J--TAKINI SCHOOL DRY PIPE SPRINKLER VALVE REPLACEMENT
ID: 140A2326R0002Type: Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting proposals for the replacement of the dry pipe sprinkler valve, leak repair, and fire hydrant replacement at Takini School in Howes, South Dakota. The project aims to restore the fire suppression system, ensuring compliance with relevant codes and standards, and requires the contractor to provide all necessary labor, materials, and equipment. This procurement is significant for maintaining safety and compliance in educational facilities, with a contract value estimated between $25,000 and $100,000. Proposals are due by November 21, 2025, and interested parties should contact Yui Hoptowit at yui.hoptowit@bie.edu or call 808-978-2605 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Indian Education (BIE) is seeking services to repair and restore the fire suppression system at Takini School in Howes, South Dakota. The project involves replacing the dry pipe sprinkler valve, air compressor, and five exterior fire hydrants, as well as identifying and repairing all leaks in the system. The contractor must provide all labor, equipment, and materials, adhering to AWWA C502, NFPA 13, NFPA 25, and other applicable codes and standards. Deliverables include working plans, inspection reports, compliance certifications, and construction cost estimates. The project has a total performance period of 120 calendar days, with specific timelines for pre-construction, construction, and close-out services. Strict adherence to federal and state environmental and historical preservation statutes, including NEPA and NHPA Section 106, is mandatory.
    The Standard Form 1413 (Statement and Acknowledgment) is a government document used in federal prime contracts and subcontracts, designed to ensure compliance with labor standards. It requires prime contractors to disclose information about their subcontracts, including the prime contract number, subcontract award date, and details about the subcontractor and the work performed. Part I, completed by the prime contractor, indicates whether the prime contract includes the "Contract Work Hours and Safety Standards Act -- Overtime Compensation" clause. Part II, completed by the subcontractor, acknowledges the inclusion of various labor standards clauses in the subcontract, such as "Payrolls and Basic Records," "Withholding of Funds," "Disputes Concerning Labor Standards," and "Compliance with Construction Wage Rate Requirements." The form also accounts for intermediate subcontractors. The document ensures adherence to regulations like the Contract Work Hours and Safety Standards Act and the Copeland Act, with an OMB Control Number 9000-0066 and an expiration date of 5/31/2025.
    This government file, General Decision Number SD20250023, effective March 14, 2025, outlines prevailing wage rates for building construction projects in specific South Dakota counties. It supersedes SD20240023 and applies to projects not including single-family homes or apartments up to four stories. The document details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts on or after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022, not renewed or extended after January 30, 2022). It also provides wage rates and fringe benefits for various construction trades, including asbestos workers, bricklayers, electricians, elevator mechanics, power equipment operators, ironworkers, carpenters, cement masons, laborers, painters, plumbers, roofers, and sheet metal workers. The file includes information on paid sick leave for federal contractors under Executive Order 13706 and details the wage determination appeals process.
    The document outlines the requirements for Indian Economic Enterprises (IEEs) under the Buy Indian Act (25 U.S.C. 47) and Department of the Interior Acquisition Regulation (DIAR) Part 1480. It details the self-certification process for offerors to represent themselves as IEEs, which must be maintained at the time of offer, contract award, and throughout the contract term. Contracting Officers can request additional documentation for eligibility at any point. The document warns against submitting false or misleading information, citing penalties under 18 U.S.C. 1001 for false information and 31 U.S.C. 3729-3731 and 18 U.S.C. 287 for false claims during contract performance. An "Indian Affairs Indian Economic Enterprise Representation Form" is included, requiring details such as the Solicitation Number, Project Title, Date, Name of Federally Recognized Tribal Entity, Unique Entity ID (UEI), Legal Business Name, Name of the 51% (or greater) Owner, and a certifying signature.
    The provided document is a
    The Standard Form 24 (REV. 8/2016) is a Bid Bond form used when a bid guaranty is required for government contracts, including construction, supplies, or services. It outlines the obligations of the Principal (bidder) and Surety(ies) to the United States Government, ensuring that the Principal will enter into a contract and provide required bonds upon bid acceptance. If the Principal fails to do so, they are liable for any costs exceeding the bid amount incurred by the Government in procuring the work. The form details conditions under which the obligation becomes void, primarily the timely execution of contractual documents and bonds. It also addresses extensions of bid acceptance time, waiving notice to sureties for extensions up to 60 calendar days beyond the original period. Instructions for completing the form cover legal names, addresses, organizational types, penal sum as a percentage or fixed amount, and requirements for corporate and individual sureties, including their appearance on the Department of the Treasury's approved list and the submission of an Affidavit of Individual Surety (Standard Form 28) if applicable. The document emphasizes the proper execution with signatures, titles, and corporate seals, and clarifies that "bid" and "bidder" encompass "proposal" and "offeror" in negotiated contracts.
    Standard Form 25A is a payment bond used in federal government contracts, specifically under 40 USC Chapter 31, Subchapter III, Bonds. It ensures that the Principal (contractor) promptly pays all persons providing labor or materials for the contract. The form details the obligation of the Principal and Surety(ies) to the United States of America for a specified penal sum, with provisions for joint and several liability among co-sureties. Instructions cover proper completion, including inserting legal names and addresses, evidence of authority for signatories, and requirements for corporate and individual sureties. Corporate sureties must be on the Department of the Treasury's approved list and adhere to liability limits, especially in co-surety arrangements where total liability must equal 100% of the bond's penal sum. The form also includes a Paperwork Reduction Act Statement with an OMB control number and expiration date.
    Standard Form 25 (SF 25) is a Performance Bond used in U.S. Government contracts to ensure that a principal fulfills their contractual obligations. This form binds the principal and surety(ies) to the United States for a specified penal sum, guaranteeing performance of the contract, including any extensions or modifications, and payment of federal taxes related to wages. The document outlines requirements for corporate and individual sureties, including the need for corporate sureties to be on the Department of the Treasury's approved list and for individual sureties to submit an Affidavit of Individual Surety (SF 28). It details how multiple corporate sureties can allocate liability and specifies signing and sealing procedures. The form is prescribed by GSA-FAR and has an OMB control number of 9000-0045, with an expiration date of 8/31/2025.
    This document, Amendment of Solicitation/Modification of Contract 140A2326R0002, issued by the Indian Education Acquisition Office, modifies an existing solicitation. The primary purpose of this amendment is to change the Q&A due date to November 7, 2025, at 5 PM MST and to extend the overall offer due date to November 14, 2025, at 5 PM MST. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are not rejected.
    Amendment 0002 to solicitation 140A2326R0002, issued by the Indian Education Acquisition Office in Albuquerque, NM, modifies the original solicitation. This amendment adds a second site visit at Takin School on November 12th at 10 AM MST. Additionally, it extends the proposal submission deadline to November 21st at 5 PM MST. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment through specified methods to ensure their offers are considered valid.
    The federal government is issuing Solicitation No. 140A2326R0002 as a Request for Proposal (RFP) for construction work at Takini School, focusing on sprinkler valve replacement, leak repair, and fire hydrant replacement. This is a firm fixed-price purchase order with an estimated value between $25,000 and $100,000. Proposals are due by November 12, 2025, at 5 PM (MDT/MST), and questions must be submitted by November 5, 2025. A mandatory site visit is scheduled for November 4, 2025. The project has a 120-calendar-day performance period after the Notice to Proceed. Special attention is drawn to compliance with Davis Bacon Wage Determinations, Tribal Employment Rights Ordinance (TERO) fees, and the requirement for background investigations for all on-site personnel. The solicitation uses a Lowest Price Technically Acceptable source selection process, prioritizing Indian Economic Enterprises. The contractor must adhere to various FAR and DIAR clauses, including those concerning safety, permits, taxes, and electronic invoicing through the IPP system.
    Lifecycle
    Title
    Type
    Similar Opportunities
    R--FACE Program, Prekindergarten & Adult Education Se
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide Prekindergarten and Adult Education services under the FACE Program through Solicitation 140A2326Q0002. The procurement aims to deliver comprehensive technical assistance and programmatic support across approximately 55 sites in 14 states, focusing on school readiness, lifelong learning, and family engagement for American Indian families. This contract, valued at $6,324,577.00, is structured as a Firm-Fixed Price agreement with a base year and four option years, extending from March 1, 2026, to February 28, 2031. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.
    Pine Ridge Multi Phase Door Replacement
    Buyer not available
    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 requires adherence to specific construction standards and regulations, with a performance period of 270 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by December 17, 2025, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or by phone at 206-615-2452.
    Belcourt RTU & Cabinet Replacement
    Buyer not available
    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 entails 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 a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, with a performance period of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, at 2:00 PM PST, and should direct any inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    68--Propane for Pine Ridge Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to supply propane for the Pine Ridge Agency in South Dakota. The procurement involves delivering an estimated 120,000 gallons of propane to BIA-owned facilities for heating and emergency generators over a four-month period, from December 1, 2025, to March 31, 2026. This contract is crucial for ensuring reliable heating and emergency power supply in the region, with specific requirements including remote tank monitoring, emergency deliveries, and compliance with safety regulations. Interested vendors must submit their quotations by December 10, 2025, at 5:00 PM CST, and can contact Crystal Keys at crystal.keys@bia.gov or 405-933-6016 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.
    Buyer not available
    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.
    68--Propane for Cheyenne River Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of 41,400 gallons of propane for the Cheyenne River Agency in South Dakota. This opportunity is set aside for Indian Economic Enterprises (IEEs) and requires the vendor to deliver propane on an as-needed basis, adhering to all relevant regulations and guidelines. The contract period is scheduled from December 15, 2025, to March 31, 2026, with quotes due by December 10, 2025, at 5:00 PM CST. Interested vendors can contact Crystal Keys at crystal.keys@bia.gov or by phone at 405-933-6016 for further information.
    Annual Fire Extinguisher Inspection and Systems Services for White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide annual fire extinguisher inspection and systems services for the White Earth Health Center and associated clinics in Minnesota. The procurement involves inspecting 116 fire extinguishers, one FM200 fire suppression system, and one CO2 fire suppression system across four health clinics located in Ogema, Mahnomen, Ponsford, and Naytahwaush. This opportunity is a 100% Small Business Set-Aside under NAICS Code 238220, with proposals due by December 10, 2025, at 2:00 PM CST, requiring detailed company information, pricing for a base year plus four option years, a technical capability statement, and past performance references. Interested parties can contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further details.
    AK SAIC ANCHORAGE HYDRATION STATION
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the selected contractor to provide all necessary labor, materials, tools, and equipment, ensuring compliance with local building codes and federal regulations, including environmental and historical preservation standards. This installation is crucial for enhancing operational efficiency and ensuring the well-being of personnel at the facility. The total construction cost is estimated to be less than $25,000, with a completion deadline set for December 31, 2025. Interested contractors can reach out to Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792 for further details.
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    68--Propane for Standing Rock Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of 66,800 gallons of propane for the Standing Rock Agency, with a performance period from December 15, 2025, to March 31, 2026. The objective is to ensure adequate heating for five designated buildings during the winter months, requiring the selected vendor to coordinate deliveries and comply with all applicable regulations. This procurement is set aside for Indian Economic Enterprises (IEEs) and will be awarded based on the Lowest Price Technically Acceptable source selection process. Interested vendors must submit their quotes by December 10, 2025, and can contact Crystal Keys at crystal.keys@bia.gov or 405-933-6016 for further information.