Fire Prevention Service
ID: 140A2325Q0119Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)

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 seeking qualified contractors to provide fire prevention services at the Flandreau Indian School in South Dakota. The procurement involves comprehensive fire safety inspections, testing, and maintenance of fire protection equipment across 12 buildings, ensuring compliance with National Fire Protection Association (NFPA) codes and standards. This initiative is crucial for maintaining safety and compliance in educational facilities, with an estimated contract value of $19.5 million. Interested parties must submit their proposals by April 11, 2025, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for self-certification under the Buy Indian Act, specifically regarding the status of an Indian Economic Enterprise (IEE). Offerors must certify that they meet the IEE definition at the time of proposal submission, contract award, and throughout the contract duration. The form mandates the disclosure of key information, including the name of the federally recognized tribal entity and ownership details, to ensure compliance with eligibility standards. There are significant legal consequences for providing false or misleading information, as violations can result in penalties under various U.S. codes. This self-certification aims to uphold integrity and eligibility in government contracts reserved for Indian economic enterprises, supporting the Act's overarching goal of enhancing economic opportunities for Native American businesses.
    The Bureau of Indian Education's Flandreau Indian School requires comprehensive fire protection services for its campus in Flandreau, SD. This includes conducting annual inspections, testing, maintenance, and necessary repairs for various fire safety equipment across 12 buildings, adhering to National Fire Protection Association (NFPA) codes and standards. The services cover fire alarm systems, sprinkler systems, kitchen hood fire suppressions, extinguishers, and associated detection devices. Key responsibilities of the contractor include performing detailed inspections and functionality tests for all fire safety equipment, preparing written reports on their findings, and ensuring that all systems are compliant with applicable codes. Additionally, emergency repair services must be readily available, with a swift response time and coordination with the designated Point of Contact. The contractor is also responsible for adhering to state licensing requirements and maintaining a clean work environment throughout the maintenance process. This RFP emphasizes safety, compliance, and prompt service delivery, underlining the Bureau's commitment to maintaining fire safety standards in education facilities.
    The U.S. Department of Labor's Wage Determination No. 2015-5375 outlines minimum wage requirements for contracts subject to the Service Contract Act, specifying rates based on Executive Orders 14026 and 13658. For contracts awarded post-January 30, 2022, workers must receive at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, mandate a minimum of $13.30 per hour. The document also details fringe benefits, including health and welfare, vacation, and paid sick leave under Executive Order 13706. Occupational wage rates are provided for maintenance and repair personnel, with additional considerations for hazardous pay, uniform costs, and the classification of unlisted jobs. The conformance process allows for the classification of jobs not explicitly listed in the wage determination, ensuring fair compensation for all service employees under government contracts. Compliance and the proper implementation of these wage determinations are crucial for fulfilling governmental standards and ensuring worker protections in various South Dakota counties.
    The document is an amendment to a government solicitation related to an Indian Economic Enterprise contract. It outlines procedural requirements for contractors regarding the acknowledgment of this amendment, which must be received prior to the specified deadline to avoid rejection of bids. The acknowledgment can be done through various methods including submission with the offer or through separate communication. Key changes in the amendment include a shift from an Indian Small Business Economic Enterprise set-aside to an Indian Economic Enterprise set-aside. Furthermore, it specifies the new due date for responses as May 8, 2025, at 10:00 AM Mountain Time. The document also indicates that all previous terms remain in effect unless modified within this amendment. Overall, this amendment addresses essential administrative processes for contractors and clarifies changes in contract classification, ensuring compliance and continuation of the contract modification process. The precise and formal tone is consistent with government documentation procedures typical in RFPs and contracts.
    The document is an amendment to a solicitation involving the modification of a contract/order, identified by the number 140A2325Q0119. Its main purpose is to inform bidders of changes to contract conditions, notably the shift of a set-aside from "Indian Economic Enterprise" to "Small Business." The due date for offers is specified as May 22, 2025, at 2:00 PM Mountain Time. Key changes include the addition of the clause 52.219-6, "Notice of Total Small Business Set-Aside," and the removal of several clauses related to the Indian Economic Enterprise. It emphasizes that acknowledgment of receipt of this amendment is necessary to avoid rejection of proposals. The amendment modifies previous contractual terms and stresses the need for interested parties to respond while adhering to the specified guidelines. This document reflects the federal government's efforts to support small businesses, highlighting shifts in set-aside regulations to open opportunities for smaller entities in government contracting.
    The document pertains to the amendment of a federal solicitation (No. 140A2325Q0119) issued by the Indian Education Acquisition Office, detailing the procedural changes affecting contract offers. The amendment modifies the solicitation status from a Small Business set-aside to an Unrestricted classification, which widens the opportunity for all businesses to submit proposals. It specifies that acknowledgment of the amendment must be submitted before the stated deadline of June 12, 2025, at 10:00 AM Mountain Time, to avoid rejection of offers. The document underscores the importance of compliance with procedural requirements, such as acknowledging receipt of the amendment through specified communication methods. Overall, this amendment facilitates a broader participation framework for contractors while maintaining stringent submission protocols essential for transparency and regulatory adherence in government contracting processes.
    The document outlines a Request for Proposal (RFP) for Fire Prevention Services through the Bureau of Indian Education, referencing solicitation number 140A2325Q0119. It indicates that the contract type will be a Firm Fixed Price, with a firm due date for offers set for April 11, 2025. This acquisition is designed to provide various fire safety inspections and services at the Flandreau Indian School in South Dakota, including testing of fire alarm systems, sprinkler systems, and emergency repairs with a total estimated value of $19.5 million. This solicitation is categorized as a 100% set-aside for Indian Small Business Economic Enterprises, emphasizing the government’s commitment to supporting Native American businesses. Contractors must comply with a range of provisions tied to federal regulations, including the Fair Labor Standards and various clauses ensuring equal opportunity, safety, and contractual ethics. Additionally, the successful contractor must utilize the Internet Payment Platform for invoicing, ensuring compliance with all outlined invoice requirements. Overall, this RFP aims to engage qualified contractors to enhance fire safety on Native American reservations through structured, federally mandated procurement processes, ensuring adherence to regulations and standards while supporting small business participation.
    Lifecycle
    Title
    Type
    Fire Prevention Service
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The contract will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated exclusive use period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific performance capabilities and qualified personnel. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and can direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    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.
    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.
    Pine Ridge Multi Phase Door Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi-Phase Door Replacement project in South Dakota. This project aims to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed Price contract, with a performance period of 270 calendar days following the Notice to Proceed. Interested contractors must submit their proposals electronically by December 17, 2025, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or by phone at 206-615-2452.
    44--Replacement Heat Pumps for Seba Delkai Boarding Sc
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors to provide replacement heat pumps for the Seba Delkai Boarding School located in Winslow, Arizona. This procurement aims to supply heating equipment essential for maintaining a conducive learning environment at the boarding school, which serves Native American students. The solicitation is set aside for small businesses, specifically under the Indian Small Business Economic Enterprise (ISBEE) program, with a closing date for offers extended to December 16, 2025, at 5:00 PM ET. Interested parties must acknowledge receipt of the solicitation amendments and submit their proposals electronically, ensuring compliance with all applicable federal regulations.
    68--Propane for Turtle Mountain Agency
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to supply propane for the Turtle Mountain Agency. The procurement involves delivering a total of 41,420 gallons of propane to various Bureau facilities, including essential locations such as the Detention Center and Fire Hall, with the objective of ensuring a safe and healthy environment for the agency's operations. This opportunity is set aside for Indian Economic Enterprises (IEEs), emphasizing the importance of supporting local businesses within the community. Interested parties must submit their quotes by December 16, 2025, at 5:00 PM CST, and can reach out to Crystal Keys at crystal.keys@bia.gov or by phone at 405-933-6016 for further information.
    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.
    Trash Pickup for Kaibeto Boarding School
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking quotations for trash pickup services at the Kaibeto Boarding School. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, with a focus on solid waste collection under NAICS code 562111. The contract will be structured as a Firm Fixed Price purchase order for a base year starting January 1, 2026, with the possibility of four additional option years extending through 2030. Interested contractors must submit a comprehensive quote that includes their qualifications and ability to perform, with evaluations based on technical capability and price. For further inquiries, potential offerors can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    Trash Pickup for Rocky Ridge Boarding School
    Interior, Department Of The
    The Bureau of Indian Affairs is seeking quotations for trash pickup services at the Rocky Ridge Boarding School, as part of a procurement initiative aimed at supporting Indian Small Business Economic Enterprises (ISBEE). The contract will cover refuse pickup and recycling services, structured as a Firm Fixed Price purchase order for a base year from January 1, 2026, to December 31, 2026, with the possibility of four additional option years. This service is crucial for maintaining cleanliness and environmental standards at the school, ensuring a healthy learning environment for students. Interested contractors must submit their all-inclusive offers electronically to Ashleigh Cleveland by December 16, 2025, at 1700 EST, and must be registered in SAM.gov to comply with applicable federal regulations.
    Steam Kettle
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking quotes for the procurement, removal, and installation of a floor-mounted steam kettle for the Bureau of Indian Education at Turtle Mountain Elementary School in Belcourt, ND. This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) and requires offerors to submit a firm fixed price quote for new equipment, which must include a minimum one-year warranty and detailed specifications. The steam kettle is essential for food preparation in the school’s kitchen, supporting the nutritional needs of students. Interested vendors should contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256, and must ensure they are registered in SAM.gov, with quotes due within the specified timeframe of 30-60 days after receipt of order.