NEW REQ ROOF REPLACEMENT COTTONWOOD DS
ID: 140A2324R0103Type: Solicitation
Overview

Buyer

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

NAICS

Roofing Contractors (238160)

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 roof replacement project at the Cottonwood Day School located in Chinle, Arizona. The contractor will be responsible for providing all necessary materials, equipment, and personnel to complete the project, which includes options for either complete roof removal or a layover, while adhering to safety protocols and environmental regulations. This project is crucial for maintaining the integrity and safety of the school facilities, with an estimated cost between $100,000 and $250,000, and a performance period of 60 calendar days from the Notice to Proceed. Proposals are due by September 19, 2024, with a mandatory site visit scheduled for September 16, 2024; interested parties can contact Krisanne Dernago at krisanne.dernago@bie.edu for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for a roof replacement project at Cottonwood Day School in Chinle, AZ. The contractor is responsible for providing all materials, equipment, and personnel necessary to execute the project efficiently and safely, particularly during scheduled business hours. Two options for roof replacement are presented: one involving complete removal of the existing roof and another including a layover. Additionally, proper disposal of debris, obtaining necessary permits, and maintaining a clean work environment are mandated. Safety protocols, including adherence to OSHA regulations and background checks for personnel, are critical components. The project must be completed within 60 calendar days after the Notice to Proceed, with the contractor scheduled to notify relevant parties daily about work progress. Environmental protection and ongoing communication with the government representatives are paramount throughout the project's execution. The SOW emphasizes quality assurance, adherence to the negotiated scope of work, and the need for a comprehensive safety program to protect employees and the school community during construction activities.
    The provided document references the Cottonwood Day School located in Apache County, Arizona, accompanied by geographic details and route information. The file appears to be part of a navigation or mapping tool (Bing Maps) which assists users in locating the school and understanding its surroundings, including Indian Route 8042. The inclusion of coordinates suggests a focus on precise geographical placement, indicating the importance of accessibility to the school. While the document lacks specific context related to federal RFPs or grants, it may exist as a supporting element for local outreach or educational initiatives. Overall, the document emphasizes navigation and location without presenting detailed information or direct relevance to funding proposals or governmental grants.
    The document is a Bid Bond form, standardized for use when a bid guaranty is required during federal government procurement processes. It obligates both the principal (the bidder) and sureties (guarantors) to ensure financial assurance in the bid submission for construction, services, or supplies. The bond specifies the obligation is voided if the principal successfully executes a contract upon bid acceptance and secures necessary bonds within designated timeframes. It also outlines the conditions under which the sureties remain liable, including extensions of time for bid acceptance. Furthermore, detailed instructions are provided regarding the completion of the form, stating requirements for the principal's legal name, business address, and corporate surety information. The form must be signed and sealed by authorized individuals and complies with the Paperwork Reduction Act, needing an OMB control number. This summarized bond form plays a critical role in ensuring that the government can secure work in the case of bid default, maintaining the integrity of federal procurement decisions.
    The document is a Statement and Acknowledgment form, utilized in federal and state contracting processes, particularly for subcontract agreements under prime contracts. It captures essential details including the prime contract number, subcontractor information, and compliance with labor standards. The form verifies if the prime contractor included specific labor-related clauses from the Contract Work Hours and Safety Standards Act, such as Overtime Compensation, Payrolls and Basic Records, and Construction Wage Rate Requirements, within the subcontract. It emphasizes the acknowledgment of these terms by the subcontractor and any intermediate subcontractors involved. The associated OMB Control Number and Paperwork Reduction Act statement indicate regulatory compliance and provide an avenue for feedback on the burden of information collection. This form plays a critical role in ensuring transparency and adherence to labor standards in federally funded projects, promoting fair wage practices and compliance with labor regulations.
    The document outlines the structure and requirements for a Performance Bond, used in connection with government contracts. It specifies the obligations of the Principal (the contractor) and Sureties (guaranteeing entities), binding them to perform all contractual terms and fulfill due payments, including taxes. The Performance Bond is intended to assure the U.S. government of the contract's execution and provides a penal sum that signifies the maximum financial liability assured by the Sureties. The document details the required signatures, corporate seals, and the process for individual or corporate Sureties with liability limits explicitly stated. It mandates compliance with procedures sanctioned by the General Services Administration and highlights the importance of accurate identification of entities involved. This Performance Bond document serves as a legal assurance mechanism for various government contracts through RFPs, detailing the commitment of all parties to uphold their contractual responsibilities, thereby ensuring organizational accountability within federal and local frameworks.
    The document is a standard payment bond form, specifically Standard Form 25A, utilized by federal agencies to ensure financial protection for individuals supplying labor and materials under government contracts. The bond obligates both the Principal (contractor) and Surety (guarantor) to provide a financial guarantee to the government, ensuring payments to all subcontractors and suppliers involved in the project, should the Principal default. The document outlines essential details including the Principal's legal name, business address, liability limits, and date of execution. It mandates that corporate sureties must be on the Treasury's approved list and outlines the requirements for signing and sealing the bond. The form also includes an important disclaimer regarding paperwork burdens under the Paperwork Reduction Act and requires signatures from authorized parties. This payment bond is crucial for compliance with federal contracting procedures and protects all parties involved in contract execution from financial risks associated with non-payment. The structure of the form includes sections for detailing participants, amounts, and conditions related to the bond, as well as instructions for completion to ensure legal compliance.
    The Department of the Interior (DOI) – Bureau of Indian Education (BIE) has issued a Request for Proposals (RFP) for a 100% set-aside project designated for Indian Small Business Economic Enterprises (ISBEE) to complete urgent roof replacement work at the Cottonwood Day School in Chinle, Arizona. Proposals must be submitted by September 19, 2024, with a mandatory site visit scheduled for September 16, 2024. The project's estimated cost ranges from $100,000 to $250,000, with a performance period of 60 calendar days from the Notice to Proceed. Contractors must ensure compliance with Davis Bacon wage determinations and various federal guidelines. Eligibility for this project is limited to Indian Economic Enterprises, with specific submission requirements and assurances needed to confirm compliance. The selected contractor is expected to provide all necessary materials and labor for the project, adhering to safety standards and final inspection requirements. The award will follow the Lowest Price Technically Acceptable method, ensuring that only the lowest priced responsive and technically acceptable offer is selected.
    The document outlines the wage determination and applicable labor laws for construction projects in Apache County, Arizona, effective January 12, 2024. It specifies that projects under the Davis-Bacon Act must adhere to minimum wage rates dictated by Executive Orders 14026 and 13658, requiring payment of at least $17.20 or $12.90 per hour, respectively, based on the contract's award date. The document details classifications and wage rates for various construction labor categories, including electricians, carpenters, laborers, and specialized workers like welders and pipefitters, alongside their respective fringe benefits. The wage determination also discusses the appeals process for disputes over wage rates and classifications, emphasizing the importance of workers' rights and protections under these federal statutes. Given the context of government RFPs and grants, this file serves as essential guidance for contractors on minimum wage and compliance obligations, ensuring fair pay in federally funded construction projects.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    BERLAND LAKE SILVICULTURAL PRESCRIPTION
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), under the Department of the Interior, is soliciting proposals for the Dezza Bluff Silvicultural Prescription project aimed at hazardous fuel reduction and fire management in the Navajo Region. The project encompasses approximately 4,438 acres near Tohatchi, NM, focusing on prescribed burning to mitigate hazardous fuel accumulation, enhance forest health, and reduce wildfire risks, with key deliverables including comprehensive stand inventories and silvicultural prescriptions. This initiative is critical for improving fire management practices and forest health on tribal lands, with a total award amount of $11.5 million and a proposal submission deadline of September 20, 2024. Interested contractors should direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or call 505-863-8404 for further details.
    PLUMBING FIXTURES UPGRADES
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for plumbing fixture upgrades at the Tohono O’odham Adult Detention Facility in Sells, Arizona. The project involves the removal of outdated plumbing fixtures and the installation of new, compliant fixtures, with a completion timeline of 90 calendar days from the Notice to Proceed. This procurement is critical for enhancing the facility's infrastructure and ensuring compliance with safety and legal standards, including ADA requirements. Interested contractors must submit sealed bids by September 19, 2024, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566.
    F--Mold Removal - Tohono O'odham Detention Center
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors for mold removal services at the Tohono O'odham Detention Center in Sells, Arizona. The project requires certified contractors to perform mold abatement in five shower stalls, ensuring compliance with federal and tribal health standards while providing all necessary labor, materials, and services within a 30-day performance period post-award. This procurement is particularly significant as it is set aside for Indian Economic Enterprises, reflecting the government's commitment to supporting tribal businesses. Interested contractors must submit their all-inclusive quotes by September 20, 2024, and can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or 602-241-4566 for further information.
    Idaho Panhandle National Forest Coeur D' Alene Nursery Roofing Replacements
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the replacement of roofs at the Coeur D'Alene Nursery in Idaho under Solicitation No: 1240LU24R0025. The project entails removing existing metal roofs and installing new metal roofing systems across multiple buildings, including necessary components such as underlayment, ice shields, and addressing any damaged roof sheathing. This initiative is crucial for maintaining the structural integrity of facilities used for agricultural and research purposes, with an estimated project cost ranging between $100,000 and $250,000, and completion expected by October 15, 2025. Interested contractors must submit their bids by September 23, 2024, and can contact Daniel Franco at daniel.franco@usda.gov or Pamela Baltz at pamela.baltz@usda.gov for further information.
    GARAGE DOOR REPLACEMENT FOR BIA-MESCALERO AGENCY
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking qualified contractors for the replacement of a garage door at the Mescalero Agency in New Mexico. This procurement is specifically set aside for Indian Small Business Economic Enterprises (Native American/Alaska Native) and involves the removal of an existing garage door and the installation of a new commercial-grade steel door, including necessary labor, materials, and equipment. The project is critical for maintaining the functionality and security of the agency's facilities, with a performance period scheduled from September 24, 2024, to October 23, 2024. Interested parties must submit their quotes by September 22, 2024, at 5:00 PM (MST), and can direct inquiries to Sonia Nelson at Sonia.Nelson@bia.gov or by phone at 505-563-3129.
    Replacement Boilers & Start-up Service for Aneth C
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is seeking proposals for the replacement of boilers and start-up services at the Aneth Community School. The procurement involves the provision and installation of Raypak WH2 boilers, with a focus on compliance with federal labor standards and Small Business requirements, as outlined in the Request for Proposal (RFP) number 140A2324Q0528. This initiative is part of the government's commitment to improving infrastructure within educational facilities, ensuring that the necessary heating equipment is both efficient and reliable. Interested bidders must submit their proposals electronically, with the contract period running from September 30, 2024, to September 29, 2025; for further inquiries, contact Michael Drinkwater at michael.drinkwater@bie.edu.
    Z--Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is preparing to solicit proposals for the Colorado River Irrigation Project (CRIP), which involves the construction and rehabilitation of main canal check structures and the replacement of a failed lateral check structure. The project requires contractors to rehabilitate three main canal check structures, realign segments of the canal and electrical transmission lines, and construct a new check structure downstream of an existing failed facility, all while ensuring compliance with environmental regulations. This initiative is crucial for maintaining efficient irrigation operations in the region. Interested contractors, particularly Indian-Owned Small Business Economic Enterprises (ISBEEs), must be registered in the System for Award Management (SAM) and can expect specific proposal submission instructions to be released around September 23, 2024. For inquiries, contractors may contact William McLaughlin at William.McLaughlin@bia.gov or by phone at (850) 281-3444.
    Dutch John Bunk House Roof Replacement
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is soliciting proposals for the Dutch John Bunk House Roof Replacement project located in Dutch John, Utah. The project requires contractors to provide all necessary materials, labor, and equipment to remove the existing roof and install a new thermoplastic polyolefin (TPO) roofing system, with a budget estimated between $100,000 and $250,000. This procurement is particularly significant as it emphasizes compliance with federal guidelines, including the Buy American Act, and aims to support local economies while ensuring quality and safety standards are met. Interested small businesses must submit their proposals by September 20, 2024, and can direct inquiries to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.
    F--Conservation Plans, BIA, NRO
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is soliciting proposals for the development of conservation plans related to grazing permit transfers within the Navajo Nation, specifically through its Navajo Regional Office. This opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, aiming to promote economic development within Native American communities while ensuring sustainable agricultural practices. The project involves creating conservation plans that comply with federal guidelines and existing management frameworks, with a contract performance period from September 26, 2024, to September 30, 2025. Interested parties must submit their proposals by 3:00 p.m. MDT on September 19, 2024, and can direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or by phone at 505-863-8404.
    Z--PIR Road Maintenance No. 1
    Active
    Interior, Department Of The
    Presolicitation INTERIOR, DEPARTMENT OF THE is planning to issue an Invitation for Bid (IFB) Solicitation for the Project PIR Maintenance No. 1 - Road Construction on the Tohono O'odham Nation, Pima County, Arizona. The project involves scarifying the existing disturbed roadway width to a depth of 6 inches, incorporating soil cement, grading, shaping, and compacting for 39.20 miles on Routes 2, 12, 18, 24, and 181. The estimated project magnitude is between $1,000,000.00 and $5,000,000.00, with a performance period of 150 calendar days. Contractor registration in the Government's System for Award Management (SAM) is required. The solicitation package is anticipated to be released on or about the week of April 18, 2024, with a thirty-day solicitation period.