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 critical deficiencies in the school's buildings, including the removal and replacement of damaged masonry walls and concrete slabs, with a focus on ensuring structural integrity and safety. This initiative is part of the federal government's commitment to enhancing educational facilities within Indigenous communities, promoting participation from eligible Indian Small Business Economic Enterprises (ISBEE) through a 100% set-aside. Interested contractors must submit their proposals by September 5, 2025, and are encouraged to attend a mandatory site visit scheduled for August 18, 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.
    This document is an amendment to a solicitation (No. 140A2325R0020) issued by the Indian Education Acquisition Office in Albuquerque, NM. The amendment, dated June 10, 2025, introduces several key changes. Firstly, the solicitation is now designated as a 100% Small Business set-aside. Secondly, it provides updated deadlines for site visits and questions: site visits can be scheduled no later than August 18, 2025, by contacting Lee Ivey at Lee.Ivey@bie.edu, and questions are due by August 21, 2025. Finally, the closing date for offers has been extended to September 5, 2025, at 7 PM MDT. Offerors must acknowledge receipt of this amendment through specified methods to ensure their offers are not rejected.
    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
    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.
    Z--Mescalero Adult Detention Center FI&R
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for a Design/Build Construction Contract aimed at completing the Mescalero Adult Detention Center in Mescalero, New Mexico. This project involves various Facility Improvements & Repair (FI&R) activities, including design, construction, installation, and demolition, with an estimated construction magnitude between $500,000 and $800,000. The contract is set aside for Indian-Owned Small Business Economic Enterprises (ISBEE) and falls under NAICS Code 238210, which pertains to Electrical Contractors and Other Wiring Installation Contractors. Interested parties should prepare for a solicitation expected to be issued around December 24, 2025, and must ensure they have a Unique Entity Identifier (UEI) number and active registration in the System for Award Management (SAM). For further inquiries, contact Laurie Sherrod at laurie.sherrod@bia.gov or call 571-560-0313.
    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.
    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.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    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.
    Trash Pickup for Rocky Ridge Boarding School
    Interior, Department Of The
    The Bureau of Indian Affairs is seeking quotations for trash pickup services at the Rocky Ridge Boarding School, as part of a procurement initiative aimed at supporting Indian Small Business Economic Enterprises (ISBEE). The contract will cover refuse pickup and recycling services, structured as a Firm Fixed Price purchase order for a base year from January 1, 2026, to December 31, 2026, with the possibility of four additional option years. This service is crucial for maintaining cleanliness and environmental standards at the school, ensuring a healthy learning environment for students. Interested contractors must submit their all-inclusive offers electronically to Ashleigh Cleveland by December 16, 2025, at 1700 EST, and must be registered in SAM.gov to comply with applicable federal regulations.
    Pine Ridge Multi Phase Door Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi-Phase Door Replacement project in South Dakota. This project aims to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed Price contract, with a performance period of 270 calendar days following the Notice to Proceed. Interested contractors must submit their proposals electronically by December 17, 2025, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or by phone at 206-615-2452.
    68--Propane for Tohono O'odham Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking proposals for a firm fixed-price contract to supply propane to the Tohono O'odham Agency in Sells, Arizona. The procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), requiring that offerors qualify as both Indian Economic Enterprises and small businesses. The propane will be utilized for heating and kitchen appliances across various facilities, including the Tohono O'odham Agency Quarters and the Adult Detention Center, ensuring uninterrupted service is maintained. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 480-744-4870.
    R--Food Delivery and Courier Services, HES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide Food Delivery and Courier Services for Havasupai Elementary School (HES) located in Supai, Arizona. The procurement involves weekly deliveries of temperature-controlled food and secure package courier services, addressing logistical challenges due to the school's remote canyon location and ensuring compliance with food safety standards. This contract is critical for maintaining the school's operations and supporting its K-8 student population, with a performance period from December 15, 2025, to December 14, 2026, and potential extensions through four option years until December 14, 2030. Interested parties must submit their proposals by December 29, 2025, and can direct inquiries to Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.