BOILER INSPECTION FOR NAVAJO REGIONAL
ID: 140A2325Q0059Type: Solicitation
AwardedMay 23, 2025
$730.5K$730,522
AwardeeDESTINATION ZERO, LLC 1087 MCDILDA EXT Vidalia GA 30474 USA
Award #:140A2325P0212
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 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
    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 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.
    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.
    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
    Similar Opportunities
    73--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's Turtle Mountain Elementary School in Belcourt, ND. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and requires the provision of new equipment, including a minimum one-year warranty, with a completion timeframe of 30-60 days after receipt of order. The steam kettle is essential for food preparation in educational settings, ensuring that students receive nutritious meals. Interested vendors must submit their all-inclusive firm fixed price quotes, along with necessary documentation, by the specified deadline, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.
    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.
    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.
    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.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    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.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    Trash Pickup for Kaibeto Boarding School
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking quotations for trash pickup services at the Kaibeto Boarding School. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, with a focus on solid waste collection under NAICS code 562111. The contract will be structured as a Firm Fixed Price purchase order for a base year starting January 1, 2026, with the possibility of four additional option years extending through 2030. Interested contractors must submit a comprehensive quote that includes their qualifications and ability to perform, with evaluations based on technical capability and price. For further inquiries, potential offerors can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The contract will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated exclusive use period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific technical specifications and personnel qualifications. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and should direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.