Ramp Replacement at UMU Agency
ID: 140A1626Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSBUREAU OF INDIAN AFFAIRSRESTON, VA, 20192, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Bureau of Indian Affairs, part of the Department of the Interior, is soliciting proposals for the replacement of deteriorated and non-ADA compliant entryway ramps at three buildings located at 1342, 1344, and 1346 Spruce Street in Towaoc, Colorado. This project, estimated to cost between $100,000 and $250,000, requires contractors to provide all necessary labor, materials, and equipment to demolish the existing ramps and install new, durable, ADA-compliant platforms that adhere to current building codes and safety regulations. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) and emphasizes the importance of compliance with Department of Labor wage rates and the necessity of a mandatory site visit for interested contractors. Proposals are due by February 6, 2026, at 17:00 local time, and must remain valid for 90 days post-closing; interested parties can contact Kurt Egner at kurt.egner@bia.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Indian Affairs (BIA) is soliciting bids for the replacement of entryway ramps for three buildings located at 1342, 1344, and 1346 Spruce Street in Towaoc, Colorado. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs). The project addresses significant rust, deterioration, structural deficiencies, and non-compliance with current Americans with Disabilities Act (ADA) accessibility standards of the existing platforms. The scope of work includes the demolition of old ramps and the installation of new, durable, ADA-compliant platforms that meet all applicable building codes and safety regulations. Contractors are responsible for all labor, materials, equipment, planning, and supervision. Key requirements include adherence to Department of Labor Wage Rates, attendance at a pre-work conference, specific work hours, electronic invoicing via the IPP system, and registration with SAM. A mandatory site visit is required for interested contractors to assess conditions and verify measurements before submitting a quote.
    This government solicitation (No. 140A1626Q0013) is a competitive Request for Proposal (RFP) for Indian Small Business Economic Enterprises (ISBEEs) to replace deteriorated and non-ADA compliant entryway ramps at buildings 1342, 1344, and 1346 Spruce Street in Towaoc, Colorado. The project, estimated between $100,000 and $250,000, requires the contractor to provide all labor, materials, and equipment for demolition and installation of new, ADA-compliant ramps with corrosion-resistant materials. The period of performance is 90 calendar days after the Notice to Proceed (NTP), which will be issued within 10 days of bond approval. Proposals are due by February 6, 2026, at 17:00 local time and must remain valid for 90 days post-closing. Offerors must register with the System for Award Management (SAM) and submit proposals electronically via the Invoice Processing Platform (IPP). Department of Labor wage rates apply, and certified payroll documents are required. A site visit is highly recommended, and the award will go to the qualified contractor with the lowest total evaluated price.
    The document appears to be a highly unstructured and fragmented government file, likely part of an RFP, federal grant, or state/local RFP. Due to extensive character corruption, its specific main topic, key ideas, and supporting details are largely unidentifiable. However, based on discernible patterns, the document seems to contain lists of codes or identifiers, possibly related to procurement items, technical specifications, or administrative classifications. It also includes repeated sections that might represent standardized clauses, formatting elements, or boilerplate text commonly found in government solicitations. The presence of numerous numerical sequences and seemingly technical acronyms suggests a focus on detailed requirements or inventory, but without clear context, a precise summary is not feasible.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--CRIP MC Checks and Lateral 73 Construction
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is issuing a presolicitation notice for the Colorado River Indian Irrigation Project (CRIIP), seeking construction contractors for significant rehabilitation and new construction work. The project, estimated to cost between $15,000,000 and $22,000,000, involves rehabilitating Main Canal Checks 185 and 270, replacing gates, and undertaking concrete repairs, as well as realigning canals and constructing new facilities, including electrical modifications for Main Canal Check 420. This work is crucial for maintaining the irrigation infrastructure within the Colorado River Indian Tribes Reservation near Parker, Arizona. The solicitation is expected to be released around February 1, 2026, with a performance period of approximately 750 calendar days, and interested contractors must be registered in SAM.gov. For further inquiries, contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
    Boiler Replacement at the MPI
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the replacement of the boiler system at the Museum of the Plains Indians in Browning, Montana. The project entails the removal of the existing single boiler and the installation of a new two-boiler system, which includes design, plumbing, controls, and necessary asbestos remediation. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and has an estimated construction magnitude between $100,000 and $250,000, emphasizing the importance of compliance with federal, state, and tribal regulations, including adherence to Department of Labor wage rates. Interested contractors must attend a mandatory site visit on January 22, 2026, with proposals due by February 4, 2026, and should contact Kurt Egner at kurt.egner@bia.gov for further information.
    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.
    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.
    R--Geographic Information Systems (GIS) Modernization
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Geographic Information Systems (GIS) Modernization Services as part of a combined synopsis/solicitation. The primary objective is to provide GIS support for IT system modernization, focusing on data integration and workflow enhancements to manage natural resources on Indian lands, with a specific emphasis on addressing a backlog of mapping trust lands and developing GIS applications. This opportunity is set aside 100% for Indian Small Business Economic Enterprises (ISBEEs) and includes a contract period from February 1, 2026, to January 31, 2031, with a total of five years including four option years. Interested parties must submit their proposals by January 15, 2026, at 3:00 PM Eastern Time, and can direct inquiries to Nancy Shah at Nancy.Shah@bia.gov or by phone at 703-390-6728.
    Herbicide for Anadarko Agency (Remedy)
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Southern Plains Region, is seeking proposals for the procurement of Remedy herbicide for the Anadarko Agency. This solicitation is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to acquire 116 units of 2.5-gallon herbicide, which is essential for effective brush and broadleaf weed control in rangeland, pastures, and conservation areas. The anticipated delivery date for the herbicide is March 31, 2026, and the contract will be awarded as a Firm-Fixed-Price Purchase Order, evaluated based on the Lowest Price-Technically Acceptable criteria. Interested vendors can contact Brian Roberts at brian.roberts@bia.gov or call 503-231-2279 for further details.
    D--SENIOR IT CONSULTANT SUPPORT
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for Senior IT Consultant Support related to the Electric Utility Management System (EUMS). The objective of this procurement is to enhance the EUMS billing software, which includes upgrading various systems, integrating an online customer portal, and providing comprehensive IT support services. This contract is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), emphasizing the importance of supporting economic development within Indian communities. Interested contractors must submit their quotes electronically by January 20, 2026, with questions due by January 12, 2026, and can contact Melanie Schiaveto at melanie.schiaveto@bia.gov for further information.
    KHC Old Housing Renovations
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified contractors for the KHC Old Housing Renovations project in Kayenta, Arizona, aimed at conducting comprehensive renovations of residential facilities. The project encompasses various tasks, including the replacement of doors, flooring, kitchen and restroom cabinets, plumbing, HVAC systems, and more, to enhance living conditions for residents. This initiative is part of the IHS's commitment to improving housing for Native American communities, and interested contractors must submit their qualifications by January 15, 2025, at 12:00 PM MST to Daisha Richards at Daisha.Richards@ihs.gov. Potential bidders are reminded that this is a market research notice, not a solicitation, and must be registered in the System for Award Management (SAM) to participate.
    J--REPLACE FURNACE/PROPANE SYSTEM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified Indian Economic Enterprises (IEEs) to replace an existing fuel oil furnace with a propane heating system at BIA Building 308 in Owyhee, NV. The project aims to enhance efficiency and safety by decommissioning the current fuel oil system and installing a new propane furnace, along with a propane tank and necessary piping, while ensuring compliance with local regulations and environmental considerations. Interested IEEs must submit a capability statement, including a completed IEE Representation Form, by January 13, 2025, at 5:00 pm MST, to Danielle Bitsilly at danielle.bitsilly@bia.gov, as this opportunity is part of the Buy Indian Act set-aside initiative.
    V--BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support the Bureau of Indian Affairs (BIA) in Window Rock and Whiteriver, Arizona. The procurement involves providing contractor-furnished helicopters, personnel, and equipment for various missions, including fire suppression and law enforcement, with a contract period from March 1, 2026, to February 28, 2031. These services are critical for the BIA's operational needs, ensuring effective response capabilities in the region. Interested small businesses must submit their proposals by January 9, 2026, at 1300 PST, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.