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
    J--Blower Assembly Repair
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, has announced a sole source contract for the repair of a blower assembly at the Flandreau Indian School in South Dakota. The contract, awarded to Tessier's Inc., involves the urgent removal, repair, and reinstallation of the blower assembly in the school auditorium's air handling unit, which is critical for providing heat to the building during the winter months. This repair is essential to prevent the school from closing due to freezing temperatures, which pose risks of frozen pipes and water damage. The total contract amount is $12,000, with a performance period from September 16, 2024, to October 18, 2024. For further inquiries, interested parties may contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256.
    GARAGE DOOR REPLACEMENT FOR BIA-MESCALERO AGENCY
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking qualified contractors for the replacement of a garage door at the Mescalero Agency in New Mexico. This procurement is specifically set aside for Indian Small Business Economic Enterprises (Native American/Alaska Native) and involves the removal of an existing garage door and the installation of a new commercial-grade steel door, including necessary labor, materials, and equipment. The project is critical for maintaining the functionality and security of the agency's facilities, with a performance period scheduled from September 24, 2024, to October 23, 2024. Interested parties must submit their quotes by September 22, 2024, at 5:00 PM (MST), and can direct inquiries to Sonia Nelson at Sonia.Nelson@bia.gov or by phone at 505-563-3129.
    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, focusing on achieving USP compliance. The project encompasses various construction activities, including demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, all while ensuring adherence to federal construction standards and local regulations. This initiative is crucial for enhancing healthcare infrastructure and maintaining operational continuity for the facility, which serves an underserved community. Proposals are due by October 18, 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.
    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.
    F--Mold Removal - Tohono O'odham Detention Center
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors for mold removal services at the Tohono O'odham Detention Center in Sells, Arizona. The project requires certified contractors to perform mold abatement in five shower stalls, ensuring compliance with federal and tribal health standards while providing all necessary labor, materials, and services within a 30-day performance period post-award. This procurement is particularly significant as it is set aside for Indian Economic Enterprises, reflecting the government's commitment to supporting tribal businesses. Interested contractors must submit their all-inclusive quotes by September 20, 2024, and can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or 602-241-4566 for further information.
    Idaho Panhandle National Forest Coeur D' Alene Nursery Roofing Replacements
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the replacement of roofs at the Coeur D'Alene Nursery in Idaho under Solicitation No: 1240LU24R0025. The project entails removing existing metal roofs and installing new metal roofing systems across multiple buildings, including necessary components such as underlayment, ice shields, and addressing any damaged roof sheathing. This initiative is crucial for maintaining the structural integrity of facilities used for agricultural and research purposes, with an estimated project cost ranging between $100,000 and $250,000, and completion expected by October 15, 2025. Interested contractors must submit their bids by September 23, 2024, and can contact Daniel Franco at daniel.franco@usda.gov or Pamela Baltz at pamela.baltz@usda.gov for further information.
    U--Notice of Intent to Sole Source for SPED tuition for Cheyenne Eagle-Butte India
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), on behalf of the Bureau of Indian Education (BIE), intends to award a sole source contract to Plankinton School District 1-1 for the provision of special education (SPED) tuition for the Cheyenne Eagle-Butte Indian School located in Eagle Butte, South Dakota. This contract, valued at approximately $181,392.50, is aimed at ensuring that the educational needs of students requiring special education services are met effectively. The contract period is set from September 8, 2024, to September 8, 2029, and no competitive proposals will be solicited for this requirement. For further inquiries, interested parties may contact Felicia Aspaas at felicia.aspaas@bie.edu or by phone at (480) 252-0702.
    BERLAND LAKE SILVICULTURAL PRESCRIPTION
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), under the Department of the Interior, is soliciting proposals for the Dezza Bluff Silvicultural Prescription project aimed at hazardous fuel reduction and fire management in the Navajo Region. The project encompasses approximately 4,438 acres near Tohatchi, NM, focusing on prescribed burning to mitigate hazardous fuel accumulation, enhance forest health, and reduce wildfire risks, with key deliverables including comprehensive stand inventories and silvicultural prescriptions. This initiative is critical for improving fire management practices and forest health on tribal lands, with a total award amount of $11.5 million and a proposal submission deadline of September 20, 2024. Interested contractors should direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or call 505-863-8404 for further details.
    FMC Rochester - Replace Bldg. 2, 4 & 10 Roofs
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace the roofs on Buildings 2, 4, and 10 at the Federal Medical Center (FMC) in Rochester, Minnesota. The project involves the installation of new roofing systems, including an ethylene propylene diene monomer (EPDM) membrane, and requires contractors to comply with stringent security protocols, including background checks for personnel entering the facility. This opportunity is a total small business set-aside, with an estimated project value between $1 million and $5 million, and bids must be submitted electronically by October 2, 2024. Interested contractors should contact Trisha Holm at tmanderson@bop.gov or 202-598-6052 for further information and ensure they are registered in the System for Award Management (SAM) at https://sam.gov.