C--Roof Repair - Beclabito Day School
ID: 140A2325R0032Type: Solicitation
Overview

Buyer

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

NAICS

Roofing Contractors (238160)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: SCHOOLS (C1CA)
Timeline
    Description

    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 local community. Interested contractors must submit sealed bids by May 30, 2025, with an estimated project budget between $250,000 and $500,000. For further inquiries, potential bidders can contact Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259.

    Point(s) of Contact
    Files
    Title
    Posted
    The project involves the roof replacement of the Beclabito Day School's Building #1778 in Shiprock, New Mexico. The contractor will supply labor, materials, and equipment to remove and repair approximately 37,000 sq ft of the damaged roof using TPO roofing materials. The objectives are to ensure compliance with Indian Affairs life safety codes and extend the roof's lifespan. The contractor is responsible for debris removal and must dispose of it at an EPA landfill off tribal lands. All work must be conducted according to BIA/BIE regulations and OSHA safety standards, with a requirement for safety precautions around the work area. The project is expected to take around 45 days and must be completed during normal working hours unless otherwise arranged. Background investigations will be necessary for contractor personnel if students are present, though they are currently absent. A one-year warranty for workmanship is also required from the contractor. The statement emphasizes maintaining a clean work area and minimizing disruptions to school activities.
    The document outlines the Standard Form 24, a Bid Bond used within the federal contracting process, particularly for construction, supplies, or services. It establishes the financial obligations of the Principal and Sureties to the U.S. Government as a guarantee for a bid a contractor submits. The bond is a legal document mandating the Principal to uphold the bid upon acceptance and execute further agreements, or else compensate the Government for any higher procurement costs. It details the conditions under which the bond becomes void and requires the inclusion of Sureties capable of fulfilling their obligations, with specific provisions for corporate and individual Sureties. The document's structure includes sections for identification, signatures, and liability limits, all to ensure compliance with federal contracting standards. Its context within government RFPs and grants highlights the importance of financial security in public contracts, aiming to protect taxpayer interests and ensure that contracted parties meet their obligations effectively.
    The document is a Performance Bond form used for government contracts, requisited to ensure that the Principal (contractor) performs all obligations under their contract with the government. It outlines the identification of the Principal, execution by sureties, and the conditions that void the bond obligation if the Principal fulfills the contract in full and pays related taxes. The form requires signatures from both the Principal and Surety(ies), detailing their legal names, titles, and addresses. Additionally, Surety(ies) must be approved and their liability limits should be clearly stipulated. Instructions provide guidance on the completion of the form, signing requirements, and necessary seals to ensure compliance with regulations. The document serves as a binding legal guarantee for the completion of work and compliance with contract terms, integral to federal and state contracting processes. Its structured format ensures all critical information is documented for both legal protection and administrative review in government contracting contexts. This essential instrument reinforces accountability and the successful execution of government work assignments.
    The document outlines the process and requirements for executing a payment bond as mandated under 40 USC Chapter 31, Subchapter III. It serves to safeguard individuals supplying labor and materials for government contracts. Key elements include specifying the legal name and address of the Principal, the obligation of the Principal and Surety to pay the penal sum if payment is not made to affected parties, and the necessary signatures and corporate seals. The document stipulates that corporate sureties must be approved by the Department of the Treasury and outlines the conditions under which individual sureties must submit additional documentation. The instructions emphasize proper execution, including the need for evidence of authority for representatives signing on behalf of the Principal. This payment bond is a critical part of federal and state contracts, ensuring financial protection and compliance for labor and material suppliers involved in government projects.
    The document is a Statement and Acknowledgment form for subcontractors involved in federal contracts, governed by OMB Control Number 9000-0066. It details the necessary information for a prime contractor and subcontractor relationship, outlining the roles and responsibilities pertaining to labor standards and compliance requirements. The form requires the prime contractor to provide specific details such as contract numbers, subcontractor identification, and a description of work. Furthermore, it stipulates that subcontractors acknowledge compliance with various labor-related clauses underpinning wage rates, overtime compensation, and debarment standards. The form is structured into two distinct parts: Part I focuses on the prime contractor's declaration, while Part II is dedicated to the subcontractor's acknowledgment of the terms included in the primary contract. The document emphasizes the importance of adhering to federal regulations to promote fair labor practices within subcontracting agreements. It concludes with a notice related to the Paperwork Reduction Act, reflecting the government's need to collect information efficiently while minimizing the administrative burden on contractors and subcontractors. This document plays an essential role in ensuring transparency and regulatory compliance in government contracting processes.
    The document outlines the requirements for businesses to qualify as "Indian economic enterprises" in response to a solicitation under the Buy Indian Act. It emphasizes that the contractor must maintain this designation throughout various phases, including the offering submission, contract award, and the full contract term. Should the contractor no longer meet eligibility criteria during these periods, they are obligated to notify the contracting officer. The document also warns that submitting false information under the act constitutes a legal violation, resulting in penalties. The signature section is designated for the certifying representative of the business. This announcement serves to ensure compliance with federal stipulations aimed at fostering participation of Indian enterprises in government contracts, reinforcing the legal ramifications of misrepresentation.
    The document presents a Questions and Answers Log related to a Request for Proposal (RFP). It outlines the process for addressing inquiries from potential contractors concerning the RFP. Key aspects include the structured format indicating the received date, contractor name, questions raised, date sent to the Contracting Officer's Representative (COR), and when responses were provided. This log facilitates clear communication between the government and contractors, ensuring transparency and clarity in the proposal process. By documenting inquiries and responses, the log serves to enhance understanding of the RFP requirements and to assist contractors in formulating their bids. The overall purpose of the document is to streamline the procurement process and foster efficient interactions regarding federal grants and local RFPs, ultimately leading to effective contract fulfillment.
    The document pertains to an amendment of solicitation number 140A2325R0032, specifically addressing modifications of contracts/orders issued by the Albuquerque Indian Education Acquisition Office. The primary focus of this amendment is the extension of the request for proposal (RFP) closing date to April 30, 2025, at 17:00 MDT. It outlines the procedures for contractors to acknowledge the receipt of the amendment through various means, including electronic communication or physical copies. Failure to acknowledge receipt may lead to the rejection of offers. Additionally, it emphasizes that any changes to previously submitted offers due to this amendment must be received before the specified deadline. The formal signing and approval from the designated contracting officer are required to validate the changes outlined in the document. Overall, this amendment seeks to ensure transparency and compliance in the procurement process, maintaining all other terms and conditions of the original solicitation.
    This government file details the amendment to a solicitation identified as 140A2325R0032, specifically modifying the due date for proposals from April 30, 2025, to May 30, 2025. The document lays out protocols for the acknowledgment of the amendment by potential contractors, stipulating the necessity for amendments to be received by the designated office by the specified time to avoid rejection of offers. The amendment specifically addresses administrative corrections related to an earlier amendment and emphasizes that all remaining terms and conditions of the original solicitation remain unchanged. The structure includes sections on acknowledgment methods, modification types, and important procedural directives to ensure compliance. The document's overarching purpose is to provide clarity and maintain the integrity of the solicitation process ahead of contract award announcements while ensuring transparency and adherence to federal regulations.
    The document outlines a Request for Proposal (RFP) for the Roof Replacement project at Beclabito Day School, managed by the Indian Education Acquisition Office. The project requires contractors to submit sealed bids by May 15, 2025, with a project budget estimated between $250,000 and $500,000. The successful contractor must begin work within ten calendar days of receiving the Notice to Proceed (NTP) and must complete the work within 45 calendar days. Proposals must conform to Davis Bacon Wage Determinations, with safety and background checks mandated for contractor personnel due to potential contact with Indian children. Specific guidelines emphasize compliance with federal regulations, insurance requirements, and utilization preferences for Indian Economic Enterprises. The document reiterates key instructions for proposal submission, mandatory pre-construction meetings, and safety standards. Questions regarding the RFP must be submitted by May 5, 2025. This RFP reflects the federal government's procedure for awarding construction contracts, emphasizing transparency and adherence to specific regulations while fostering participation from qualified contractors, particularly those from Indian communities.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CON Roof Repair for Fire Station at Dennehotso
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for labor services to repair the roof of the fire station at Dennehotso Boarding School in Arizona. The project involves the removal of existing asphalt shingles and the installation of a Metal Roof Panel System, with a focus on compliance with current building codes and safety regulations. This initiative is crucial for maintaining the functionality and safety of the fire station, which plays a vital role in supporting fire service operations in the community. Interested contractors must attend a site visit on April 29, 2025, and submit their proposals by May 16, 2025, with a contract performance period expected from May 26 to June 27, 2025. For further inquiries, contact Mary Jane Johnson at maryjane.johnson@bie.edu or call 505-803-4259.
    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 set aside for Indian Economic Enterprises (IEE) and requires contractors to replace the existing roof with a new TPO roofing system, adhering to safety regulations and quality standards. The project is significant for enhancing the infrastructure of educational facilities serving Native American communities, with an estimated contract value between $250,000 and $500,000. Interested contractors must submit their proposals by May 30, 2025, and are encouraged to direct any inquiries to Krisanne Dernago at krisanne.dernago@bie.edu.
    Roof Repair for Kayenta Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to perform roof repairs at the Kayenta Health Center located in Kayenta, Arizona. The project involves necessary repairs to the existing TPO roofing system and is structured as a turnkey operation, requiring compliance with NFPA Codes and the submission of a complete report post-repair. This initiative not only addresses critical maintenance needs but also emphasizes the government's commitment to promoting opportunities for Indian-Owned Small Business Economic Enterprises (ISBEE). Interested contractors must submit their proposals, including risk assessments and timelines, by May 14, 2025, with the project set to commence in May 2025 and conclude by December 31, 2025. For further inquiries, potential bidders can contact Flora Washington at flora.washington@ihs.gov or call 928-380-8345.
    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.
    REPLACE/INSTALL CHAIN LINK FENCE LAGOON
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the replacement and installation of a chain link fence around the sewer lagoon at Wingate High School in Fort Wingate, New Mexico. This fixed-price construction project is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) and requires contractors to remove the existing deteriorating fence and install a new 6-foot high fence with galvanized posts and barbed wire to enhance security. The project budget is estimated between $100,000 and $250,000, with a performance period of 60 days from the notice to proceed, and all proposals must be submitted by June 16, 2025. Interested contractors should contact Mary Jane Johnson at maryjane.johnson@bie.edu for further details and are encouraged to attend a site visit scheduled for May 27, 2025.
    Y--BIE Chinle Agency Fencing Installation
    Buyer not available
    The Department of the Interior, specifically 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 Headquarters in Arizona. The project entails the installation of approximately 1,995 linear feet of commercial-grade chain-link fencing, aimed at enhancing security due to ongoing issues with break-ins and vandalism. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), reflecting the government's commitment to promoting economic opportunities for 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.
    Y--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 Chinle Agency Headquarters in Arizona. The project involves the installation of 17 solar LED streetlights and 3 traditional LED streetlights, aimed at enhancing safety and security for the community. This initiative is particularly significant as it supports sustainable infrastructure and is set aside for Indian Small Business Economic Enterprises (ISBEE), promoting economic opportunities for Indian-owned businesses. Interested contractors must submit their proposals by May 22, 2025, with a total contract value estimated between $25,000 and $100,000, and can direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259.
    PARKER SERVICE STATION ROOF REHAB
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the rehabilitation of the roof at the Parker Dam service station in California. This project entails the demolition of the existing roof, asbestos abatement, and the installation of new trusses along with a standing seam metal roof, with an estimated value ranging from $25,000 to $100,000. The initiative underscores the government's commitment to maintaining infrastructure while promoting small business participation in federal contracts. Interested contractors must submit their proposals by the specified deadline, with a site visit scheduled for May 13, 2025, and inquiries due by May 16, 2025. For further information, potential bidders can contact Bryan Williamson at bwilliamson@usbr.gov or by phone at 702-293-8452.
    EMERGENCY STROBE TOWERS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for the construction of Emergency Strobe Towers at Haskell Indian Nations University in Lawrence, Kansas. The project aims to enhance campus security through the installation of five strobe towers equipped with two-way communication, mass notification, audio, and camera capabilities, with a firm-fixed price contract estimated between $100,000 and $250,000. This initiative underscores the federal commitment to improving safety infrastructure in educational institutions, ensuring compliance with federal regulations, including the Buy Indian Act, which restricts eligibility to Indian Economic Enterprises. Interested contractors must submit their bids by June 6, 2025, and are encouraged to participate in a site visit on May 15, 2025; for further inquiries, they can contact Tanna Finley at tanna.finley@bie.edu or call 505-918-2285.
    Student ELA and Math Assessments for BIE
    Buyer not available
    The Bureau of Indian Education (BIE), part of the Department of the Interior, is seeking proposals for student assessments in English Language Arts (ELA) and Mathematics for BIE-funded schools for the 2025-26 to 2029-30 school years. The contractor will be responsible for providing both Commercial Off-the-Shelf (COTS) assessments and potentially customized assessments, ensuring alignment with BIE standards, and delivering comprehensive services including administration, scoring, reporting, training, and helpdesk support. This initiative is crucial for enhancing educational outcomes for Native American students, with a focus on compliance with federal regulations, including privacy protections under FERPA and cybersecurity standards as outlined by NIST. Interested parties can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further details, with a total estimated contract value of $110,000 and a proposal submission deadline to be determined.