GYM FLOOR REPLACEMENT KCES
ID: 140A2325Q0065Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSSCHOOL OPERATIONSALBUQUERQUE, NM, 87104, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF SCHOOLS (Z1CA)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the replacement of gym flooring at the Keams Canyon School in Arizona. This project falls under the Indian Small Business Economic Enterprise (ISBEE) set-aside, aimed at promoting economic opportunities for Indian-owned businesses, and is classified under the NAICS code 236220 for Commercial and Institutional Building Construction. The successful contractor will be responsible for adhering to strict health and safety codes, including compliance with OSHA standards and various federal and state regulations, ensuring the project meets all necessary safety and operational requirements. Interested contractors should contact Krisanne Dernago at krisanne.dernago@bie.edu for further details and to discuss the submission process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Questions and Answers Log related to Solicitation # 140A2325R0015, within the context of federal government RFPs. It outlines inquiries made by contractors, the dates these questions were sent to the Contracting Officer's Representative (COR), their responses, and the dates those responses were provided. Although the entries in the log are not visible, the structure indicates a systematic approach to addressing contractor questions, which is essential for maintaining transparency and clarity in the procurement process. This log serves to facilitate communication between the government and potential contractors, ensuring all parties have the necessary information to submit compliant proposals. The management of inquiries and their responses is crucial in the context of government RFPs, as it helps streamline the bidding process and fosters an equitable environment for all stakeholders involved.
    The document is a Statement and Acknowledgment form related to subcontracting under federal government contracts, specifically referencing the clauses governing work hours and safety standards. It outlines required information for both prime contractors and subcontractors, including details on contract identification, awarded subcontract specifics, and acknowledgments regarding labor standards and safety compliance. The document confirms the existence (or absence) of certain contract clauses related to compensation, payroll records, disputes, and compliance with various labor regulations. Additionally, it provides space for signatures from involved parties, reinforcing the acknowledgment of the contents and responsibilities outlined. This form facilitates transparency and legality in federal contracting processes, ensuring compliance with established labor standards while addressing the necessary procedures for subcontractual agreements.
    The document outlines compliance requirements for contractors and grantees engaging in construction and facility management under the Bureau of Indian Affairs (BIA). It details federal, tribal, and state health and safety standards applicable to various operations including new constructions, renovations, and facility improvements. Key areas covered include OSHA compliance, fire safety measures conforming to National Fire Codes, accessibility standards per the Architectural Barriers Act, and adherence to building safety codes promulgated by the National Fire Protection Association (NFPA). Additionally, the document mandates compliance with electrical safety standards, mechanical systems regulations, and guidelines for plumbing facilities, sanitation, pest control, and energy conservation. Specific requirements for highway and bridge design are also included, emphasizing adherence to standards by the American Association of State Highway Officials (AASHTO). Energy conservation measures are outlined for new constructions initiated post-January 2007, recommending strict energy efficiency protocols and the use of renewable energy sources. Frequent revisions reflect ongoing updates to maintain compliance with evolving regulations. This comprehensive set of guidelines ensures that facilities managed by the BIA meet rigorous safety and operational standards, supporting overall health and environmental integrity in community projects.
    The document outlines the procedures for submitting Material Approval Submittals to the Department of the Interior, specifically for Indian Affairs projects. The primary purpose is to ensure that contractors provide necessary drawings, equipment data, and samples of materials for government approval before incorporation into their work. The form must be submitted in four copies and requires the contractor’s certification that the materials comply with contract specifications. Key instructions for contractors include clearly identifying items for approval and tabbing relevant documents for proper evaluation. Each submission must be consecutively numbered, specifying whether it is a new submission or a resubmittal. The pertinent details, including project and contract numbers, must be included, and approvals must be signed by the contracting officer for validation. The document emphasizes the importance of this submission process in the context of federal contracts, contributing to compliance with established specifications and ensuring quality control in materials used for government projects. Overall, it serves as a structured guideline for contractors navigating the approval process necessary for federal and state contracting practices.
    The document outlines the procedures for contractors working with the Department of the Interior, Indian Affairs, to report their contract progress through the Contract Progress Schedule (Form IA-C113). The primary goal is to ensure that contractors report their work elements and progress percentage accurately. Contractors are required to submit multiple copies of the form, detailing contract specifics, including the contract number, project title, dates, and work elements organized in a logical sequence. Each work element's percentage contributing to the project must total 100%. Contractors must also provide a plan showing periodic progress throughout the contract period, adjusting for any contract modifications. Timely reporting of work completion percentages using the IA-C713 "Contract Progress Report" is emphasized for effective contract administration and potential payment approvals. The overall intent is to ensure accuracy and accountability in reporting work progress, aligning with federal contract management and oversight principles.
    The provided document is a Contract Progress Report from the Department of the Interior, Indian Affairs, designed to track the progress of a contractor's work on a specified project. The report includes essential details such as the contractor's address, project number, contract number, completion date, and a breakdown of various work elements, showing both the percentage completed during the current period and cumulatively. Additionally, there is a section for the contractor and contracting officer to certify progress and signify whether payrolls for the reporting period have been submitted. The report serves as a tool for computing progress payments based on the contractor's performance, emphasizing accountability and transparency in government contracting processes related to federal grants and RFPs. Overall, this document is pivotal in ensuring that project specifications are met and funds are appropriately disbursed, contributing to effective governance and project management.
    The document is a Standard Form 25, a Performance Bond used in federal government contracts. It establishes an obligation between the Principal (contractor) and Surety entities to financially back the bond in case the Principal fails to fulfill the contractual terms. The Performance Bond binds the parties to cover a specified penal sum, indicating the financial limit of liability. The key components include essential information such as the Principal’s legal name and address, contract details, and Surety information. It outlines the conditions under which the bond is void, emphasizing the need for the Principal to perform all contract terms and pay any required taxes. The form also stipulates requirements for signatures and corporate seals, ensuring authenticity and compliance with federal regulations. Overall, this document serves as a critical component of the contracting process, providing assurance to the government that obligations will be met, and covering potential financial risks associated with government contracts. The performance bond is essential for maintaining accountability and protecting public resources.
    The document outlines the requirements for a payment bond as mandated under 40 USC Chapter 31, Subchapter III. This bond serves to protect those supplying labor and materials for construction contracts with the federal government. Key components include details like the principal's legal name, organization type, state of incorporation, bond execution date, penal sum amount, and surety information. It stipulates that the bond becomes void if the principal fulfills payment obligations to all relevant parties. Additionally, it includes instructions for completing the form, emphasizing corporate surety eligibility, the need for appropriate seals, and specific signing protocols. The document reflects the federal government's structured approach to ensuring financial security in contractual obligations, essential for compliance in RFPs and grants.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    H--BOILER INSPECTION FOR NAVAJO REGIONAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services across sixty-six schools managed by the Bureau of Indian Education, including nine Bureau of Indian Affairs locations. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires contractors to conduct annual external inspections of boilers and pressure vessels, providing all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period commencing on March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors should submit their offers by March 20, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
    Santa Fe Indian Health Center (SFIHC) Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the roof replacement and fall protection project at the Santa Fe Indian Health Center (SFIHC) in New Mexico. This procurement aims to ensure the safety and integrity of the facility by addressing critical roofing needs and implementing necessary fall protection measures. The project is vital for maintaining the operational capacity of the health center, which serves the local Indian community. Interested contractors, particularly those qualifying under the Indian Small Business Economic Enterprise (ISBEE) set-aside, should contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further details.
    Capability Search of ISBEE/IEE Construction Firms
    Buyer not available
    Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF is conducting a Capability Search of ISBEE/IEE Construction Firms in Arizona, UNITED STATES. This search aims to identify Native American/Indian-Owned (Indian Small Business Economic Enterprises) Construction firms for current upcoming projects. The purpose of this procurement is to give preference to Indian Economic Enterprises (IEE) in accordance with the Buy Indian Act. Interested firms should respond to this notice promptly by following the attached form and instructions. This procurement is specific to the Commercial and Institutional Building Construction industry and falls under the CONSTRUCTION OF HOSPITALS AND INFIRMARIES category.
    F--TIMBER SALE PREPARATION (OAK RIDGE TS)
    Buyer not available
    The Bureau of Indian Affairs (BIA), Navajo Region, is seeking proposals from qualified Indian Small Business Economic Enterprises (ISBEE) for timber sale preparation activities within the Oak Ridge area of the Navajo Nation. The procurement involves a range of forestry-related tasks, including timber marking, stand examinations, environmental assessments, and the preparation of timber appraisal reports, all aimed at promoting sustainable forestry practices on approximately 10,495 acres of commercial forest land. This initiative aligns with the federal government's commitment to supporting Indigenous enterprises under the Buy Indian Act, emphasizing the importance of responsible natural resource management. Interested contractors must submit their proposals by February 25, 2025, at 2:00 p.m. MST, and can direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or by phone at 505-863-8404, with a total award amount of $11.5 million.
    Cheyenne River CT Renovation
    Buyer not available
    The Indian Health Service, under the Department of Health and Human Services, is soliciting proposals for the renovation of the Cheyenne River Health Center located in Eagle Butte, South Dakota. This project, designated under Solicitation Number 75H70125Q00006, is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to renovate the radiology department to accommodate new CT equipment, with an estimated construction cost between $25,000 and $100,000 and a performance duration of 120 days post-notice to proceed. The renovation includes demolition, installation of new medical equipment, and compliance with health and safety regulations, including the Davis-Bacon wage determinations. Interested contractors should contact Thupten Tsering at Thupten.Tsering@ihs.gov or 206-615-2452 for further details.
    Z--CRIP Main Canal Checks with Lateral 73
    Buyer not available
    The Bureau of Indian Affairs (BIA) is soliciting proposals for the Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73, focusing on construction, alteration, and repair work in La Paz County, Arizona. This competitive procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to rehabilitate and replace critical irrigation infrastructure, including check structures MC185, MC270, and MC420, while ensuring minimal disruption to irrigation operations. The project is significant for enhancing water management systems vital for agricultural efficiency in the region, with an estimated contract value exceeding $10 million. Interested contractors must submit their proposals by November 1, 2024, and can direct inquiries to William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
    Z--KLAMATH RIVER CANYON FENCE RECONSTRUCTION
    Buyer not available
    The Department of the Interior, through the Bureau of Land Management's Oregon State Office, is seeking contractors for the Klamath River Canyon Fence Reconstruction project. This presolicitation opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and involves the repair or alteration of non-building facilities, categorized under NAICS code 238990. The reconstruction of the fence is crucial for maintaining land management and conservation efforts in the area. Interested contractors can reach out to Lorri Schoellkopf at lschoellkopf@blm.gov for further details, although specific funding amounts and deadlines have not been disclosed at this time.
    IE 150 SSIS LAGOON AERATOR
    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 installation of a lagoon aerator system at St. Stephens Indian School in Riverton, Wyoming. The project involves the construction and installation of a TITUS Aerator System, including new electrical feeds, a grounding and bonding system, and a concrete slab, while adhering to Bureau of Indian Education standards and safety protocols. This initiative is part of a broader effort to enhance educational infrastructure within the community and is set aside for Indian Economic Enterprises, emphasizing the government's commitment to supporting Indian-owned businesses. Proposals are due by March 5, 2025, with a project cost estimated between $25,000 and $100,000, and interested contractors should contact Carolyn Sulla at carolyn.sulla@bie.edu for further details.
    COPIER LEASE FOR CHEMAWA INDIAN SCHOOL
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for a copier lease at the Chemawa Indian School, with a focus on supporting Indian Small Business Economic Enterprises (ISBEE). The procurement involves leasing five multi-functional Canon Image Runner Advance DX C5750i copiers, which will include installation, training, and annual maintenance support, with a primary lease period from March 1, 2025, to February 28, 2026, and four optional renewal years. This initiative is crucial for maintaining operational efficiency in educational facilities, ensuring that the school can effectively manage its printing and document needs. Interested vendors should contact Brandon Walker at Brandon.Walker@bie.edu or (505) 803-4254 for further details, and must comply with the submission guidelines outlined in the Request for Quote (RFQ) document.
    TPPIHC Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the roof replacement and fall protection project at the Taos-Picuris Pueblos Indian Health Center (TPPIHC) in Taos, New Mexico. The project aims to replace the existing roofing system and implement necessary fall protection measures, with an estimated construction cost between $1 million and $5 million. This initiative is crucial for maintaining the safety and functionality of health facilities, ensuring compliance with safety regulations, and enhancing the overall infrastructure of the center. Proposals are due by March 20, 2025, following a mandatory site visit on March 5, 2025. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further details.