Bathroom Fixtures
ID: 140A2325Q0112Type: Combined Synopsis/Solicitation
AwardedMay 7, 2025
$52.6K$52,644
AwardeeJ & N MARKETING, INC. 19139 S BLACKHAWK PKWY Mokena IL 60448 USA
Award #:140A2325P0197
Overview

Buyer

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

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

HOSE, PIPE, TUBE, LUBRICATION, AND RAILING FITTINGS (4730)

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 through the Indian Education Acquisition Office, is seeking proposals for the procurement of bathroom fixtures for the Flandreau Indian School. The solicitation aims to acquire a variety of plumbing fixtures, including toilets, sinks, faucets, and bathroom partitions, all of which must meet specified technical standards and be commercially available off the shelf. This initiative is part of a broader effort to enhance sanitation facilities within educational institutions serving Native American communities, ensuring compliance with relevant building regulations. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further details, with proposals due in accordance with the outlined submission guidelines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the self-certification process for Offerors intending to participate in government contracting under the Buy Indian Act, specifically as it pertains to Indian Economic Enterprises (IEE). It emphasizes that Offerors must certify their status as an IEE at the time of submitting an offer, when the contract is awarded, and throughout the contract term. The signature on the representation form affirms compliance with the eligibility criteria defined in the Department of the Interior Acquisition Regulation (DIAR) Part 1480. The contracting officers retain the right to request further documentation to verify eligibility during any phase of the acquisition process. A false claim in this context could result in serious legal penalties as specified under several U.S. laws. The document includes a form for Offerors to provide essential information, such as the name of the federally recognized tribal entity and the Unique Entity ID (UEI), demonstrating their compliance with the IEE criteria necessary for the solicitation related to Bathroom Fixtures, with a reference number assigned for tracking. This process facilitates the inclusion of eligible tribal entities in federal contracting opportunities, thereby supporting indigenous economic development and ensuring lawful standards in government procurement.
    This document outlines a federal Request for Proposals (RFP) for supplying various bathroom fixtures and accessories for buildings at the Flandreau Indian School. The specified items include toilets, urinals, sinks, faucets, bathroom partitions, and hardware. All items must meet designated size specifications and maintain standardization across brands to ensure uniformity in color and material. The quantities requested include multiple types of sinks, faucets, installation components, toilets, and bathroom partitions. Each item comes with detailed technical specifications and requirements for materials, including compliance with various standards. The purpose of this RFP is to secure reliable and standardized materials required for the renovation and maintenance of school facilities, thereby facilitating efficient and consistent bathroom installations across the specified buildings. This RFP reflects a broader governmental effort to procure necessary infrastructure improvements for educational institutions serving Native American communities.
    This document presents a detailed list of items intended for procurement, likely associated with a government Request for Proposal (RFP) or grant related to constructing or upgrading sanitation facilities. It enumerates various plumbing fixtures, including bathroom sinks, toilet components, toilet bowls, faucets, and plumbing connectors, alongside solid phenolic panels and doors meant for use in restroom facilities. Additionally, it specifies both the quantity needed and unit of issue for each item, ultimately culminating in a total cost, which indicates that pricing may not have been finalized yet. The structure of the document categorizes items by type and includes a final section for delivery, shipping, handling costs, and applicable taxes. The variety and specificity of the listed items suggest a comprehensive approach to meeting necessary plumbing infrastructure standards, likely ensuring compliance with local, state, and federal regulations for building facilities. This document serves as a crucial resource for suppliers responding to the RFP, outlining specific needs while guiding materials procurement for a project aimed at enhancing public facilities.
    The document presents a Request for Proposal (RFP) for the acquisition of bathroom fixtures under Solicitation No. 140A2325Q0112 by the Bureau of Indian Education. The RFP is aimed at small businesses, specifically designating 100% of the acquirement for Indian Small Business Economic Enterprises. It outlines firm fixed pricing terms, FOB destination for delivery, and a 15-day delivery requirement. Specifications for the fixtures must meet the listed criteria, and all offered products must be commercially available off the shelf—customized items are not permitted. The document emphasizes the need for complete and accurate invoices through the U.S. Department of the Treasury's Internet Payment Platform (IPP) for efficient payment processing. Evaluation criteria for submissions will focus on technical compliance, product availability, delivery lead time, and price reasonableness. The agency encourages submissions from contractors already registered in SAM.gov and requires a thorough submission of required representations and certifications. It includes guidance on reporting fraud and mismanagement, emphasizing accountability in handling government contracts. This solicitation reflects the federal government's initiative to support small businesses while ensuring transparency and adherence to regulations in procurement.
    Lifecycle
    Title
    Type
    47--Bathroom Fixtures
    Currently viewing
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.
    Behavioral Health Counselors
    Interior, Department Of The
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is seeking proposals for Behavioral Health Counselors to establish a comprehensive behavioral health program at Pine Ridge School in Pine Ridge, South Dakota. The procurement aims to address ongoing crises, particularly the issue of youth suicide on the reservation, by providing on-site counseling, crisis intervention, assessments, and psychoeducational sessions for both general and special education students. The contract will be a Labor Hour type, requiring two full-time licensed counselors, with a base performance period from January 19, 2026, to January 18, 2027, and four optional one-year extensions. Interested parties can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further details.
    BFSU Solid Waste Removal
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for solid waste removal services at various locations in Browning, Montana, under a Sources Sought notice. The procurement aims to identify Indian Small Business Economic Enterprises (ISBEEs) and Indian Economic Enterprises (IEEs) capable of providing weekly trash removal services for the Blackfeet Service Unit and Heart Butte Clinic. This initiative is part of the Buy Indian Act, which prioritizes contracts for Indian-owned businesses, ensuring that at least 51% of the earnings from the contract go to Indian entities. Interested vendors must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form to Shannon Connelly at shannon.connelly@ihs.gov within five days of the announcement, as this will inform the acquisition strategy for the requirement.
    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 located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% 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 issuance of a Notice to Proceed. Proposals are due electronically by 2 PM Pacific Time on January 6, 2026, and interested parties should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or call 206-615-2452.
    Sources Sought - FYSU Building Automation System (BAS) Corrective and Preventive Maintenance Services – Automated Logic WebCTRL
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS) at the Fort Yuma Health Center (FYHC), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide corrective and preventive maintenance services for its building automation system (BAS) utilizing the Automated Logic WebCTRL® platform. The procurement aims to ensure the reliable operation of critical facility systems, including HVAC, cooling towers, and emergency generators, through comprehensive maintenance services that encompass troubleshooting, repairs, and adjustments. This initiative is part of IHS's commitment to the Buy Indian Act, emphasizing the importance of supporting Indian Economic Enterprises while maintaining essential services for the health center. Interested vendors must submit their capability statements and proof of eligibility by December 24, 2025, and can contact Minkyu Kim at minkyu.kim@ihs.gov for further information.
    GIMC Housekeeping Supply BPAs
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is planning to establish multiple Blanket Purchase Agreements (BPAs) for janitorial and housekeeping supplies at the Gallup Service Unit in New Mexico. The procurement includes a variety of essential items such as trash can liners, biohazardous bags, bathroom tissue, disinfectants, and cleaning equipment, which are critical for maintaining hygiene and sanitation standards in healthcare facilities. The anticipated period of performance spans one year with four optional extensions, starting from January 15, 2026, and interested vendors are encouraged to submit their capability statements and price lists by December 23, 2025, to the primary contact, Bertina Jones, at bertina.jones@ihs.gov.
    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.
    Contractor shall furnish and install a water line extension for SR#6139 and SR#6734 in Bixby, OK (Tulsa Co.) in accordance with the attached Statement of Work and drawings.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water line extension for State Routes 6139 and 6734 in Bixby, Oklahoma. The project involves the installation of approximately 200 linear feet of 8-inch C900 DR14 PVC water main line and associated appurtenances, with a completion timeline of 90 calendar days from the Notice to Proceed. This procurement is a 100% Indian-owned set-aside under NAICS code 237110, with an estimated contract value between $25,000 and $100,000, emphasizing the importance of compliance with local and federal standards for water supply facilities. Interested contractors must submit their quotes by January 5, 2026, and are encouraged to contact Noleen Powell at noleen.powell@ihs.gov for further details and clarification.
    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.