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
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 25, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 11:00 PM UTC
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
Apr 25, 2025, 1:45 PM UTC
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.
Apr 25, 2025, 1:45 PM UTC
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.
Apr 25, 2025, 1:45 PM UTC
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).
Apr 25, 2025, 1:45 PM UTC
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.
Apr 25, 2025, 1:45 PM UTC
Apr 25, 2025, 1:45 PM UTC
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.
Apr 25, 2025, 1:45 PM UTC
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
Z--NMNS/REPAVE MAIN ENTRANCE TURNOUT AT WHS
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 repaving of the main entrance turnout at Wingate High School in Fort Wingate, New Mexico. The project aims to address significant disrepair, including deep potholes and narrow access that pose safety risks for school buses, by demolishing existing asphalt, regrading the entrance, and constructing wider concrete curbs with drainage features. This initiative underscores the government's commitment to improving educational infrastructure on tribal lands, ensuring safe access for students and staff. Interested contractors, particularly those qualifying as Indian Small Business Economic Enterprises (ISBEE), must submit their proposals by April 30, 2025, with a project budget estimated between $100,000 and $250,000, and are encouraged to contact Carolyn Sulla at carolyn.sulla@bie.edu for further information.
Roof Repair - Beclabito Day School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a roof repair project at Beclabito Day School in Shiprock, New Mexico. The project entails the removal and repair of approximately 37,000 square feet of damaged roofing using TPO materials, with the objective of ensuring compliance with Indian Affairs life safety codes and extending the roof's lifespan. This procurement is crucial for maintaining safe and functional educational facilities for the community, with a project budget estimated between $250,000 and $500,000. Interested contractors must submit sealed bids by May 15, 2025, and are encouraged to direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259 before the question deadline of May 5, 2025.
Y--BIE Chinle Agency Fencing Installation
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the installation of a chain-link fence and two gates at the Bureau of Indian Education's Chinle Agency in Arizona. The project entails the construction of 1,995 linear feet of commercial-grade chain-link fencing, aimed at enhancing security and protecting property from vandalism and break-ins. This initiative is part of the government's commitment to improving safety on tribal lands and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), promoting economic opportunities for qualified Indian-owned businesses. Interested contractors must submit their proposals by the end of April 2025, with an estimated project value between $100,000 and $250,000. For further inquiries, potential bidders can contact Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933.
HVAC Replacement & Repairs and Building Automation
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for 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 the replacement and repair of HVAC systems across multiple buildings on the school campus, ensuring compliance with safety and health codes while minimizing disruption to school operations. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEEs), promoting economic development within the community. Interested contractors must submit their proposals by May 16, 2025, following a mandatory site visit on April 29, 2025, and can direct inquiries to Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933. The estimated project budget ranges from $100,000 to $250,000.
Y--Wapato Drop One Water Screens
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is issuing a pre-solicitation notice for proposals from Indian-owned Small Business Economic Enterprises (ISBEEs) to undertake construction work at the Drop 1 Pumping Plant, part of the Wapato Irrigation Project near Yakima, Washington. The project involves the installation of automatic traveling water screens, gate actuators, and essential safety improvements aimed at enhancing the safety and efficiency of the irrigation water supply in the region. This initiative is crucial for modernizing vital irrigation infrastructure, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and the contract will be awarded using the Lowest Price Technically Acceptable method. Proposals will be accepted approximately 30 days post-solicitation, expected around May 2, 2025, with an estimated project duration of 295 days following the notice to proceed. Interested parties must have a UEI number and be registered in the System for Award Management (SAM), and inquiries can be directed to Contract Specialist Gregory Florey or Contracting Officer William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
R--Pre-Solicitation Notice
Buyer not available
The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is preparing to solicit bids for an Indefinite Delivery Contract focused on Engineering and Construction Management Support Services for facilities projects within the Bureau of Indian Education (BIE). The contract will encompass a range of services including maintenance, inspections, program development, and construction contract administration, aimed at enhancing educational infrastructure in Indian communities. This initiative is set aside for Indian Small Business Economic Enterprises (ISBEE) and is categorized under NAICS code 541330 for Engineering Services, with the solicitation expected to be available between May 5 and May 9, 2025, and contract awards anticipated by June 10, 2025. Interested bidders must ensure registration in the System for Award Management (SAM) and can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further inquiries.
INSTALL SOLAR STREET LIGHTS-CHINLE HDQTR
Buyer not available
The Department of the Interior, Bureau of Indian Affairs, is soliciting proposals for the installation of solar street lights at the Navajo Central Agency in Chinle, Arizona. This project specifically requires the installation of 17 solar LED streetlights and 3 traditional LED streetlights, aimed at enhancing safety and security in the community. The total contract value is estimated to be between $25,000 and $100,000, with a project timeline running from May 5, 2025, to August 1, 2025. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEEs), must submit their proposals by May 8, 2025, and can direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259.
61--IA OJS BUILDING 1134 & 1135 REPLACEMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for the replacement and installation of generators at the OJS Buildings 1134 and 1135 located at the Wind River Agency in Fort Washakie, Wyoming. This project aims to ensure reliable backup power for emergency services, emphasizing the importance of operational integrity and compliance with safety standards. The solicitation is set aside for Indian Small Business Economic Enterprises (ISBEE) and requires proposals to be submitted electronically by May 9, 2025, with the project scheduled to commence on July 1, 2025, and conclude by September 30, 2025. Interested parties can contact Mary King at Mary.King@bia.gov or by phone at 406-247-7941 for further information.
Chain-link Fence Replacement, Red Rock Day School
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the replacement of a chain-link fence at the Red Rock Day School in Arizona. This project is a fixed-price contract with an estimated total cost of under $25,000, and it requires compliance with specific federal regulations, including the Davis Bacon Wage Determinations and safety standards. The procurement process includes a site visit scheduled for April 23, 2025, with proposals due by May 9, 2025, and inquiries must be submitted by April 28, 2025. Interested contractors can reach out to Yui Hoptowit at yui.hoptowit@bie.edu or call 808-978-2605 for further information.
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 designated as a 100% Indian Economic Enterprise (IEE) set-aside, requiring contractors to replace the existing roof with a new TPO roofing system while adhering to safety regulations and quality assurance practices. The project is crucial for maintaining the integrity and safety of educational facilities, with an estimated contract value between $250,000 and $500,000. Interested contractors must submit proposals by May 16, 2025, following a mandatory site visit on April 16, 2025, and are encouraged to direct any inquiries to Krisanne Dernago at krisanne.dernago@bie.edu.