Y--RE-ROOF GARAGE BUILDING 2
ID: 140A2324R0097Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF RECREATION FACILITIES (NON-BUILDING) (Y1PA)

Set Aside

Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services) (IEE)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the re-roofing of Garage Building 2 at the Flandreau Indian School in South Dakota. This project is a firm fixed-price contract set aside exclusively for Indian Economic Enterprises (IEE), requiring compliance with Davis-Bacon wage determinations and adherence to safety protocols throughout the construction process. The re-roofing work includes removing existing shingles, repairing roof decking, and installing new high-wind resistant shingles, with a project timeline of 60 calendar days from the Notice to Proceed. Proposals are due by September 16, 2024, with an estimated project cost between $25,000 and $100,000. Interested contractors can contact Carolyn Sulla at carolyn.sulla@bie.edu for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work for re-roofing two facilities at the Flandreau Indian School in South Dakota. The project includes the garage of Building 2 and Quarters 16, with specific requirements regarding the removal and installation of roofing materials. Emphasizing safety, contractors must adhere to OSHA regulations and maintain a clean worksite while following a prescribed work schedule. The scope of work entails removing existing shingles, repairing damaged roof decking, and installing new synthetic underlayment, shingles with high wind resistance, algae resistance, and ridge ventilation systems. Additionally, the contractor is responsible for all materials and debris disposal, with defined communications regarding utility interruptions. Compliance with federal and state construction codes, and the acquisition of a security clearance for personnel, is also mandated. This document exemplifies the formal structure and detailed specifications common in government RFPs, emphasizing safety, compliance, and thorough contractor responsibility in federally funded projects.
    The Bureau of Indian Affairs (BIA) is initiating the Barn Roof Replacement Project at Flandreau Indian School in South Dakota. The project involves replacing a deteriorating asphalt shingle roof with a new metal roof, incorporating several key processes, such as an asbestos inspection, demolition, and remediation of damaged structural components. The scope includes tasks like project management, field investigations, schematic design, and construction documentation, with an emphasis on sustainable building practices and compliance with federal safety codes. Design considerations include material selection suited for local climatic conditions, with attention to cost-effectiveness and long-term maintenance. The project timeline allows 180 days for completion from the Notice to Proceed, involving collaboration with various federal and state agencies. A final budget of $600,000 is set, and multiple tasks offer optional engineering and construction management services to enhance oversight throughout the construction process. This document outlines a comprehensive plan to ensure the project aligns with BIA standards while addressing environmental concerns and structural integrity throughout the renovation process.
    The document is a Statement and Acknowledgment form used in federal contracting. It outlines the procedural requirements for a prime contractor when awarding a subcontract. Key sections include the identification of prime contractors and subcontractors, the date of the subcontract award, relevant contract clauses concerning labor standards compliance, and details regarding the project location and scope of work. It ensures that essential labor regulations, such as the Contract Work Hours and Safety Standards Act, are acknowledged and adhered to by the subcontractor. Additionally, it requires signatures from authorized representatives of both the prime contractor and subcontractor to validate the agreement. This document underscores the importance of regulatory compliance in federal contracts, particularly regarding labor laws and safety standards. Its use aligns with federal regulations aimed at transparent and accountable contracting processes.
    This document presents the General Decision Number SD20240023 for wage determinations related to building construction projects in multiple counties of South Dakota, under the Davis-Bacon Act. It specifies wage rates and classifications for various construction roles, including laborers, electricians, and carpenters, with applicable minimum wage requirements set by Executive Orders 14026 and 13658. Projects awarded after January 30, 2022, must pay workers a minimum of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $12.90. The document also addresses additional worker protections, including a provision for paid sick leave for federal contractors announced in Executive Order 13706. Further guidance is provided on handling disputes, classification appeals, and the process for requesting new classifications if necessary. The document's robust structure affirms compliance with federal wage standards, ensuring equitable compensation across construction trades involved in state-funded projects. This report is integral for contractors and government entities to adhere to labor laws while undertaking federally funded construction initiatives.
    The BIA Past Performance Questionnaire is a document designed for contractors to provide detailed information about their performance on prior contracts, which will inform evaluations for future proposals. The questionnaire requires contractors to fill out their information, specify their role (prime contractor or subcontractor), and describe the contract, including its title, type, award dates, and final pricing. Clients are asked to evaluate the contractor's performance using a rating scale from Exceptional (E) to Unsatisfactory (U) across various categories such as quality of work, timeliness, customer satisfaction, management, cost management, safety, security, and overall compliance with contractual obligations. The completed questionnaire is submitted back to the contractor, who includes it in their proposal to the BIA, acknowledging that BIA may reach out to verify the provided information. This process underscores the importance of past performance in government contracting, particularly in the federal and state contexts, ensuring that only capable contractors are considered for future projects to uphold quality and compliance standards.
    The document is an amendment (0001) to a solicitation for government contracting related to the Indian Education Acquisition Office, designated by solicitation number 140A2324R0097. It primarily addresses modifications to a Statement of Work (SOW), replacing the original SOW with a newly formatted version titled "Combined SOW Bldg. 2 & Quarters 16." The timeline for receipt of offers remains unchanged, with the period of performance scheduled from September 23, 2024, to November 22, 2024. Contractors are required to acknowledge receipt of this amendment to ensure their offers are considered valid. The amendment outlines specific procedures for submitting acknowledgement and any changes to existing offers. It also indicates that the contract terms remain otherwise unchanged, reinforcing the importance of adhering to the modified guidelines for compliance. This document serves the critical function of ensuring clarity in the procurement process and maintaining adherence to federally mandated contracting protocols.
    The government solicitation document (No. 140A2324R0097) outlines a Request for Proposal (RFP) for a construction project focused on re-roofing the Flandreau Indian School in South Dakota. This project is funded under a firm fixed-price contract and is designated as a 100% Indian Economic Enterprise (IEE) set-aside. Proposals are due by September 16, 2024, with a 90-day acceptance period following the deadline. The project requires compliance with Davis-Bacon wage determinations, and a Notice to Proceed (NTP) will be issued after a pre-construction meeting and required background checks. Contractors are expected to perform all necessary work within 60 calendar days from the NTP and must adhere to safety protocols and regulations laid out within the contract clauses. The solicitation specifies additional requirements, such as background investigations for personnel, focus on materials sourced domestically in compliance with the Buy American statute, and clear guidelines for performance guarantees, safety measures, and invoicing processes. The overall estimated cost for the project ranges between $25,000 and $100,000, with strict mandates regarding subcontracting limitations to ensure participation from Indian Economic Enterprises. This summarizes the federal government’s effort to engage in construction projects that support economic initiatives for Indian communities while maintaining regulatory compliance.
    Lifecycle
    Title
    Type
    RE-ROOF GARAGE BUILDING 2
    Currently viewing
    Solicitation
    Similar Opportunities
    NEW REQ ROOF REPLACEMENT COTTONWOOD DS
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a roof replacement project at the Cottonwood Day School located in Chinle, Arizona. The contractor will be responsible for providing all necessary materials, equipment, and personnel to complete the project, which includes options for either complete roof removal or a layover, while adhering to safety protocols and environmental regulations. This project is crucial for maintaining the integrity and safety of the school facilities, with an estimated cost between $100,000 and $250,000, and a performance period of 60 calendar days from the Notice to Proceed. Proposals are due by September 19, 2024, with a mandatory site visit scheduled for September 16, 2024; interested parties can contact Krisanne Dernago at krisanne.dernago@bie.edu for further information.
    ROOF REPLACEMENT @AZNN AGENCY BLDG
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a roof replacement project at the Arizona Navajo North Agency Building located in Tuba City, Arizona. This opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE), with a budget range of $100,000 to $250,000, and a performance period of 30 calendar days from the notice to proceed. The project involves the installation of a new Thermoplastic Olefin (TPO) roof system over approximately 15,912 square feet, adhering to various federal, tribal, and state health and safety standards, including compliance with the Davis-Bacon Wage Determinations. Interested contractors must submit their proposals via email by September 18, 2024, and direct any questions to Mary Jane Johnson at maryjane.johnson@bie.edu by September 16, 2024.
    Y--GATES - REPLACEMENT
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the replacement of entrance gates at Dunseith Day School in Dunseith, North Dakota. The project involves furnishing and installing two commercial-grade galvanized chain link cantilever slide gates, requiring comprehensive site preparation, labor, and materials, with a completion timeline of 60 days from the Notice to Proceed. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs), with an estimated construction cost between $100,000 and $250,000, emphasizing compliance with federal regulations, including safety standards and the Buy American Act. Interested contractors must submit their proposals by September 17, 2024, and can direct inquiries to Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933.
    CARPET REMOVAL & INSTALLATION AT BIA UTE MTN UTE D
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for carpet removal and installation services at the Ute Mountain Ute Detention Center in Towaoc, Colorado. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and requires contractors to provide all necessary materials, labor, and supervision for the project, which includes the installation of carpet tiles and vinyl composition tiles in designated areas. The contract emphasizes compliance with federal labor laws, quality control standards, and security protocols, reflecting the importance of maintaining high standards in public facility management. Proposals are due by September 18, 2024, with a performance period from September 23, 2024, to October 22, 2024. Interested parties can contact Sonia Nelson at Sonia.Nelson@bia.gov or by phone at 505-563-3129 for further information.
    Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the renovation of the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota, to achieve compliance with USP regulations. The project encompasses a range of construction activities, including demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, all while ensuring minimal disruption to hospital operations. This initiative is crucial for enhancing healthcare infrastructure in underserved communities, reflecting the government's commitment to improving health services. Proposals are due by September 30, 2024, at 2:00 PM CT, and interested contractors should direct inquiries to Shaukat Syed at shaukat.syed@ihs.gov or call 214-767-3934.
    EMERGENCY MOLD RESTORATION for BIE-JFK Day School
    Active
    Interior, Department Of The
    The Bureau of Indian Education (BIE) is soliciting proposals for an emergency mold abatement project at the John F. Kennedy Day School located in Cedar Creek, Arizona. The project requires contractors to provide all necessary materials, labor, and supervision to remediate mold contamination in mobile classroom T-31, ensuring compliance with health and safety regulations within a 30-day timeframe following the Notice to Proceed. This initiative is crucial for maintaining a safe educational environment for students and is exclusively open to Indian Small Business Economic Enterprises (ISBEEs), promoting local economic participation. Proposals must be submitted by September 17, 2024, at noon MDT, with a mandatory site visit scheduled for September 12, 2024, and all inquiries directed to Mary Jane Johnson at maryjane.johnson@bie.edu.
    Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase Order to provide a repair/replacement to the Emergency Room doors at the Rosebud Service Unit (RSU), Rosebud IHS Hospital, Rosebud, South Dakota.
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting quotes for a Firm Fixed-Price contract to repair or replace the emergency room doors at the Rosebud IHS Hospital in South Dakota. The project requires the demolition and installation of two new doors and related hardware, ensuring compliance with health and safety codes, and must be completed within a performance period of 120 calendar days. This opportunity is exclusively available to Indian and small business firms, emphasizing the importance of supporting indigenous businesses while enhancing the operational standards of the health facility. Interested contractors must submit their quotes by September 17, 2024, at 12:00 PM CDT, and can direct inquiries to David Jones at david.jones@ihs.gov or by phone at 605-226-7328.
    MINI SPLIT HEATING/COOLING
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the installation of mini-split heating and cooling systems at Jeehdeez'a Elementary School in Pinon, Arizona. The project aims to replace the existing dysfunctional HVAC systems in the Principal's office and Administration Conference Room, with an estimated total cost of $20,919.90 covering equipment, labor, and travel expenses. This procurement is critical for improving the school's infrastructure and ensuring a suitable learning environment for students and staff. Proposals are due by September 18, 2024, and must comply with the Davis-Bacon Wage Determinations, with a performance period of 30 days upon receiving the notice to proceed. Interested contractors can contact Carolyn Sulla at carolyn.sulla@bie.edu for further information.
    Pine Ridge Radiology Upgrades
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is soliciting proposals for the Pine Ridge Radiology Upgrades project located in Pine Ridge, South Dakota, under solicitation number 75H70124R00054. The project entails comprehensive renovations to the radiology department, including the removal and replacement of casework, countertops, flooring, ceiling tiles, and lighting, along with necessary electrical and plumbing upgrades. This initiative is crucial for modernizing healthcare facilities in Native American communities, ensuring compliance with current healthcare standards and technologies. The contract is a 100% Small Business Set Aside, with an estimated value between $250,000 and $500,000, and proposals are due electronically by the specified deadline. Interested contractors should direct inquiries to Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    PLUMBING FIXTURES UPGRADES
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for plumbing fixture upgrades at the Tohono O’odham Adult Detention Facility in Sells, Arizona. The project involves the removal of outdated plumbing fixtures and the installation of new, compliant fixtures, with a completion timeline of 90 calendar days from the Notice to Proceed. This procurement is critical for enhancing the facility's infrastructure and ensuring compliance with safety and legal standards, including ADA requirements. Interested contractors must submit sealed bids by September 19, 2024, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566.