BIE SFES - RE-ROUTE SUPPLY/RETURN OF HEATING WATER
ID: 140A2325Q0191Type: 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

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)

Set Aside

Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services) (IEE)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a fixed-price construction project to re-route the supply and return of heating water at the San Felipe Elementary School in New Mexico. This opportunity is exclusively set aside for Indian Economic Enterprises (IEEs), aiming to enhance the heating system for approximately 164 Native American students by addressing inadequate heating in the older wing of the building. Contractors will be responsible for all labor, materials, and oversight necessary for the project, which must comply with federal, state, and tribal regulations, and is expected to be completed within 45 days of the Notice to Proceed. Interested parties should direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu, with a deadline for questions set for July 22, 2025, and the solicitation closing on August 7, 2025, at 12:00 p.m. MDT.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the procedures and requirements for submitting proposals in response to the Notice of Indian Economic Enterprise (IEE) set-aside under federal solicitations. Offerors must specify the percentage of work to be subcontracted and confirm whether they qualify as IEEs, adhering to strict limitations on subcontracting outlined in federal regulations. Specifically, the rules restrict how much work can be subcontracted to non-IEEs, depending on whether the proposal involves construction or services—allowing up to 75% and 50% respectively. Key personnel qualifications must be provided unless determined otherwise. Additionally, offerors must issue written assurances of compliance with IEE standards both before contract award and upon completion, ensuring adherence to the Buy Indian Act. Non-responsiveness due to failure to provide required information may lead to rejection of the proposal. The document serves to promote the economic empowerment of Indian enterprises through federal contracting opportunities while maintaining legal compliance for accurate representation as an IEE.
    The document outlines the compliance requirements for contractors and grantees working with the Bureau of Indian Affairs (BIA) regarding health and safety standards for construction and facility management. Key areas of compliance include OSHA standards for occupational safety, National Fire Codes for fire safety, accessibility mandates under the Architectural Barriers Act and Rehabilitation Act, and building safety codes established by the National Fire Protection Association (NFPA). Additionally, the document addresses guidelines for various systems, such as electrical, plumbing, and environmental quality, requiring adherence to specific codes for efficiency and safety. These standards ensure that all new constructions, major renovations, and remodels meet the latest public health and safety regulations, stress energy conservation measures, and promote the use of renewable energy where feasible. Overall, the document serves as a comprehensive set of standards to guide federal, tribal, and state construction projects to ensure rigorous health, safety, and sustainability practices across facilities managed or funded by the BIA.
    This document outlines the requirements for enterprises responding to solicitations under the Buy Indian Act, emphasizing self-certification of eligibility as an “Indian Economic Enterprise” (IEE). Offers must include truthful representations at the time of proposal submission, award, and throughout the contract's duration, with penalties applicable for false information under 18 U.S.C. 1001 and 31 U.S.C. 3729-3731. The form requires the submission of key details including the name of a federally recognized tribal entity, Unique Entity ID (UEI), legal business name, and ownership information (51% or greater). The self-certification section mandates the offeror's signature and printed name to confirm their eligibility status as per the Department of the Interior's guidelines. This document serves as a critical component in ensuring compliance with legal standards related to federal grants and RFPs, specifically focusing on promoting economic opportunities for Indian enterprises within governmental contract processes.
    The document outlines the progress reporting requirements for contractors involved in projects administered by the Department of the Interior, Indian Affairs. It provides detailed instructions on completing the Contract Progress Schedule (Form IA-C113), which serves to track the work elements, their percentages toward the total project, and planned progress over a specified timeframe. Contractors must submit this form in triplicate to the contracting officer, including critical details such as contract number, project title, and work elements in logical order. The form details how to allocate work across specified weeks, allowing for adjustment in case of contract modifications. It emphasizes the importance of accurate reporting through the IA-C713 “Contract Progress Report” to facilitate contract administration and partial payment approvals. The schedule's adherence ensures timely completion and accountability, aligning with federal requirements for managing contracts in government procurement processes.
    The file outlines a Contract Progress Report issued by the Department of the Interior, specifically Indian Affairs, to track the completion status of a contractor's work under a federal contract. It includes sections for identifying the contractor, project, and reporting period while capturing various metrics, such as the percentage of work completed compared to total project scope. Additionally, it addresses the contractor’s obligation regarding payroll submissions within the reporting timeframe. A certification process is documented, requiring signatures from both the contractor and the contracting officer to validate the reported progress. This report serves as a tool for managing contract payments, ensuring compliance with project specifications, and maintaining accountability in federal contracting processes. The structured format aids in systematically evaluating project advancement, ultimately contributing to the transparency and effectiveness of federal funding.
    The IA FORM 3000 V2 is a submission form utilized by contractors for the Department of the Interior, Indian Affairs, to seek approval for materials intended for incorporation into contract work. The form facilitates the submission of various documents, including shop drawings, equipment data, and manufacturer literature. Contractors are required to submit four copies of this form to the contracting officer, ensuring that items are clearly identified and tabbed for evaluation. It outlines the process for submitting materials, stressing that approvals must be signed by the contracting officer for validity. The form emphasizes the importance of clear documentation, including numbering submissions consecutively and maintaining separate submittals for priority requests. This structured process ensures compliance with contract specifications and facilitates organized review by government officials, reflecting the formal requirements of government RFPs and grants.
    The document addresses inquiries related to the RFP 140A2325Q0144, which focuses on waterline repairs. It contains a log of questions from potential contractors regarding the project, followed by official responses from the government. The purpose of this document is to clarify project requirements and ensure that all bidders have access to the same information, fostering a fair competitive environment. Key aspects likely discussed include technical specifications, project scope, timelines, and compliance standards essential for the repair work. By providing these clarifications, the government aims to streamline the bidding process and enhance project success through informed proposals from contractors. The log serves as a transparent communication tool between the government and contractors, reinforcing the importance of clarity in federal and local procurement processes.
    The document outlines the "Release of Claims" form for contractors involved in contracts with the United States Department of the Interior. It establishes that before final payments are made, contractors must provide a release of all claims against the U.S. government related to the contract. This form serves as a legal instrument ensuring that upon receiving payment, the contractor absolves the government of any future liabilities, debts, or claims. It includes spaces for vital details such as the contractor's name, amount due, and signatures, along with a certification section if the contractor is a corporation. The requirement for a release of claims helps to protect the government from potential legal disputes after contract completion. This released claims process is especially relevant in the context of government contracts, including federal grants and RFPs (Requests for Proposals), ensuring fiscal responsibility and contract compliance within government operations.
    The Request for Information (RFI) Report outlines a system for contractors to seek clarification on specific aspects of a government contract. This document emphasizes a structured approach to managing inquiries, with sections designated for the contractor's request and the government's response. Key elements include the contractor's assessment of potential cost and schedule impacts, specific subjects and specifications involved, and a timeline for responses to avoid delays. It clarifies that the RFI process does not authorize any additional work, and contractors must formally notify the contracting officer of any perceived changes. The report is designed to foster efficient communication, ensuring that questions are addressed promptly while maintaining adherence to contractual obligations. Overall, this RFI process is integral to the management of federal and local procurement projects, supporting clarity and compliance in contractor engagements.
    The solicitation issued by the Department of the Interior’s Bureau of Indian Education seeks proposals for waterline repairs at San Felipe Elementary School in New Mexico. This project is exclusively set aside for Indian Economic Enterprises (IEEs), ensuring that eligible businesses, defined as having majority Indian ownership and operational control, can compete. Offerors must register in the System for Award Management prior to bid submission and comply with various federal requirements, including submitting necessary certifications and representations. The contract encompasses all labor, materials, and oversight needed to execute the repairs, with significant attention to compliance with safety and regulatory guidelines, including potential state and tribal taxes. The total project estimate is less than $25,000, and the performance period spans from August 2025 to October 2025. The proposal must detail costs for materials and labor, and include quality assurance measures throughout the construction process. Emphasis is placed on timely responses, accurate documentation, and adherence to contract stipulations to ensure a smooth project execution, reflecting the government’s focus on supporting Indian enterprises and enhancing community resources through federal funding initiatives.
    The Statement of Work (SOW) for the San Felipe Pueblo Elementary School outlines necessary modifications to the heating system to resolve inadequate heating in the older wing of the building. The project aims to ensure a comfortable learning environment for approximately 164 Native American students. Key objectives include rerouting the hot water boiler system and implementing various technical and administrative tasks while adhering to applicable regulations and codes. Contractors are required to conduct site walkthroughs, submit detailed sketches, and provide labor for the removal and installation of piping, including a new butterfly valve to improve water circulation. All work must comply with federal, state, and tribal laws, with a minimum one-year warranty on labor. A comprehensive safety and hazard analysis is required before construction begins, and the project is scheduled for completion within 45 days of the Notice to Proceed. The document emphasizes the need for quality, responsiveness, and customer service, and outlines adherence to standards such as the NFPA, ADA guidelines, and OSHA regulations. The SOW reflects the federal government's commitment to enhancing educational facilities and ensuring safe learning environments for Indigenous communities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    68--Propane for Tohono O'odham Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking proposals for a firm fixed-price contract to supply propane to the Tohono O'odham Agency in Sells, Arizona. The procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), requiring that offerors qualify as both Indian Economic Enterprises and small businesses. The propane will be utilized for heating and kitchen appliances across various facilities, including the Tohono O'odham Agency Quarters and the Adult Detention Center, ensuring uninterrupted service is maintained. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 480-744-4870.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new rooftop unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    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.
    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.
    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.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    91--#1 Diesel Fuel for Cheyenne River Agency
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to supply 7,000 gallons of 1 Diesel Fuel Clear for the Cheyenne River Agency located in Eagle Butte, South Dakota. The procurement is set aside for Indian Economic Enterprises (IEEs), and the contractor will be responsible for delivering the fuel to a government-provided storage tank within seven calendar days of order receipt, adhering to all applicable regulations and obtaining necessary tribal licenses. This fuel is essential for supporting operations at the agency, emphasizing the importance of compliance with federal, tribal, and state laws. Interested parties must acknowledge Amendment 0001 to the solicitation and submit their quotations via email to Jodi Zachary by December 19, 2025, at 9:00 AM Pacific, with the contract period of performance commencing on January 9, 2026.
    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 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.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.