H--BOILER INSPECTION FOR NAVAJO REGIONAL
ID: 140A2325Q0059Type: Solicitation
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

PSC

EQUIPMENT AND MATERIALS TESTING- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (H245)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 11:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services for the Navajo Regional area, with a focus on supporting small businesses through a total small business set-aside. The contract entails conducting annual external inspections of boilers and pressure vessels across sixty-six schools managed by the Bureau of Indian Education, requiring the contractor to provide all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is significant for ensuring the safety and compliance of heating systems in educational facilities, with the contract expected to commence on March 1, 2025, and extend through several option years until February 28, 2030. Interested parties must submit their quotes by April 25, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.

Point(s) of Contact
Files
Title
Posted
Apr 21, 2025, 7:06 PM UTC
The document is a Wage Determination by the U.S. Department of Labor under the Service Contract Act, outlining minimum wage and fringe benefits for federal contracts in New Mexico, effective with new contracts from January 30, 2022. The determination includes specific hourly wage rates for various occupations, with the minimum wage set at $17.75 per hour under Executive Order 14026 for contracts awarded after the effective date. If the contract was awarded between January 1, 2015, and January 29, 2022, the minimum wage is $13.30 per hour. Additionally, the document details requirements for fringe benefits, such as healthcare contributions and paid sick leave, aligning with labor-related executive orders. It emphasizes compliance for contractors regarding wage classification and the conformance process for unlisted job classifications. The purpose of this Wage Determination is to ensure fair compensation and worker protections for employees engaged in federal contract work, reflecting the federal commitment to labor standards.
Apr 21, 2025, 7:06 PM UTC
The document delineates Wage Determination No. 2015-5445 under the Service Contract Act (SCA) issued by the U.S. Department of Labor. It specifies minimum wage rates and fringe benefits for various occupations in New Mexico, particularly San Juan County, effective for contracts awarded after January 30, 2022. Contracts under this determination must comply with required minimum hourly wages of at least $17.75 or $13.30 based on different Executive Orders. Additionally, it outlines employee benefits, including health and welfare contributions, vacation, and sick leave regulations as per Executive Order 13706. The document presents a comprehensive list of wage rates across numerous job classifications, defined by the SCA Directory of Occupations. Notably, it covers conformance processes for unlisted job classes to ensure fair compensation. Employers must adhere to stringent requirements for maintaining wage compliance, emphasizing the federal government's commitment to worker protections in service contracts. This file serves as a crucial reference for contractors and stakeholders involved in federal, state, and local RFPs and grants, ensuring compliance with labor standards and fair treatment of employees in government-related work.
Apr 21, 2025, 7:06 PM UTC
The document outlines the Wage Determination No. 2015-5451 from the U.S. Department of Labor, detailing minimum wage rates and fringe benefits for various occupations covered under the Service Contract Act (SCA) in New Mexico. It specifies wage requirements linked to Executive Orders 14026 and 13658, indicating a minimum wage of $17.75 per hour for contracts post-January 30, 2022, or $13.30 for contracts awarded between 2015 and January 29, 2022, if not extended. The report lists numerous occupations with their corresponding wage rates and notes contractor compliance with paid sick leave and fringe benefits. Key benefits include a health and welfare allowance, vacation entitlement, and holiday pay. Additionally, the document addresses the conformance process for unlisted occupations and provides guidance for compensation adjustments. This information is vital for contractors participating in government contracts, ensuring compliance with labor standards and fair pay for workers.
Apr 21, 2025, 7:06 PM UTC
The document is a Wage Determination under the Service Contract Act by the U.S. Department of Labor, outlining wage rates and benefits for various occupations in Arizona's Coconino County. It specifies rates that federal contractors must adhere to, based on Executive Orders 14026 and 13658, depending on when contracts are awarded or extended. Minimum wage rates are established for 2025, with a general requirement of at least $17.75 per hour for covered workers under the recent executive order. The document lists detailed wage rates for a wide range of occupations, from clerical jobs to specialized technical roles, along with stipulated fringe benefits, vacation, and holiday entitlements. It also emphasizes the obligation of contractors to provide additional paid sick leave and health benefits, and outlines the procedures for classifying unlisted occupations under the wage determination. The guidance reinforces compliance with federal labor standards for contracts connected with government services and affirms protections for workers under various labor statutes. The extensive detail highlights key regulations relevant to federal RFPs, grants, and contractual obligations, underscoring the government's commitment to ensuring fair compensation and workplace standards.
Apr 21, 2025, 7:06 PM UTC
The document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor, detailing wage rates and fringe benefits for various occupations in specified Arizona counties. It outlines compliance requirements based on the type of executive orders applicable to contracts, reflecting minimum wages of at least $17.75 per hour for newer contracts and $13.30 for older ones. The document lists wage rates for numerous occupations ranging from administrative support to technical and health occupations, specifying additional benefits such as health and welfare coverage, vacation, and paid sick leave. It emphasizes the importance of accurately classifying any unlisted occupations through a conformance process, ensuring fair compensation consistent with SCA regulations. This wage determination plays a crucial role in RFPs, federal grants, and state/local contracts by defining labor costs and worker protections, ensuring contractors adhere to established wage standards while delivering services under federal contracts.
Apr 21, 2025, 7:06 PM UTC
The document outlines Wage Determination No. 2015-5493 issued by the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage rates that contractors must pay workers based on contract conditions, with rates increasing for contracts starting or extending after January 30, 2022. Current wage rates for various occupations in Utah counties are listed, including fringe benefits and specific requirements under Executive Orders related to worker protections. Contractors are required to adhere to annual updates and pay at least $17.75 per hour for contracts applicable under Executive Order 14026 and $13.30 for those under Executive Order 13658, where they are not otherwise surpassed by wage determination. The document elaborates on additional employer obligations concerning hours worked, paid sick leave, health and welfare benefits, vacation, and holidays, and provides guidelines for handling classifications and wage rates for unlisted job titles. This publication is significant for those preparing bids on federal contracts, ensuring compliance with established labor standards, protecting worker rights, and maintaining equitable pay practices in the context of government procurement. Overall, it serves as a comprehensive guide for employers engaging in contracts covered by the Service Contract Act.
Apr 21, 2025, 7:06 PM UTC
The document outlines Wage Determination No. 2015-5855 under the Service Contract Act as issued by the U.S. Department of Labor. It establishes minimum wage rates and fringe benefits required for contractors in New Mexico, specifically Socorro County. Effective from January 30, 2022, contractors must pay workers at least $17.75 per hour under Executive Order 14026 for contracts initiated or renewed after this date, with a lower rate of $13.30 applicable for contracts awarded between 2015 and January 29, 2022. The file details various occupation codes along with corresponding wage rates, and outlines additional responsibilities of contractors, including health and welfare benefits, leaves, and holiday pay. It highlights compliance measures related to paid sick leave established under Executive Order 13706 and emphasizes that contractors must maintain specified compensation levels while adhering to additional classifications when necessary. This document serves as a comprehensive guide for contractors responding to RFPs and grants, ensuring they fulfill required labor standards and wage rates in their federal service contracts, thereby enhancing worker protections.
Apr 21, 2025, 7:06 PM UTC
Apr 21, 2025, 7:06 PM UTC
The document outlines school locations associated with various agencies, specifically within the context of federal and state education-related requests for proposals (RFPs) and grants. It lists locations divided by agency: Eastern Agency, Shiprock Agency, Fort Defiance Agency, Chinle Agency, and Western Agency. Each agency appears to be linked to specific school sites, suggesting a focus on educational programs or support within these geographic areas. The structure predominantly features headings with agency names followed by relevant school locations. Overall, the document highlights the importance of organizational divisions in the school system, potentially as a precursor to soliciting proposals or grants aimed at enhancing educational resources or infrastructure in these designated areas. This aligns with governmental initiatives to direct funding and improve education services to specific regions.
Apr 21, 2025, 7:06 PM UTC
The document is an amendment to Request for Quotation No. 140A2325Q0059, detailing modifications regarding a proposal for boiler and hot water heater inspections. It includes a government response to a contractor's query regarding specific details about the boilers, including make and model. The government indicated that while they cannot provide all the requested information, they can offer samples of the equipment. The solicitation remains set aside for Indian Small Business Economic Enterprises (ISBEE), and offers should be submitted via email. The due date for offers is confirmed as March 20, 2025, at 5:00 p.m. MDT. Overall, the amendment outlines important instructions for acknowledging changes in the solicitation, clarifies the scope of work, and reinforces existing terms and conditions while ensuring that contractors are informed of essential timelines and responsibilities. This document reflects standard procedures in federal procurement processes, emphasizing communication between the government and potential contractors.
Apr 21, 2025, 7:06 PM UTC
The document serves as Amendment Two (0002) to Request for Quotation No. 140A2325Q0059, published by the Indian Education Acquisition Office. The amendment includes significant changes: it revises the set-aside criteria from Indian Small Business Economic Enterprises (ISBEE) to Indian Economic Enterprises (IEE), removes the DIAR 1450.280-1 clause, and extends the offer due date to April 18, 2025, by 5:00 p.m. MDT. Offers must be acknowledged via specified methods prior to the deadline to avoid rejection. The amendment highlights essential modifications while affirming that all other terms and conditions of the original solicitation remain unchanged and continue in effect. This document represents a formal update within the context of government procurement processes, emphasizing compliance and timely response from contractors.
Apr 21, 2025, 7:06 PM UTC
This document is an amendment to Request for Quotation No. 140A2325Q0059, primarily impacting the contracting and procurement process by modifying a portion of the solicitation. The amendment removes the restriction that the acquisition is specifically for Indian Economic Enterprises, altering the set aside to a total small business focus and incorporating relevant clauses from the Federal Acquisition Regulation (FAR) regarding definitions and eligibility criteria for small business concerns. Additionally, the deadline for submitting quotes is extended to April 25, 2025, at 5:00 p.m. MDT, with instructions for electronic submissions provided. The amendment emphasizes that offers from non-small business concerns will be deemed nonresponsive and will be rejected, ensuring that any award resulting from this solicitation will go to a qualified small business. All other terms and conditions remain unchanged, indicating a focus on maintaining continuity while ensuring compliance with small business regulations in federal contracting. This amendment reflects the federal government's commitment to promote small business participation in government procurement processes.
Apr 21, 2025, 7:06 PM UTC
The document outlines a Request for Quote (RFQ) solicitation, specifically for conducting annual external inspections of boilers and pressure vessels across sixty-six schools managed by the Bureau of Indian Education, including nine Bureau of Indian Affairs locations. The solicitation emphasizes that the project is set aside for Indian Small Business Economic Enterprises (ISBEE). The expected contract type is a Firm Fixed Price purchase order, with a performance period starting March 1, 2025, and extending through several option years until February 28, 2030. Key requirements include the contractor providing all necessary labor, materials, and supervision for the inspections, along with compliance with various federal acquisition regulations. Also addressed are clauses related to payment, performance expectations, and subcontracting limitations, particularly favoring Indian-owned enterprises. The document includes specific details about the pricing summary, contact information for the contracting officer, and the importance of following regulations regarding background investigations for personnel involved with or near Indian children. Overall, the RFQ underscores the government's focus on accountability, compliance with federal regulations, and support for Indian economic enterprises.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
HVAC Replacement & Repairs and Building Automation
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for HVAC replacement and repair, along with the installation of a Building Automation System at San Simon Elementary School in Sells, Arizona. The project requires contractors to provide design-build services for the replacement and repair of HVAC systems across multiple buildings on the school campus, ensuring compliance with safety and health codes while minimizing disruption to school operations. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEEs), promoting economic development within the community. Interested contractors must submit their proposals by May 16, 2025, following a mandatory site visit on April 29, 2025, and can direct inquiries to Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933. The estimated project budget ranges from $100,000 to $250,000.
Z--NAVA REPLACE FURNACES HOUSES 5, 6, 8
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the replacement of furnaces in residential houses at the Navajo National Monument in Arizona. The procurement aims to ensure the maintenance and improvement of facilities within national parks, emphasizing the need for skilled labor, materials, and equipment in compliance with federal contracting regulations. This project is a total small business set-aside, with proposals due by May 1, 2025, at 1700 EDT, and interested parties must register in the System for Award Management (SAM) and hold a Unique Entity Identifier (UEI). For further inquiries, contractors can contact Jessica Owens at jessicaowens@nps.gov or by phone at 720-450-2184.
61--IA OJS BUILDING 1134 & 1135 REPLACEMENT
Buyer not available
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.
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.
R--Pre-Solicitation Notice
Buyer not available
The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is preparing to solicit bids for an Indefinite Delivery Contract focused on Engineering and Construction Management Support Services for facilities projects within the Bureau of Indian Education (BIE). The contract will encompass a range of services including maintenance, inspections, program development, and construction contract administration, aimed at enhancing educational infrastructure in Indian communities. This initiative is set aside for Indian Small Business Economic Enterprises (ISBEE) and is categorized under NAICS code 541330 for Engineering Services, with the solicitation expected to be available between May 5 and May 9, 2025, and contract awards anticipated by June 10, 2025. Interested bidders must ensure registration in the System for Award Management (SAM) and can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further inquiries.
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.
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.
Towable Sewer Machine for BIE AZ Navajo Central Ag
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is seeking qualified vendors to provide a Towable Sewer Machine for the Bureau of Indian Education (BIE) at the Navajo Central Agency Facility in Chinle, AZ. This procurement is a 100% set-aside for Indian Small Business Economic Enterprise (ISBEE) vendors, emphasizing the need for submissions that demonstrate technical capabilities, relevant experience, and compliance with federal regulations, particularly concerning background checks for contractor employees interacting with Indian children. The Towable Sewer Machine is essential for maintaining waste disposal operations at the facility, ensuring the health and safety of the community served. Interested vendors should contact Michael Drinkwater at michael.drinkwater@bie.edu for further details, with an estimated delivery timeline of 90 days following contract award.
J--MICROSCOPE SERVICE AND REPAIR
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking qualified contractors for microscope service and repair. The primary objective is to procure maintenance and repair services for various microscope models used at the Chemawa Indian School in Salem, Oregon, ensuring they are thoroughly inspected, repaired, and cleaned to maintain educational resources. This opportunity is particularly significant as it supports the educational infrastructure within Indian communities and promotes economic development through the inclusion of Indian-owned enterprises. Interested parties must submit their offers by April 30, 2025, with the contract performance period scheduled from April 21, 2025, to May 21, 2025. For further inquiries, potential offerors can contact Brandon Walker at Brandon.Walker@bie.edu or (505) 803-4254.