Z--San Simon-Building Structural and Surface Repairs
ID: 140A2325R0020Type: Solicitation
Overview

Buyer

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

NAICS

Masonry Contractors (238140)

PSC

REPAIR OR ALTERATION OF OTHER EDUCATIONAL BUILDINGS (Z2CZ)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for structural and surface repairs at San Simon Elementary School in Sells, Arizona. The project aims to address significant structural deficiencies across the campus, including the removal and replacement of damaged masonry walls and concrete slabs, as well as other essential repairs to ensure safety and functionality. This initiative is part of the federal government's commitment to enhancing educational infrastructure in Indian Country, with a contract value estimated between $250,000 and $500,000. Interested contractors, particularly those qualifying as Indian Small Business Economic Enterprises (ISBEE), must submit their proposals by July 25, 2025, following a mandatory site visit on June 20, 2025. For further inquiries, contact Katrina Eaton at katrina.eaton@bie.edu or call 405-531-7933.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Indian Education (BIE) has issued an RFP for the Design-Build Structural and Surface Repairs project at San Simon Elementary School, located in Arizona. The project aims to address critical deficiencies in multiple buildings, emphasizing structural safety and aesthetic integrity due to deteriorating conditions, including damaged masonry walls and concrete slabs. Key tasks involve the removal and replacement of an 8” concrete masonry wall, slab repairs, stucco remediation, and extensive safety measures. The project schedule outlines critical milestones, including design document submissions and completion timelines. Contractors must adhere to environment and sustainability standards as mandated by BIE and deliver comprehensive construction documents. Regular project meetings will ensure coordination and compliance, while quality control, safety protocols, and minimal disruption to school operations are prioritized. The successful contractor is responsible for ongoing monitoring and adjustments as necessary to meet contractual requirements. This initiative is part of the federal government's commitment to ensuring safe and functional educational facilities in Indian Country.
    The document outlines detailed architectural plans and specifications for the San Simon Elementary School project, managed by the Bureau of Indian Education and Planate Management Group Corp. It includes site layouts and floor plans for multiple buildings (Blocks 611, 622, 623, 624, 625, and 626), emphasizing various educational facilities such as classrooms, cafeterias, libraries, and mechanical areas. The plans offer insight into the dimensions and purposes of different spaces, highlighting the importance of functionality in school design, including restrooms, storage, and specialized rooms like the kitchen and gymnasium. The drawings are categorized into sections that present overall site maps, detailed floor plans, mechanical plans, and isometric views, all marked for reference and not intended for actual construction. The designs are contemporaneous, dated April 2025, underscoring the project's commitment to modern educational needs while ensuring compliance with safety and accessibility standards as part of federal and local government education initiatives. This initiative showcases efforts towards upgrading educational infrastructure within indigenous communities, aligning with broader governmental objectives of enhancing educational access and quality.
    The Structural Report for San Simon Elementary School, commissioned by the Bureau of Indian Education, investigates significant structural issues primarily concerning building 611, where large vertical cracks and slab settlements were observed, indicating foundational concerns. Conducted by Planate Management Group between July 10-14, 2023, the assessment involved visual inspections, recordings, and photographs documenting the current structural status of various buildings on the campus. Key findings include vertical cracks in walls attributed to movement of steel columns, slab settlements in the lounge and restroom areas leading to drainage issues, and additional cracks across other buildings caused by foundation movement and soil erosion. The report emphasizes the urgency of addressing these issues to prevent deterioration and the potential for increased repair costs. Recommendations include reconstructing parts of walls around steel columns, improving site drainage, and sealing minor cracks while monitoring conditions over time. The document serves as a critical analysis aimed at securing necessary federal or state funding for repairs, potentially influencing future RFPs or grants to ensure the safety and longevity of the educational infrastructure in Sells, Arizona.
    The document outlines construction specifications for the repair of the exterior northeast wall of Building 611 at San Simon Elementary School in Arizona. It details the removal of existing materials, including CMU (Concrete Masonry Unit) blocks and stucco finishes, and specifies the installation of new structural elements such as reinforced concrete columns and CMU blocks filled with solid grout. Key construction practices include drilling and epoxying vertical rebar to existing foundations and incorporating horizontal ties throughout the new wall structure to ensure stability. The project is oriented towards reinforcing and repairing existing structural integrity, addressing both aesthetic and functional building requirements. It highlights the collaboration of various professionals in ensuring compliance with structural standards, ultimately emphasizing the federal commitment to maintaining educational facilities through careful construction and adherence to safety regulations.
    The document is a Questions and Answers Log for Request for Proposal #140A2325R0020, which pertains to the San Simon DB Structural Building and Surfacing Repairs. This log contains entries numbered from 1 to 9, indicating various questions posed by contractors related to the proposal and their respective answers, complete with the dates these inquiries were sent to the Contracting Officer's Representative (COR) and when they were answered. The log serves as an official communication tool to clarify aspects of the RFP, ensuring that all contractors have equal access to essential information needed for their proposals. By maintaining transparency and addressing potential queries, the document supports a fair bidding process, vital for the integrity of federal and state contracting procedures. This RFP is an integral part of federal grant funding, aimed at enhancing public infrastructure through contracted services.
    This document pertains to the Buy Indian Act, specifically regarding the self-certification process for Offerors wishing to engage as Indian Economic Enterprises (IEEs) in federal projects. It emphasizes that the Offeror must meet the IEEs criteria at the time of both the proposal and contract award, continuing throughout the contract's duration. Contracting Officers may request further evidence of eligibility at various stages of the acquisition process. The document warns that any false information submitted in connection with the Buy Indian Act is legally punishable, specifying potential penalties for such violations. It also includes an Offeror Representation Form, which requires details such as the name of the federally recognized tribal entity and the legal business name, alongside a signature certifying adherence to the IEE definition. The primary aim of the document is to ensure that federal contracting opportunities are reserved for qualified Indian Economic Enterprises, ensuring compliance with applicable laws throughout the contracting process. This self-certification process is integral to affirming commitment to the promotion of tribal economic activities in federal acquisitions.
    The document outlines the compliance requirements for contractors or grantees involved in construction and facility management for Indian Affairs. It emphasizes adherence to federal, tribal, and state health and safety standards across various aspects of construction. Key areas of compliance include Occupational Safety and Health Administration (OSHA) regulations, fire safety standards, accessibility requirements under the ADA, and adherence to building safety codes like the NFPA 5000. The document details specifications for mechanical systems, including gas and solar installations, plumbing codes, pest control regulations, and energy conservation measures in line with federal sustainability principles. Notably, new buildings must aim for ENERGY STAR certification and incorporate renewable energy solutions where feasible. This framework ensures that construction projects not only meet safety and operational standards but also promote environmental sustainability and public health, reflecting the government's commitment to safe and efficient facility management.
    The U.S. Department of the Interior's Division of Safety and Risk Management outlines guidelines for final inspections and the issuance of Certificates of Occupancy for facilities under Indian Affairs control. The guidelines, effective May 2020, ensure compliance with federal regulations and safety codes for all construction and renovation projects. Key procedures include submitting necessary documentation, completing contractor inspections, and securing various system certifications before requesting a final inspection. On-site inspections involve verifying compliance with safety and operational standards across various systems, such as fire protection and mechanical installations. Post-inspection, a report detailing any deficiencies must be addressed, supported by photographic evidence of corrections. This structured process guarantees that facilities meet health and safety requirements, upholding the integrity of Indian Affairs' managed properties before granting occupancy. The guidelines replace earlier versions and reflect ongoing commitment to safety and regulatory adherence in federal projects concerning Native American communities.
    The government document appears to include a variety of unstructured content related to possible federal requests for proposals (RFPs) and grants, although the text is largely garbled with significant encoding issues, making it difficult to extract coherent and specific information. It seems to hint at descriptions of funding opportunities and the types of services or projects eligible for support through these programs. Key ideas that may be present include the identification of areas for governmental financial assistance, outlines of potential criteria for grant eligibility, and proposals for compliance with regulatory standards. The intended purpose of this document appears to be to inform stakeholders, including public agencies and private entities, about upcoming RFPs and grant opportunities that can suggest regions for development or improvement funded by federal or state initiatives. However, due to the document's corrupted state, specific details regarding application procedures, funding amounts, deadlines, or particular project requirements are largely inaccessible. Therefore, a comprehensive overview cannot be effectively constructed without further clarity or restoration of the intended textual content. The overall goal remains to facilitate a better understanding of available governmental support for eligible projects within the indicated sectors.
    The document pertains to government requests for proposals (RFPs) and grants at federal, state, and local levels. It primarily outlines procedures for submitting proposals, guidelines for compliance with funding criteria, and highlights the importance of aligning project goals with governmental priorities. Emphasis is placed on the necessity for detailed project descriptions, budgetary considerations, timeline projections, and the significance of collaborative efforts with community agencies and stakeholders. The document advocates for transparency and accountability in funding applications, underlining rigorous assessment processes that evaluate potential impact, sustainability, and compliance with environmental and safety regulations. It serves as a framework for applicants to effectively navigate the complexities of government funding, ensuring a structured approach to project proposal writing, which is essential for securing financial resources for various initiatives.
    The BID BOND form serves as a guaranty required when submitting bids on federal contracts for construction, supplies, or services. It outlines the obligations of the principal (the bidder) and the sureties (financial guarantors) towards the U.S. Government, binding them to a specified penal sum which represents their financial responsibility. If the principal fails to fulfill the contractual requirements following bid acceptance, the sureties are liable for costs exceeding the bid amount. The document specifies conditions under which the bond becomes void, primarily if the principal executes required documentation or pays costs due to non-compliance within a set timeframe. The form also includes instructions for proper completion, requiring the legal identification of the principal and sureties, their organizational status, and the penal sum limit. It emphasizes the necessity for sureties to be on the Department of the Treasury's approved list, and states that any amendments to the form must receive prior approval. Collectively, the BID BOND facilitates the contracting process by ensuring that bids are backed by a financial commitment, thus maintaining the integrity and reliability of federal procurement activities.
    The document serves as a Performance Bond Form, Standard Form 25, used within government contracts to ensure adherence to contract terms by the principal and sureties. It outlines the responsibilities of the principal and the sureties (both corporate and individual) in binding themselves to fulfill the obligations specified in a government contract. The bond provides a mechanism for compensation to the government, ensuring project completion and tax compliance. Key components include the identification of the principal and sureties, the amount of the penal sum (the bond's face value), and conditions under which the bond becomes void, primarily if the principal fulfills all contractual obligations and pays relevant taxes. The document also specifies requirements for signatures, corporate seals, and the necessity for approved sureties from the Department of the Treasury. This Performance Bond Form is critical in the context of government RFPs and grants, safeguarding financial interests and regulatory compliance during contract execution. It underscores the importance of accountability in public procurement, facilitating trust between the government and contractors for successful project delivery.
    The document outlines the requirements and structure for a payment bond, specifically Standard Form 25A, which is used for the protection of individuals supplying labor and materials under federal contracts. It specifies the obligations of the principal and surety, including the necessity to adhere to 40 USC Chapter 31, Subchapter III. The form captures essential information such as the names and addresses of the principal and sureties, the penal sum of the bond, and the conditions under which the bond becomes void. Key points include guidelines for executing the bond, necessary signatures, and the requirement for corporate seals. Notably, if multiple sureties are involved, they must jointly cover the bond's penal sum. Additionally, the document provides instructions for filling out the form accurately and the legal ramifications of the surety's obligations to ensure payment for labor or material directly related to contract work. The overall purpose of this document is to standardize the process involved in securing payment bonds for federal projects, helping to protect all parties involved in government procurement.
    The Indian Affairs Division of Facilities Management and Construction has set Minimum Qualification Standards for Project Manager Employees involved in construction projects funded by P.L. 93-638 Contracts or P.L. 100-297 Grants. The purpose is to ensure that qualified individuals manage these projects, which can range from schools to detention facilities, thus ensuring prudent use of public funds. For projects costing $10 million or more, candidates must have ten years of relevant experience and a Bachelor's degree in Engineering or Architecture. For projects under $10 million, seven years of experience and at least 30 credit hours in relevant courses are the minimum requirements. Certifications such as Design-Build Associate (DBIA) and LEED are preferred. The document emphasizes the critical nature of selecting project managers with experience in specific delivery methods like Design-Build or Design-Bid-Build, underscoring the importance of expertise in managing the anticipated complexities of such projects. Supporting documents are required to validate qualifications. This guidance aligns with federal and tribal investment standards to ensure effective management of construction projects funded by federal grants and contracts.
    The document outlines an amendment related to a solicitation, specifically for an official site visit and an extension of the closing date for submissions. It specifies that the site visit is scheduled for July 10, 2025, at 10 AM MST, and that questions regarding the solicitation are due by July 14, 2025, at 5 PM MDT. The new deadline for offer submissions is extended to July 25, 2025, at 5 PM MDT. The amendment requires contractors to acknowledge receipt of the amendment through specified methods, and emphasizes the importance of timing in submission to avoid rejection. The document also reiterates that all other terms and conditions remain unchanged. This procedural amendment is part of the larger context of government Requests for Proposals (RFPs) and modifications to contracts, ensuring that interested parties are informed and have ample opportunity to respond effectively while adhering to regulations. Overall, it serves to maintain transparency and facilitate collaboration in the procurement process.
    The document is a solicitation for the Design Build Structural & Surface Repairs project at San Simon Elementary School in Sells, Arizona, which aims to address critical structural integrity issues due to deterioration. The solicitation is designated as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, promoting participation from eligible Native American businesses. Offers must be submitted by a specified deadline, with a mandatory site visit scheduled for June 20, 2025. The project's estimated price range is between $250,000 and $500,000. The contractor is responsible for various repairs, including masonry and concrete work, and must adhere to safety, permitting, and bonding requirements. Additionally, specific clauses relating to inspections, payment processes, and contractor responsibilities are included in the solicitation. Notably, there are strict guidelines for compliance with tribal laws, employment practices, and contractor safety programs. This solicitation emphasizes governmental efforts to engage Indigenous enterprises in critical infrastructure improvements while ensuring adherence to federal standards and regulations throughout the project lifecycle.
    Lifecycle
    Title
    Type
    Similar Opportunities
    N--HVAC Replacement & Repairs and Building Automation
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for the 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 replacing and repairing HVAC systems across multiple buildings on the school campus, ensuring compliance with applicable codes and safety standards. This initiative is crucial for enhancing the educational infrastructure and operational efficiency of the school, while also promoting economic opportunities for Indian-owned businesses, as the solicitation is set aside for Indian Small Business Economic Enterprises (ISBEEs). Interested contractors must submit their proposals by July 25, 2025, and are encouraged to attend a site visit scheduled for April 29, 2025. For further inquiries, contact Katrina Eaton at katrina.eaton@bie.edu or call 405-531-7933.
    Z--NEW REQ ROOF REPLACEMENT COTTONWOOD DS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the roof replacement project at Cottonwood Day School located in Chinle, Arizona. This opportunity is set aside for Indian Economic Enterprises (IEE) and requires contractors to replace the existing roof with a new TPO roofing system, adhering to safety regulations and quality standards. The project is significant for maintaining the integrity of educational facilities and ensuring a safe environment for students, with an estimated contract value between $250,000 and $500,000. Interested contractors must submit their proposals by July 11, 2025, and are encouraged to contact Krisanne Dernago at krisanne.dernago@bie.edu for further inquiries.
    Juvenile Detention Education Services for OJS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is soliciting proposals for Juvenile Detention Education Services for the Office of Justice Services (OJS), aimed at providing educational support to incarcerated American Indian juveniles aged 12 to 18. The primary objective is to develop and deliver quality academic education in compliance with federal laws, including the Free and Appropriate Public Education (FAPE) and the Individuals with Disabilities Act (IDEA), while fostering rehabilitation and promoting high school graduation. This firm-fixed-price contract, set aside for Indian Small Business Economic Enterprises (ISBEEs), spans from September 1, 2025, to August 31, 2030, and requires contractors to submit proposals that adhere to Federal Acquisition Regulations (FAR). Interested parties can contact Adam Lowery at Adam.Lowery@bia.gov or by phone at 571-560-0622 for further information.
    BIE SFES - RE-ROUTE SUPPLY/RETURN OF HEATING WATER
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a fixed-price construction project to re-route the supply and return of heating water at the San Felipe Elementary School in New Mexico. This opportunity is exclusively set aside for Indian Economic Enterprises (IEEs), aiming to enhance the heating system for approximately 164 Native American students by addressing inadequate heating in the older wing of the building. Contractors will be responsible for all labor, materials, and oversight necessary for the project, which must comply with federal, state, and tribal regulations, and is expected to be completed within 45 days of the Notice to Proceed. Interested parties should direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu, with a deadline for questions set for July 22, 2025, and the solicitation closing on August 7, 2025, at 12:00 p.m. MDT.
    INSTALL DIRECT DIGITAL CONTROLS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the installation of Direct Digital Controls at the Cheyenne Eagle Butte School in South Dakota. The project aims to upgrade the existing mechanical systems by replacing pneumatic controls with modern digital temperature sensors and control valves, ensuring compliance with federal regulations and enhancing the educational environment. This initiative is part of a broader commitment to improve infrastructure in educational facilities, with a contract value estimated between $250,000 and $500,000. Proposals are due by July 10, 2025, and interested contractors can contact Tanna Finley at tanna.finley@bie.edu or call 505-918-2285 for further details.
    D--Native American Student Information System Recompe
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the Native American Student Information System (NASIS) Recompete, aimed at enhancing educational data management for Native American students across 186 Bureau-funded schools. The procurement requires a comprehensive student information system that manages sensitive student data, ensuring compliance with federal and state reporting requirements while providing robust security and integration capabilities. This initiative is crucial for improving educational outcomes and facilitating effective communication among stakeholders within the Bureau of Indian Education framework. Interested contractors must submit their proposals by July 18, 2025, with the contract period of performance set from September 1, 2025, to August 31, 2026. For further inquiries, potential bidders can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.
    Y--Bannock Pumping Plant Rehabilitation
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is preparing to solicit proposals for the rehabilitation of the Bannock Pumping Plant located in Chubbuck, Idaho. This project aims to modernize the existing pumping plant and enhance auxiliary features to ensure reliable irrigation delivery for the Fort Hall Indian Reservation, with a contract value exceeding $10 million. The scope includes extensive construction tasks such as refurbishing the pumping plant, installing new pumps and electrical systems, and improving safety features at the irrigation canal. Interested Indian-owned Small Business Economic Enterprises (ISBEEs) must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued around August 1, 2025, with bids due approximately 30 days thereafter. For further inquiries, potential bidders can contact Kurt Egner at kurt.egner@bia.gov.
    U--Student ELA and Math Assessments for BIE
    Buyer not available
    The Bureau of Indian Education (BIE), part of the Department of the Interior, is seeking proposals for student assessments in English Language Arts (ELA) and Mathematics for BIE-funded schools, covering the 2025-26 to 2029-30 school years. The contractor will be responsible for delivering both Commercial Off-the-Shelf (COTS) assessments and potentially customized assessments, ensuring alignment with BIE standards while providing administration, scoring, reporting, training, and helpdesk services. This procurement is crucial for enhancing educational outcomes for approximately 38,000 students across 183 schools, emphasizing compliance with federal regulations and privacy standards. Interested parties must submit their proposals by July 10, 2025, and can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further information.
    7G--CMC/NIST IT INFRASTRUCTURE UPGRADE, Southwestern I
    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 CMC/NIST IT Infrastructure Upgrade project at the Southwestern Indian Polytechnic Institute (SIPI). This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) and focuses on acquiring Cisco brand network devices and services to enhance SIPI's telecommunications infrastructure. The awarded contract will be a Firm Fixed Price type, with an estimated delivery timeframe of 120 days from the award date, and all quotes must be submitted by July 17, 2025. Interested vendors can contact Jeff Morris at jeff.morris@bie.edu or call 505-364-2130 for further information.
    Z--BISO REPLACE EAST RIM SHOP ROOF
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking contractors for the project titled "BISO – Replace East Rim Shop Roof," which involves replacing the roofing system at the East Rim Facilities Shop located within the Big South Fork National River area in Oneida, TN. This project is critical for ensuring health, safety, and operational readiness by addressing a failed roofing system that poses risks to infrastructure and personnel safety. The estimated value of the construction contract ranges from $100,000 to $250,000, and it is designated as a total small business set-aside opportunity, encouraging participation from small businesses, particularly those owned by veterans, women, and disadvantaged individuals. Interested parties should note that the solicitation will be available electronically on SAM.gov starting June 9, 2025, and must contact Marilia Mateo at mariliamateo@nps.gov for further information.