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

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 soliciting proposals for boiler inspection services across sixty-six schools managed by the Bureau of Indian Education, including nine Bureau of Indian Affairs locations. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires contractors to conduct annual external inspections of boilers and pressure vessels, providing all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period commencing on March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors should submit their offers by March 20, 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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Fuel Oil Tank Cleaning
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking proposals for Fuel Oil Tank Cleaning services at the Cheyenne Eagle Butte School in South Dakota. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and requires contractors to provide detailed qualifications, experience, and pricing in their proposals, adhering to FAR and DIAR regulations. The contract will be a firm fixed price, with a performance period of 15 days post-award, and contractors must maintain liability insurance and comply with various regulatory requirements. Interested parties should contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further details and must ensure registration in SAM.gov prior to submission.
    41--Replacement HVAC Pump Motors for Seba Delkai Board
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the replacement of HVAC pump motors at the Seba Delkai Boarding School. This procurement aims to secure two motor units, with a delivery timeframe of 30 days following order acknowledgment, and emphasizes the use of Indian Small Business Economic Enterprise (ISBEE) vendors to support local economies. The solicitation is set aside for small businesses, reflecting the government's commitment to inclusivity and compliance with federal acquisition regulations. Interested parties must submit their bids by March 17, 2025, at 5:00 PM ET, and can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further information.
    68--PROPANE
    Buyer not available
    The Bureau of Indian Affairs (BIA) is seeking qualified vendors to provide liquefied propane gas (LP gas) delivery services for the Truxton Canon Agency located in Valentine, Arizona. The contract requires the vendor to ensure an uninterrupted supply of propane, conduct regular inspections and maintenance on propane tanks, and perform necessary repairs on associated equipment, with services scheduled from April 1, 2025, to September 30, 2025. This procurement is critical for maintaining the utility operations of federally owned facilities, ensuring compliance with safety and regulatory standards such as NEPA, ASME, and OSHA. Interested parties must submit their responses by March 24, 2025, at 5:00 PM Pacific Time, via email to Danielle Bitsilly at danielle.bitsilly@bia.gov, and are encouraged to include relevant past performance information and socioeconomic details.
    SERVICE WASHER & DRYER FOR RESIDENTIAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the lease, maintenance, and repair of washers and dryers for the Southwestern Indian Polytechnic Institute (SIPI) in Albuquerque, New Mexico. The contract, which is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), requires the contractor to ensure the delivery, installation, and ongoing maintenance of the laundry equipment, adhering to strict quality and energy efficiency standards. This procurement is vital for supporting the housing and recreation programs at SIPI, enhancing the living conditions for students. Interested vendors must submit their proposals by March 14, 2025, with the contract expected to commence on July 1, 2025, and run for one year, with options for four additional years. For further inquiries, contact Jeff Morris at jeff.morris@bie.edu or call 505-364-2130.
    Carpet Cleaning Service, Riverside Indian School
    Buyer not available
    The Department of the Interior, through the Bureau of Indian Affairs, is seeking proposals for carpet cleaning services at the Riverside Indian School located in Anadarko, Oklahoma. The contractor will be responsible for steam cleaning approximately 89,918 square feet of carpeted areas across various school buildings, including offices, classrooms, and dormitories, with services required twice annually and emergency cleaning available as needed. This procurement emphasizes the importance of maintaining a hygienic environment for students and aligns with federal regulations supporting Indian Small Business Economic Enterprises (ISBEE). Interested parties must submit their proposals by March 20, 2025, and can direct inquiries to Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.
    Solicitation 75H70725Q00061_Air handling/Exhaust Units Inspection and Cleaning for Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for air handling and exhaust unit inspection and cleaning services at the Zuni Comprehensive Community Health Center in New Mexico. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses in federal contracting. The selected contractor will be responsible for ensuring compliance with health regulations, providing certified technicians, and delivering detailed inspection reports, with a focus on minimal disruption to hospital operations. Proposals are due by March 24, 2025, at 3:00 PM (MT), and interested parties should direct inquiries to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or call 505-256-6768.
    S--Refuse Service, Jemez and T'siya
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for refuse services at Jemez Day School and T'siya (Zia) Day School in New Mexico. The procurement involves providing waste management services, including the servicing of two 20-cubic yard dumpsters at Jemez Day School and one at T'siya Day School, with weekly pickups scheduled from April 1, 2025, to March 31, 2030. This contract is significant for supporting the operational needs of educational institutions while adhering to federal regulations and promoting economic opportunities for Indian-owned businesses. Interested contractors must submit their proposals by March 19, 2025, and can direct inquiries to Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.
    QTRS 1010 ROOF REPLACEMENT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is soliciting proposals for a roof replacement project at Government Quarters 1010 located in Crow Agency, Montana. The project requires a contractor to provide all necessary labor, materials, and equipment for a complete roof replacement, including the installation of metal roofing panels and gutters, while adhering to local labor regulations and BIA policies. This initiative underscores the importance of supporting Indian Small Business Economic Enterprises (ISBEE) and ensuring compliance with federal acquisition clauses, particularly those related to minority participation. Proposals are due by April 9, 2025, and interested contractors can contact Mary King at Mary.King@bia.gov or by phone at 406-247-7941 for further information.
    Indefinite Delivery/Indefinite SI Wide Boiler Services Contract
    Buyer not available
    The Smithsonian Institution is preparing to solicit proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on boiler services, aimed at supporting the Office of Facilities Management & Reliability (OFMR). The contract will encompass preventive and remedial maintenance services for boilers across various Smithsonian facilities, including locations in Washington, DC, New York City, NY, Suitland, MD, Chantilly and Front Royal, VA, and Edgewater, MD, with an initial base period of 12 months and nine optional periods. This procurement is critical for ensuring the operational efficiency and reliability of the Smithsonian's heating systems, which are vital for maintaining the institution's facilities. Interested contractors should note that the full solicitation is expected to be released around March 26, 2025, with responses due within 30 days of the release; for inquiries, contact Ivy P Tucker at Tuckeri@si.edu or Christine Grant at grantca@si.edu.
    Z--CRIP Main Canal Checks with Lateral 73
    Buyer not available
    The Bureau of Indian Affairs (BIA) is soliciting proposals for the Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73, focusing on construction, alteration, and repair work on critical irrigation infrastructure in La Paz County, Arizona. This competitive procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and includes the rehabilitation and replacement of check structures MC185, MC270, and MC420, as well as the Lateral 73-36 Check, with an estimated project cost exceeding $10 million. The project is vital for enhancing irrigation efficiency and ensuring reliable water management for agricultural needs, with a proposal submission deadline of March 18, 2025, and a performance period of 900 days post-notice to proceed. Interested contractors can contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444 for further details.