Z--JEMEZ RESTROOM REPAIR
ID: 140A2325Q0152Type: 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

MAINTENANCE OF SCHOOLS (Z1CA)

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 a Fixed Price Construction Contract to renovate two non-ADA compliant restrooms at the Jemez Day School located in Jemez Pueblo, New Mexico. The project aims to enhance accessibility by upgrading the facilities to meet ADA standards, which includes significant renovations such as plumbing modifications and the installation of new compliant fixtures. This initiative underscores the government's commitment to improving educational facilities for the community, with an estimated project value under $25,000 and a completion timeline of 120 calendar days following the notice to proceed. Interested contractors must submit their proposals by July 7, 2025, and are required to attend a mandatory site visit on June 18, 2025; for further inquiries, they can contact Krisanne Dernago at krisanne.dernago@bie.edu.

    Point(s) of Contact
    Files
    Title
    Posted
    The Jemez Day School project aims to upgrade two restrooms to meet ADA compliance, enhancing accessibility for individuals with disabilities. Located at Jemez Pueblo, New Mexico, the project involves significant renovations, including the demolition of existing fixtures, plumbing modifications, and installation of new ADA-compliant toilets and sinks. Interested contractors must conduct a site visit prior to proposal submission and provide detailed quotes including labor and materials. The scope further specifies safety, performance timelines (30 calendar days), cleanup responsibilities, and adherence to all regulatory codes, including OSHA and local regulations. Compliance with ADA standards is imperative throughout the renovation process. The selected contractor will be responsible for repairing any damage incurred during the project and must ensure the area is left clean upon completion. The contractor must provide warranties on work and materials used. The project underscores the federal government’s commitment to providing accessible facilities in compliance with legal regulations.
    The document titled "Questions and Answers Log for Solicitation # 140A2324R00XX" serves as a record of inquiries made by contractors regarding a specific government solicitation. It outlines a structured log of questions, the dates received, when responses were sent to the Contracting Officer's Representative (COR), and the corresponding answers provided. Although the specific questions and answers are not included in the provided content, the document's intent is to facilitate clear communication between potential contractors and the government agency, ensuring all participants have access to the same information. This log underlines the importance of transparency and clarity in government RFP processes, allowing contractors to submit informed responses based on accurate and timely information. Overall, the document highlights best practices for managing inquiries in federal solicitations, thereby fostering an equitable bidding environment.
    The Bureau of Indian Affairs outlines compliance requirements for contractors and grantees concerning Federal, tribal, and state health and safety standards for construction and facility management. Key standards include OSHA compliance, fire safety following NFPA codes, and accessibility under the Architectural Barriers Act. Building designs must adhere to NFPA construction codes, with specific provisions for boilers, elevators, electrical systems, and plumbing to conform to national standards. Energy conservation measures require new constructions to achieve at least 30% energy efficiency reduction as mandated by the Energy Policy Act of 2005. Projects are also expected to comply with environmental standards regarding water usage, sanitation, and pest control. The document emphasizes sustainable practices, such as using renewable energy and Energy Star-rated products. This comprehensive directive promotes safety, environmental responsibility, and energy efficiency in facilities managed by the Bureau, ensuring alignment with federal standards and improved living conditions for the communities served.
    The document is a Material Approval Submittal form from the Department of the Interior, specifically for Indian Affairs. This form is designed for contractors to submit materials for approval in accordance with contract specifications. It encompasses various elements such as shop drawings, equipment data, and samples of materials meant to be incorporated into a project. Contractors are instructed to prepare and submit the form in multiple copies, ensuring clear tabbing and identification of items for approval. Each submission must be numbered consecutively and be associated with its unique contract number. Approval from the contracting officer is mandatory, and the form outlines the requirement for resubmissions if an item is disapproved. The form's structure includes sections for descriptions of materials, approval status, and necessary signatures from both the contractor and government officials. Overall, the purpose is to streamline communication and ensure compliance with contractual obligations regarding the materials used in federal projects, augmenting efficiency and accountability in the contracting process.
    The document is a Statement and Acknowledgment form used in federal contracting, specifically designed for prime contractors and subcontractors involved in federally funded projects. It outlines essential details about the prime contract and the awarded subcontract, including contractor names, addresses, and the project location. Part I requires the prime contractor to provide information about the contract number, the date the subcontract was awarded, and details regarding the awarding firm and subcontractor, as well as acknowledgment regarding clauses related to labor laws and safety standards. Part II allows the subcontractor to acknowledge specific clauses from the prime contract that apply to them. The form emphasizes compliance with various labor standards, including the Contract Work Hours and Safety Standards Act, payroll records, and construction wage rate requirements. It is governed by a Paperwork Reduction Act statement, indicating the estimated time required for completion and directing comments regarding this to the U.S. General Services Administration. Overall, the document aims to ensure clarity and compliance between parties engaging in government contracts, highlighting labor standards and obligations necessary for federally funded work.
    This document serves as an amendment to a federal solicitation, specifically regarding solicitation number 140A2325Q0152. The primary purpose of this amendment is to cancel the existing solicitation entirely. A new solicitation numbered 140A2325Q0211 has been issued, which is designated for Indian Economic Enterprises (IEE). The amendment outlines the necessary procedures for acknowledgment of receipt by bidders, emphasizing that failure to comply may result in rejection of their offers. Key details include the requirement for bidders to communicate any changes to existing offers through letters or electronic correspondence before the specified due date. The period of performance for the new solicitation is set from August 18, 2025, to December 18, 2025. The document reflects standard government procedures for issuing modifications and amendments, ensuring that all terms maintain consistency with federal guidelines. Compliance with these changes is critical for stakeholders involved in the solicitation and contracting process.
    The Department of the Interior’s Bureau of Indian Education is soliciting proposals for a Fixed Price Construction Contract to renovate two non-ADA compliant restrooms at the Jemez Day School in Jemez Pueblo, New Mexico. This solicitation (140A2325Q0152) is exclusively open to Indian Small Business Economic Enterprises (ISBEE). Key deadlines include proposal submission by July 7, 2025, and a mandatory site visit on June 18, 2025. Proposals must comply with all specifications, including the applicable Davis-Bacon Wage Determinations, and aim to meet ADA requirements ensuring accessibility. Contractors must furnish all necessary materials, labor, and supervision while adhering to safety, tax, and background-check protocols. The estimated project value is under $25,000, and the work is to be completed within 120 calendar days following the notice to proceed. Selection will utilize a Lowest Price Technically Acceptable process, ensuring only technically acceptable bids are considered. This solicitation highlights the government's commitment to supporting Indian economic enterprises while enhancing educational facilities.
    Lifecycle
    Title
    Type
    JEMEZ RESTROOM REPAIR
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    Zuni Quarters Sewer Improvement Project,
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is preparing to solicit proposals for the Zuni Quarters Sewer Improvement Project located in Zuni, New Mexico. This project involves the reconstruction of sewer lines, including demolition and replacement of existing infrastructure at the Zuni Comprehensive Community Health Center, and is expected to be completed within a 90-day period following the issuance of the Notice to Proceed. The contract will be awarded as a Firm Fixed Price (FFP) and is set aside exclusively for small businesses under NAICS code 237110, with an estimated project value between $100,000 and $250,000. Interested contractors should monitor https://sam.gov for the solicitation release, anticipated around December 23, 2025, and are encouraged to contact Shaukat Syed or Jenny Scroggins for further inquiries.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    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.
    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.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@ihs.gov.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.