Z--IE 150 SSIS LAGOON AERATOR
ID: 140A2325Q0089Type: Solicitation
Overview

Buyer

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

NAICS

Water Supply and Irrigation Systems (221310)

PSC

MAINTENANCE OF SCHOOLS (Z1CA)
Timeline
    Description

    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 permanent TITUS Aerator System at St. Stephens Indian School in Wyoming. This project aims to enhance the school's facilities by constructing concrete slabs, performing electrical demolition, and installing a new electrical system, all while adhering to the National Electrical Code and ensuring cultural sensitivity. The contract is set aside for small businesses, with an estimated budget between $25,000 and $100,000, and proposals are due by April 21, 2025, following a site visit on April 7, 2025. Interested contractors should contact Carolyn Sulla at carolyn.sulla@bie.edu for further details and to ensure compliance with all solicitation requirements, including acknowledgment of amendments and adherence to safety regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for the installation of a permanent TITUS Aerator System at St. Stephens Indian School in Wyoming, serving a predominantly Native American student population. The project includes construction of concrete slabs, electrical demolition, and installation of new electrical feeds, with a focus on complying with the National Electrical Code. Significant activities involve disconnecting existing power supplies, grounding systems, and integrating a new 15 HP blower with a Variable Frequency Drive (VFD). The contractor must adhere to safety regulations, schedule work with the Contracting Officer, and successfully conduct site inspections and testing. Detailed monitoring and performance reporting are required, including submission of monthly progress reports and certified payrolls. Key deliverables include shop drawings, as-built documents, and compliance with all relevant construction standards. Ultimately, the SOW aims to improve the school's facilities while ensuring cultural sensitivity and adherence to health and safety regulations, reflecting the Bureau of Indian Education’s mission of providing quality education opportunities. The comprehensive approach emphasizes thorough planning, communication, and compliance throughout the construction process, highlighting the importance of quality oversight and project coordination.
    The document presents the Bid Bond Form (Standard Form 24), used to secure bids in federal government contracts, which require a guarantee of performance by the Principal and Surety(ies). The form captures essential details, including the Principal's legal name, business address, type of organization, surety information, and the bid identification. The terms specify that the surety is liable to the U.S. government, ensuring obligations are met should the Principal fail to execute required contracts after a bid acceptance. Key conditions outline the bond's voidance if the Principal completes contractual documents within specified timeframes or compensates the government for any additional costs incurred due to failure. Detailed instructions clarify the signing processes for authorized representatives and criteria regarding corporate sureties. The document emphasizes compliance with the Paperwork Reduction Act, stipulating that organizations must meet specific legal and financial qualifications to serve as sureties. This form is integral to maintaining accountability in government procurements and ensures that bidders meet their obligations in federal contracting scenarios.
    The document outlines the Performance Bond requirements for governmental contracts, as prescribed by the General Services Administration (GSA). It establishes the necessary signatures and corporate seals from both the Principal (the contractor) and Surety(ies) (the guarantors) to ensure financial backing for contract obligations. The bond binds the Principal and Surety(ies) to a penal sum, guaranteeing that the contract term, including any modifications, will be fulfilled. This includes payment of taxes related to the contract as mandated by federal law. The form necessitates detailed information about the Principal's legal name, organizational type, contract date, and Surety details, including liability limits. Instructions stress the need for authorized signatures from representatives or agents and highlight the legal requirements for corporate sureties. The documentation is critical for compliance with the bonding requirements of federal and state contracts, ensuring that public funds are secured against potential default by contractors. Overall, this bond serves as a safeguard for the Government, reinforcing accountability in contractual engagements related to federal grants and requests for proposals (RFPs).
    The document outlines the requirements and structure of a payment bond necessary under federal regulations, specifically 40 USC Chapter 31, Subchapter III. This bond serves to protect individuals providing labor and materials for government contracts. It details the obligations of the Principal (the entity responsible for fulfilling the contract) and Surety(ies) (entities guaranteeing the bond), emphasizing their liability and the conditions under which the bond becomes void. Key components include the legal names and addresses of parties involved, the penal sum of the bond, and instructions for execution, including the necessity for corporate seals and identification of corporate sureties. The form must be accurately completed to ensure compliance with federal regulations, and any deviations require approval from the General Services Administration. The document also includes information regarding the estimated time for completion and requirements set forth by the Paperwork Reduction Act. Overall, this payment bond is essential for ensuring financial security and compliance in federal contracting activities.
    The document is a Statement and Acknowledgment form used for reporting subcontracting activities related to federal contracts. It requires the completion of fields including prime contractor and subcontractor names, contract details, and signatures from authorized representatives. Key sections specify whether the prime contract contains the "Contract Work Hours and Safety Standards Act – Overtime Compensation" clause and outline various labor law clauses included in the subcontract. These clauses emphasize compliance with labor standards, wage rate requirements, and ethical practices in subcontracting. The document adheres to the Paperwork Reduction Act, which mandates that federal agencies minimize paperwork burdens while collecting necessary information for contract oversight. Overall, this form serves to ensure compliance and transparency in the awarding and execution of federal contracts and subcontracts within the framework of government RFPs and grants.
    The document primarily focuses on an amendment to solicitation number 140A2325Q0089, which pertains to contracting processes for the Indian Education Acquisition Office. The amendment serves to notify contractors of modifications, notably extending the due date for quote submissions to May 5, 2025, by 1700 MDT, with the period of performance set from May 12, 2025, to June 11, 2025. Contractors are required to acknowledge receipt of this amendment either through direct acknowledgment on submitted offers, a separate letter, or electronic communication referencing both the solicitation and amendment numbers. It's emphasized that failure to acknowledge the amendment may lead to rejection of their offers. The document reinforces administrative changes related to the solicitation while retaining all other terms and conditions in effect. Overall, this amendment is crucial in ensuring transparency and compliance with procurement protocols in federal contracting under the stated educational initiative.
    The document outlines a government solicitation for a construction project involving the installation of a lagoon aerator at St. Stephens Indian School in Wyoming. It emphasizes that the project is set aside for small businesses and establishes that a fixed-price task order will be allocated from available funds. The proposal submission deadline is April 21, 2025, with a 90-day acceptance period post-submission. Key requirements include a site visit scheduled for April 7, 2025, adherence to Davis-Bacon wage determinations, and the necessity for adequate performance and payment bonds. The contractor is responsible for various aspects of project execution, including labor, materials, and safety protocols, while ensuring compliance with federal regulations and obtaining necessary permits. The project’s budget is estimated between $25,000 and $100,000, and it will utilize the Lowest Price Technically Acceptable selection process. Additional considerations include payment terms, inspection requirements, contractor responsibilities for existing site conditions, and safety measures against COVID-19. The solicitation reflects the government's commitment to engaging small businesses while ensuring project compliance and safety.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    TITLE IV PELL GRANT SPECIALIZED SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking a contractor to provide specialized services for Title IV Pell Grant processing at Haskell Indian Nations University (HINU). The primary objective is to enhance the efficiency of awarding Pell Grants to eligible students by utilizing the university's financial aid systems, including CAMS, COD, and EDConnect, while developing Standard Operating Procedures to streamline operations. This contract, set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), will be awarded as a Firm Fixed Price purchase order for a base year with an option for an additional year, with quotes due by December 19, 2025, at 2:00 PM CST. Interested parties can contact Jeff Morris at jeff.morris@bie.edu or by phone at 505-364-2130 for further details.
    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.
    Rosebud Lift Station Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Rosebud Lift Station Construction project in Rosebud, South Dakota. The project entails the complete removal and replacement of the existing wastewater lift station, which services hospital quarters and tribal program buildings, with a new system designed to handle current and future sanitary loads. This construction is critical for ensuring reliable wastewater management and compliance with health standards in the area. Interested firms, particularly those qualifying as small businesses or Indian Economic Enterprises, must submit their responses by December 24, 2026, at 2:00 PM Pacific Time to Daniel Cotto at daniel.cotto@ihs.gov, with the anticipated contract value between $500,000 and $1,000,000 and a solicitation expected around February 2026.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    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.
    Contractor shall furnish and install a water line extension for SR#6139 and SR#6734 in Bixby, OK (Tulsa Co.) in accordance with the attached Statement of Work and drawings.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water line extension for State Routes 6139 and 6734 in Bixby, Oklahoma. The project involves the installation of approximately 200 linear feet of 8-inch C900 DR14 PVC water main line and associated appurtenances, with a completion timeline of 90 calendar days from the Notice to Proceed. This procurement is a 100% Indian-owned set-aside under NAICS code 237110, with an estimated contract value between $25,000 and $100,000, emphasizing the importance of compliance with local and federal standards for water supply facilities. Interested contractors must submit their quotes by January 5, 2026, and are encouraged to contact Noleen Powell at noleen.powell@ihs.gov for further details and clarification.
    Zuni Quarters Sewer Improvement Project,
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is preparing to solicit proposals for the Zuni Quarters Sewer Improvement Project located in Zuni, New Mexico. This project involves the reconstruction of sewer lines, including demolition and replacement of existing infrastructure at the Zuni Comprehensive Community Health Center, and is expected to be completed within a 90-day period following the issuance of the Notice to Proceed. The contract will be awarded as a Firm Fixed Price (FFP) and is set aside exclusively for small businesses under NAICS code 237110, with an estimated project value between $100,000 and $250,000. Interested contractors should monitor https://sam.gov for the solicitation release, anticipated around December 23, 2025, and are encouraged to contact Shaukat Syed or Jenny Scroggins for further inquiries.