 1300 hours Mountain Time. Interested parties can contact Heather Cagle at hcagle@usbr.gov or by phone at 208-378-5039 for further information.
    Zuni Ramah Emergency Power Supply System (EPSS) Replacement
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified contractors for the replacement of the Emergency Power Supply System (EPSS) at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. The project requires the contractor to provide all necessary labor, materials, supplies, and services to complete the replacement in accordance with provided specifications and drawings. This initiative is crucial for ensuring reliable power supply to the health center, which serves the local community's healthcare needs. Interested firms, particularly those that are small businesses or Native American-owned, must submit their qualifications and relevant project experience to Thupten Tsering by email by the specified deadline, with the anticipated project value ranging between $500,000 and $1 million.
    WY-SEEDSKADEE NWR-five-year BPA for portable restr
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for the rental and servicing of portable restrooms at Seedskadee National Wildlife Refuge in Wyoming. The selected contractor will be responsible for delivering, maintaining, and removing various types of portable restroom units, including ADA accessible options, across designated locations within the refuge. This procurement is vital for ensuring that visitors have access to necessary sanitation facilities, thereby supporting the refuge's operational needs and enhancing visitor experience. Interested vendors should submit their proposals electronically, ensuring compliance with federal regulations, and may contact Renee Babineau at reneebabineau@fws.gov or 404-679-7349 for further information.