S--Vinyl Tile Installation
ID: 140A1625Q0036Type: Solicitation
AwardedMay 14, 2025
$14.5K$14,500
AwardeeTSR SOLUTIONS LLC 8709 N 125TH EAST AVE Owasso OK 74055 USA
Award #:140A1625P0032
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSCENTRAL OFFICERESTON, VA, 20192, USA

NAICS

Flooring Contractors (238330)

PSC

HOUSEKEEPING- CARPET LAYING/CLEANING (S214)

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 seeking qualified contractors for a vinyl tile installation project at the Main Interior Building in Washington, DC. The project involves preparing approximately 350 square feet of flooring, which includes debris removal, cleaning, and the installation of luxury vinyl tiles (LVT) that match the existing color scheme while adhering to low VOC emission standards. This initiative is part of the government's commitment to maintaining and upgrading its facilities in a compliant and sustainable manner, with the contract set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 238330. Proposals are due by April 25, 2025, with a pre-bid site visit scheduled for May 1, 2025, and interested contractors can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or 571-560-0519 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Indian Affairs is initiating a project to install luxury vinyl tiles (LVT) in Room 1071 of the Main Interior Building, Washington, DC. The objective includes the removal of debris, cleaning, and preparing approximately 350 square feet of floor space for LVT installation. Contractors are required to provide quotes inclusive of labor, materials, and supervision, ensuring the tile color matches the existing flooring and adheres to low VOC emission standards. The scope of work entails measuring the area, cleaning the floor, moving cabinets, and installing the LVT according to manufacturer instructions. Contractors must conduct a pre-quote walkthrough to assess the area and coordinate any impacts on building use with designated personnel. Qualifications for bidders include a minimum of five years of relevant experience. All work must comply with safety standards, and contractors will be responsible for the disposal of any waste. The project is limited to Monday through Friday business hours, with specific loading dock regulations in place for material transport. This project represents a federal initiative to maintain and upgrade facilities while adhering to stringent environmental and safety protocols.
    The Bureau of Indian Affairs is initiating the Luxury Vinyl Tile (LVT) Installation Project in Room 1071 of the Main Interior Building, located in Washington, DC. The project aims to prepare approximately 350 square feet of flooring, requiring the removal of debris, cleaning, and installation of LVT that matches the existing color scheme. Contractors are tasked with providing a comprehensive quote for labor, materials, and supervision, with specific emphasis on using low VOC-emitting tiles and adhesives. Contractors must complete an onsite walkthrough to verify area measurements and color matching prior to quoting. The scope includes measuring the space, removing existing debris, preparing the surface, relocating cabinets, installing the tiles per manufacturer guidelines, and disposing of waste materials. Additionally, contractors need at least five years of relevant experience and must adhere to safety standards and regulations throughout the project. Importantly, all work should occur during designated hours, and contractors are responsible for their own parking and waste disposal in compliance with local and federal regulations. This project reflects the government's commitment to maintaining and improving its facilities in a compliant and sustainable manner.
    The document pertains to the Buy Indian Act and the self-certification requirements for Offerors claiming to be Indian Economic Enterprises (IEEs). Under the Act, the Offeror must meet specific criteria outlined in the Department of the Interior Acquisition Regulation (DIAR) Part 1480 at three key milestones: upon submission of an offer, at the time of contract award, and throughout the contract duration. Additionally, contracting officers may request further evidence of eligibility during the acquisition process. Submission of false information is legally punishable under federal law. The document includes a representation form that must be filled out by the Offeror, capturing details such as the name of the Tribal Entity, legal business name, and ownership details. This framework aims to ensure that contracts set aside under the Buy Indian Act are awarded only to legitimate entities that conform to the defined eligibility criteria while reinforcing compliance and accountability in the procurement process for federal projects involving Indian enterprises.
    The document outlines the federal wage determination for contracts subject to the Service Contract Act (SCA) by the Department of Labor. It presents Wage Determination No. 2015-4281, Revision No. 32, highlighting applicable minimum wage rates under Executive Orders 14026 and 13658, which must be adhered to based on contract dates and renewals. For contracts entered into after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must comply with a minimum rate of $13.30 per hour, unless a higher rate is specified. The document details wage rates for a variety of occupations, with specific rates provided for administrative, automotive, healthcare, and technical positions, among others, within the District of Columbia, Maryland, and Virginia. It outlines required fringe benefits, including health and welfare pay, vacation, and holiday pay, as well as regulations regarding sick leave and uniform allowances. The inclusion of detailed footnotes denotes exemptions and conditions for certain occupations, particularly for computer and air traffic control roles. Overall, the document serves as a critical resource for contractors to ensure compliance with wage and benefit requirements associated with federal contracts, clarifying expectations for compensation across diverse job classifications.
    The document outlines an amendment to solicitation number 140A1625Q0036, specifically focused on updating the Statement of Work by removing a requirement under section 2.2.2. The amendment emphasizes the necessity for contractors to acknowledge receipt of this modification prior to the specified deadline, ensuring that offers remain valid for consideration. The instructions clarify acceptable methods for acknowledgment, including written communication and electronic submissions, while underscoring the consequences of failing to comply. Additionally, it reaffirms that, except for the specified changes, the terms and conditions of the original solicitation remain unchanged. The overarching aim of this amendment is to ensure clarity and compliance among contractors engaged in federal contracts, specifically pertaining to modifications and updates related to solicitation processes.
    The document outlines a combined synopsis and solicitation (RFP No. 140A1625Q0036) for vinyl tile installation services for the U.S. Department of the Interior at the Main Interior Building in Washington, DC. The government plans to award a Firm-Fixed-Price (FFP) purchase order primarily set aside for Indian Small Business Economic Enterprises (ISBEEs), aligning with small business contracting goals under NAICS code 238330, which covers flooring contractors. The anticipated performance period is from May 15 to May 31, 2025, with proposals due on April 25, 2025. A pre-bid site visit is scheduled for May 1, 2025, highlighting the importance of direct engagement for prospective contractors. The solicitation includes specific terms and clauses, mainly referencing the Federal Acquisition Regulation (FAR) and incorporating applicable provisions related to business ethics, subcontract limitations, and labor standards. Attention is given to prompt payment via the Invoice Processing Platform. This document serves as a crucial guide for eligible contractors to prepare competitive proposals while ensuring compliance with federal regulations and Indian economic enterprise preferences, thus supporting small business development in government contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new rooftop unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    R--Geographic Information Systems (GIS) Modernization
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking contractor support for the Geographic Information Systems (GIS) Modernization project, aimed at enhancing IT systems through data integration and workflow improvements. The primary objectives include addressing a backlog of mapping trust lands and developing GIS applications to manage natural resources on Indian lands, with specific tasks outlined for both experienced and basic GIS support roles. This project is critical for improving the management of tribal resources and ensuring compliance with various regulations. Interested parties must acknowledge the amendment to the solicitation and submit their proposals by the specified deadlines, with the contract period set from February 1, 2026, to January 31, 2027. For further inquiries, contact Nancy Shah at Nancy.Shah@bia.gov or call 703-390-6728.
    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.
    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 located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% 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 issuance of a Notice to Proceed. Proposals are due electronically by 2 PM Pacific Time on January 6, 2026, and interested parties should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or call 206-615-2452.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    Healthcare Facility Planning, Evaluation, Research
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking sources for Healthcare Facility Planning, Evaluation, Research, and Advisory Services to support the Department of Health and Human Services (HHS), specifically the Indian Health Service (IHS) Office of Environmental Health and Engineering (OEHE). The procurement aims to enhance healthcare delivery for American Indians and Alaskan Natives by modernizing IHS facilities and planning processes, which includes developing planning documents, updating Health Services and Facility Master Plans, and providing advisory reviews. This opportunity is anticipated to result in a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract valued at approximately $30 million, with a five-year ordering period starting in Fiscal Year 2026. Interested firms must complete the attached Excel document and submit it to Robert Brewer at robertbrewer@ibc.doi.gov by the specified deadline.
    73--Steam Kettle
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking quotes for the procurement, removal, and installation of a floor-mounted steam kettle for the Bureau of Indian Education's Turtle Mountain Elementary School in Belcourt, ND. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and requires the provision of new equipment, including a minimum one-year warranty, with a completion timeframe of 30-60 days after receipt of order. The steam kettle is essential for food preparation in educational settings, ensuring that students receive nutritious meals. Interested vendors must submit their all-inclusive firm fixed price quotes, along with necessary documentation, by the specified deadline, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.