IA OJS BUILDING 1134 & 1135 REPLACEMENT
ID: 140A0425R0005Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSROCKY MOUNTAIN REGIONBILLINGS, MT, 59101, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

GENERATORS AND GENERATOR SETS, ELECTRICAL (6115)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 25, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 11:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for the replacement and installation of generators at the OJS Buildings 1134 and 1135 located at the Wind River Agency in Fort Washakie, Wyoming. This project aims to ensure reliable backup power for emergency services, emphasizing the importance of operational integrity and compliance with safety standards. The solicitation is set aside for Indian Small Business Economic Enterprises (ISBEE) and requires proposals to be submitted electronically by May 9, 2025, with the project scheduled to commence on July 1, 2025, and conclude by September 30, 2025. Interested parties can contact Mary King at Mary.King@bia.gov or by phone at 406-247-7941 for further information.

Point(s) of Contact
King, Mary
(406) 247-7941
(406) 247-7908
Mary.King@bia.gov
Files
Title
Posted
Apr 25, 2025, 4:05 PM UTC
This document outlines the requirements for Indian Economic Enterprises (IEE) participation in federal contracting under the Buy Indian Act, as stipulated in 25 U.S.C. 47 and DIAR Part 1480. It emphasizes that the Offeror must self-certify their status as an IEE at three critical points: during the offer submission, contract award, and throughout the contract's duration. Contracting Officers reserve the right to request additional eligibility documentation at any stage. Moreover, the Offeror must recognize that submitting false information is a serious offense, subject to legal penalties under federal law. The document also includes a section for Offerors to provide necessary identification and certification details to affirm compliance with IEE definitions. This structured approach ensures the integrity and transparency of the bidding process while supporting the objectives of promoting Native American businesses in federal contracting. Overall, the document serves as a formal guideline for compliance and representation for entities seeking to participate in contracts reserved under the Buy Indian Act.
Apr 25, 2025, 4:05 PM UTC
The document pertains to an amendment of a solicitation (140A0425R0005) focused on a generator replacement and installation project for the Bureau of Indian Affairs. The amendment's primary purpose is to extend the proposal response deadline to April 24, 2025, allowing Indian Economic Enterprises and Small Businesses to submit their bids. Proposals must confirm receipt of this amendment through acknowledged copies or a separate communication referencing the solicitation and amendment numbers. It specifies the required correspondence methods and outlines modifications to item descriptions and performance periods, noting that the service period for the project is from May 1, 2025, to May 30, 2025. The contractor is required to respond via email to the designated point of contact. Additional details include guidance on acknowledgment and submission processes, underscoring the importance of timely adherence to updated deadlines. Overall, this amendment is a crucial administrative change, ensuring clarity and updated parameters for potential contractors.
Apr 25, 2025, 4:05 PM UTC
The document pertains to an amendment of a solicitation numbered 140A0425R0005, specifically related to the extension of the response due date for offers from interested parties, particularly aimed at Indian Small Business Economic Enterprises (ISBEE), Indian Economic Enterprises (IEE), and Small Businesses (SB). The new response deadline is set for May 9, 2025. It outlines the various methods by which contractors must acknowledge receipt of the amendment and suggests procedures for those wishing to modify previously submitted offers. The amendment further emphasizes that while the modification alters the deadline, all other terms and conditions remain unchanged and effective. The solicitation process requires offers to be submitted electronically to a specific contact person within the Bureau of Indian Affairs, underscoring the structured communication guidelines for this procurement process. This amendment reflects the government's acknowledgment of the need for flexibility in timelines while maintaining compliance with procurement regulations.
Apr 25, 2025, 4:05 PM UTC
The document outlines a Request for Proposal (RFP) for the replacement and installation of generators at the OJS Buildings 1328 and 1327, located at the Wind River Agency in Fort Washakie, Wyoming. The solicitation is directed toward qualified small businesses, specifically emphasizing a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE). Proposals must be submitted by April 10, 2025, by 1700 MST, with a designated point of contact for inquiries. The project is set to commence on May 1, 2025, with a completion deadline of May 30, 2025. In addition to the project details, the document references various Federal Acquisition Regulations (FAR) and Department of the Interior Acquisition Regulations applicable to the contract, including clauses regarding labor standards, whistleblower rights, and subcontracting limitations. The contractor is mandated to comply with these regulations, ensuring ethical business practices and proper handling of billing and invoicing through the U.S. Department of the Treasury’s Invoice Processing Platform. The structured format of the document includes sections for solicitation details, submission requirements, and a comprehensive list of adherence clauses, providing a robust framework for potential contractors to follow.
Apr 25, 2025, 4:05 PM UTC
The Bureau of Indian Affairs is initiating a project to replace the aging natural gas generator at the Wind River Agency, located in Fort Washakie, Wyoming. The objective is to ensure backup power for emergency services in OJS Buildings 1134 and 1135. The contractor will be responsible for verifying site conditions, purchasing, installing a new Genrac generator with specific features, and removing the existing generator. Key tasks include modifying electrical and gas connections, ensuring compatibility with existing systems, and adhering to safety and regulatory standards. Additionally, the contractor must provide staff training on generator operation. The project has a 90-day performance period starting from July 1, 2025, and work will be coordinated with the Contracting Officer. The initiative emphasizes operational integrity and compliance with relevant codes, reflecting the government's commitment to maintain essential services in the facility.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Billings Area (Poplar, MT / Pryor, MT / Arapahoe, WY) Generator Project
Buyer not available
The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting proposals for the Billings Area Generator Project, which involves the installation of emergency power supply systems at three healthcare facilities located in Poplar, MT; Pryor, MT; and Arapahoe, WY. The primary objective of this procurement is to provide a reliable backup emergency power source capable of supporting essential medical equipment for up to 96 hours during outages, thereby ensuring continuity of care for American Indian and Alaskan Native communities. This project is classified as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and proposals are due by May 23, 2025. Interested contractors should direct inquiries to Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
Y--Wapato Drop One Water Screens
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is issuing a pre-solicitation notice for proposals from Indian-owned Small Business Economic Enterprises (ISBEEs) to undertake construction work at the Drop 1 Pumping Plant, part of the Wapato Irrigation Project near Yakima, Washington. The project involves the installation of automatic traveling water screens, gate actuators, and essential safety improvements aimed at enhancing the safety and efficiency of the irrigation water supply in the region. This initiative is crucial for modernizing vital irrigation infrastructure, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and the contract will be awarded using the Lowest Price Technically Acceptable method. Proposals will be accepted approximately 30 days post-solicitation, expected around May 2, 2025, with an estimated project duration of 295 days following the notice to proceed. Interested parties must have a UEI number and be registered in the System for Award Management (SAM), and inquiries can be directed to Contract Specialist Gregory Florey or Contracting Officer William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
Z--IE 150 SSIS LAGOON AERATOR
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting proposals for the installation of a permanent TITUS Aerator System at St. Stephens Indian School in Wyoming. This project aims to enhance the school's facilities by constructing concrete slabs, performing electrical demolition, and installing a new electrical system, all while adhering to the National Electrical Code and ensuring cultural sensitivity. The contract is set aside for small businesses, with an estimated budget between $25,000 and $100,000, and proposals are due by April 21, 2025, following a site visit on April 7, 2025. Interested contractors should contact Carolyn Sulla at carolyn.sulla@bie.edu for further details and to ensure compliance with all solicitation requirements, including acknowledgment of amendments and adherence to safety regulations.
INSTALL SOLAR STREET LIGHTS-CHINLE HDQTR
Buyer not available
The Department of the Interior, Bureau of Indian Affairs, is soliciting proposals for the installation of solar street lights at the Navajo Central Agency in Chinle, Arizona. This project specifically requires the installation of 17 solar LED streetlights and 3 traditional LED streetlights, aimed at enhancing safety and security in the community. The total contract value is estimated to be between $25,000 and $100,000, with a project timeline running from May 5, 2025, to August 1, 2025. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEEs), must submit their proposals by May 8, 2025, and can direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259.
FIRE RATED COUNTER DOORS
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting bids for the installation of fire-rated rolling counter doors at its Anadarko Agency in Oklahoma, under project number 140A0325Q0005. The project involves the demolition of existing structures, installation of new fire-rated doors compliant with NFPA 80 standards, and associated electrical work, with all materials required to be brand new. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), with an estimated contract value between $25,000 and $100,000, and bids are due by May 12, 2025, with an anticipated award date of June 1, 2025. Interested contractors should contact Jocelyn Littlechief at Jocelyn.LittleChief@bia.gov or call 405-247-1527 for further details.
7K--Nimble Storage for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of Nimble Storage solutions for its Office of Information Technology (OIT). This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance the agency's IT storage capabilities through the acquisition of various HPE storage products and accessories. The selected contractor will be responsible for delivering the required products within 90 days post-award, with proposals due by April 1, 2025. Interested parties can reach out to Maggie Main at maggie.main@bia.gov for further inquiries regarding this solicitation.
Y--BIE Chinle Agency Fencing Installation
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the installation of a chain-link fence and two gates at the Bureau of Indian Education's Chinle Agency in Arizona. The project entails the construction of 1,995 linear feet of commercial-grade chain-link fencing, aimed at enhancing security and protecting property from vandalism and break-ins. This initiative is part of the government's commitment to improving safety on tribal lands and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), promoting economic opportunities for qualified Indian-owned businesses. Interested contractors must submit their proposals by the end of April 2025, with an estimated project value between $100,000 and $250,000. For further inquiries, potential bidders can contact Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933.
CON Roof Repair for Fire Station at Dennehotso
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for labor services to repair the roof of the fire station at Dennehotso Boarding School in Arizona. The project involves the removal of existing asphalt shingles and the installation of a Metal Roof Panel System, with a focus on compliance with current building codes and safety regulations. This initiative is crucial for maintaining the functionality and safety of the fire station, which plays a vital role in supporting fire service operations in the community. Interested contractors must attend a site visit on April 29, 2025, and submit their proposals by May 16, 2025, with a contract performance period expected from May 26 to June 27, 2025. For further inquiries, contact Mary Jane Johnson at maryjane.johnson@bie.edu or call 505-803-4259.
WHITE MOUNTAIN APACHE ADULT DETENTION - WALL REPAI
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for a wall repair project at the White Mountain Apache Adult Detention Center in Whiteriver, Arizona. The project involves significant structural repairs, including addressing cracks in concrete masonry units and restoring structural integrity, with a completion timeline of 60 calendar days following the notice to proceed. This initiative is crucial for enhancing the safety and stability of the correctional facility and is part of a broader effort to support local businesses through Indian Small Business Economic Enterprise (ISBEE) set-asides. Interested bidders must submit sealed offers by May 9, 2025, and can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or 602-241-4566 for further information.
Roof Repair - Beclabito Day School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a roof repair project at Beclabito Day School in Shiprock, New Mexico. The project entails the removal and repair of approximately 37,000 square feet of damaged roofing using TPO materials, with the objective of ensuring compliance with Indian Affairs life safety codes and extending the roof's lifespan. This procurement is crucial for maintaining safe and functional educational facilities for the community, with a project budget estimated between $250,000 and $500,000. Interested contractors must submit sealed bids by May 15, 2025, and are encouraged to direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259 before the question deadline of May 5, 2025.