MOD TO ADD FUNDS TO A17PC00054
ID: 140A2325Q0055Type: Solicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF OTHER EDUCATIONAL BUILDINGS (Z2CZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 6, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 6, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 11:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for a project to install radon gas mitigation equipment at Taos Day School in New Mexico, under solicitation number 140A2325Q0055. The objective is to address elevated radon levels detected in school buildings, ensuring a safe educational environment for Native American youth, with a project timeline of 180 days post-award and a budget estimated between $25,000 and $100,000. This initiative is part of broader efforts to improve educational facilities, emphasizing compliance with federal and state safety standards, including Davis-Bacon wage determinations. Interested contractors must submit proposals by April 7, 2025, and are encouraged to attend a mandatory site visit on March 24, 2025; for inquiries, contact Carolyn Sulla at carolyn.sulla@bie.edu.

Point(s) of Contact
Files
Title
Posted
Mar 6, 2025, 8:07 PM UTC
The statement of work outlines the installation of radon gas mitigation equipment at Taos Day School in New Mexico, responding to findings from a September 2022 assessment by Wichita Government Solutions, LLC. The project aims to ensure a safe educational environment by addressing elevated radon levels detected in several school buildings. Notably, active soil depressurization systems will be installed in specific buildings, including the main school and cafeteria, in compliance with applicable standards. Key contractor responsibilities include comprehensive site inspections, adherence to safety protocols, and the completion of work within 60 calendar days, with an overall project timeline of 180 days. The contractor must also secure necessary permits and provide warranties for all work. Special requirements encompass security background checks for personnel, and adherence to stringent safety and quality control measures throughout the project. The document emphasizes compliance with relevant federal and state codes, ensuring a holistic approach to safety and environmental protection, reflective of the government's commitment to maintaining safe learning environments for Native American youth. This project is part of broader efforts under government RFP initiatives for educational facility improvements.
Mar 6, 2025, 8:07 PM UTC
Mar 6, 2025, 8:07 PM UTC
The document is a Bid Bond form, which serves as a financial guarantee for bidders in government contracts to ensure they fulfill their obligations upon winning. It outlines essential components like the Principal's details, Surety information, and the penal sum of the bond linked to the bid price. The Bond essentially protects the Government by stipulating conditions such as executing contractual documents within designated timeframes. If the Principal fails, they must cover any additional procurement costs exceeding the bid. It also includes instructions regarding the execution and submission of the bond, emphasizing the need for Sureties to be on the Department of the Treasury's approved list, and how liability limits should be documented. This form illustrates the requirements and responsibilities inherent in submitting a bid for government contracts, reinforcing the financial assurances necessary in federal and state RFPs.
Mar 6, 2025, 8:07 PM UTC
The document is a Standard Form (SF 25) detailing the requirements for a Performance Bond essential for federal government contracts. It outlines the obligations of the Principal (the contractor) and Sureties (those providing surety for the contract), indicating that they will be jointly and severally liable to the U.S. government for the bond's penal sum. The bond ensures the contract terms are fulfilled, taxes are paid, and any modifications made during the contract’s original term are adhered to without notice to the Sureties. The form requires the legal name, business address of the Principal, the type of organization, and Sureties' information, including their names, addresses, state of incorporation, and liability limits. It also stipulates that if Sureties are corporations, they must be approved by the Department of the Treasury. Detailed signing instructions and conditions for the bond execution are included, along with requirements for corporate seals. Overall, this document serves to legally bind the involved parties to ensure compliance with federal contract requirements, thereby safeguarding government interests.
Mar 6, 2025, 8:07 PM UTC
The document is a payment bond form used to ensure the protection of individuals supplying labor and materials under federal contracts, as required by 40 USC Chapter 31, Subchapter III. It outlines key components such as the principal's name and address, liability limit, contract details, and sureties involved. The bond obligates the principal and sureties to be jointly and severally liable for the payment of the penal sum, and it becomes void if the principal pays all relevant parties associated with the contract promptly. The document includes instructions for completing the bond, specifying requirements for surety corporations listed by the Department of the Treasury and processes for individual sureties. The form must be signed by authorized individuals, and corporate seals are required for execution. Overall, the payment bond serves as a critical mechanism for financial accountability and compliance within government contracting environments, safeguarding the interests of subcontractors and laborers.
Mar 6, 2025, 8:07 PM UTC
The Bureau of Indian Affairs outlines comprehensive compliance requirements for contractors and grantees regarding federal, tribal, and state health and safety standards, effective from June 1, 2005, and revised through 2009. Key areas of focus include adherence to Occupational Safety and Health Administration (OSHA) regulations, fire safety measures per National Fire Codes, and accessibility standards outlined in the Architectural Barriers Act. Additional guidelines cover mechanical and electrical system installations, plumbing standards, building and construction safety codes, environmental quality related to waste management, and energy conservation for new buildings. Particularly, projects initiated after January 3, 2007, must meet specific energy efficiency standards, targeting at least a 30% reduction in energy consumption compared to baseline levels. The document serves as a crucial framework for ensuring construction projects align with rigorous safety and ecological standards, reflecting the government's commitment to maintaining a structured approach to facility management and construction within Indian Affairs. Compliance with these standards is paramount for project eligibility under federal grants and contracts, thereby influencing the planning and execution of relevant initiatives.
The document is a Statement and Acknowledgment form utilized in federal contracting processes, specifically regarding subcontractor agreements under prime contracts. It outlines essential details such as the prime contractor and subcontractor's names, addresses, subcontract details, and project information. The form requires signatures and acknowledgment of compliance with various labor standards and regulations, including the Contract Work Hours and Safety Standards Act, wages, payrolls, and debarment certification. This form ensures that both prime contractors and subcontractors are aware of their obligations and responsibilities under the awarded contract. It serves as a mechanism to maintain accountability and compliance with federal labor laws during the subcontracting process. The document's structure includes two primary sections: one for the prime contractor's acknowledgment and one for the subcontractor's acceptance of the stipulated regulations. Overall, it plays a critical role in streamlining the documentation process for federal grants and RFPs, ensuring regulatory adherence, and promoting transparency between parties involved in government contracts.
Mar 6, 2025, 8:07 PM UTC
The document outlines a government solicitation for Radon Mitigation Equipment Installation at Taos Day School, New Mexico, under solicitation number 140A2325Q0055. It is a sealed bid invitation specifically set aside for small businesses and includes essential project details such as the expected performance period of 180 days post-award, a proposal submission deadline of April 7, 2025, and a mandatory site visit on March 24, 2025. Contractors must comply with Davis-Bacon wage determinations and submit various documents including performance bonds and safety plans. The contract emphasizes a detailed Statement of Work (SOW), which requires all necessary personnel, equipment, and resources for the installation. Additionally, contractors must ensure adherence to safety protocols, including COVID-19 guidelines, and undergo background checks for personnel involved with regular contact with Indian children. The estimated project cost range is between $25,000 and $100,000, reinforcing the project's federal funding availability and compliance with government regulations. Overall, the document serves as a comprehensive guide for potential bidders, detailing requirements, timelines, and compliance factors for successful proposal submissions.
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 severe disrepair issues, including deep potholes and narrow access that pose safety risks for school buses, requiring a qualified contractor to demolish existing asphalt, regrade the entrance, and construct wider concrete curbs with drainage. This initiative reflects the government's commitment to improving educational facilities on tribal lands, ensuring safety and accessibility for students and staff. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), must submit their proposals by April 28, 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 details.
F--LEAD PAINT AND ASBESTOS ASSESSMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a comprehensive lead paint and asbestos assessment project on the Hopi Indian Reservation in Arizona. The procurement involves inspecting 48 BIA-owned buildings for hazardous materials, with a focus on ensuring safety and compliance with federal regulations, including the Asbestos Hazard Emergency Response Act. This initiative is crucial for safeguarding public health and facilitating future construction or renovation activities in the area. Interested contractors, particularly those qualifying as Indian Small Business Economic Enterprises (ISBEEs), should submit their proposals electronically, with the project expected to be completed within 180 days from the award date. For further inquiries, contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 480-744-4870.
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.
H--BOILER INSPECTION FOR NAVAJO REGIONAL
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services for the Navajo Regional, which includes annual external inspections of boilers and pressure vessels across sixty-six schools managed by the Bureau of Indian Education. The contract is set aside for Indian Economic Enterprises (IEE) and requires the contractor to provide all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period starting March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors must submit their offers by April 18, 2025, at 5:00 p.m. MDT, and can reach out to Charmaine Williams-James at Charmaine.Williams-James@bie.edu for further inquiries.
BOILER REPLACEMENT PROJECT, LAME DEER
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the Boiler Replacement Project at the Lame Deer Adult Detention Center in Montana. The project involves replacing an outdated two-boiler system with a new energy-efficient system, including necessary components such as pumps and control valves, while ensuring compliance with NFPA standards and local building codes. This initiative is crucial for enhancing heating efficiency and safety within the facility, and it emphasizes the government's commitment to supporting Indian Economic Enterprises through a set-aside for Indian Small Business Economic Enterprises. Proposals are due by April 17, 2025, and interested parties should direct inquiries to Mary King at Mary.King@bia.gov or call 406-247-7941.
Fire Prevention Service
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide fire prevention services at the Flandreau Indian School in South Dakota. The procurement involves comprehensive fire safety inspections, testing, maintenance, and emergency repairs for various fire safety equipment across 12 buildings, adhering to National Fire Protection Association (NFPA) codes and standards. This initiative is crucial for ensuring the safety and compliance of educational facilities on Native American reservations, with a total estimated contract value of $19.5 million. Interested parties must submit their proposals by April 11, 2025, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.
Z--Navajo MATOC Ceiling Increase
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking to increase the ceiling for the Navajo Multiple Award Task Order Contract (MATOC) by $13 million to accommodate ongoing construction activities and modifications linked to existing task orders. This increase is necessary due to the initial ceiling of $40 million being exceeded, with funds allocated for over-obligation, school facility repairs, and contingencies for unforeseen modifications. The urgency of this procurement is underscored by the critical need to maintain infrastructure that supports student health and safety at Many Farms High School, particularly as project timelines are crucial to avoid operational disruptions during winter months. Interested parties can contact Jessica Kidd at jessica.kidd@bia.gov for further details regarding this opportunity.
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 erecting 1,995 linear feet of commercial-grade chain-link fencing to enhance security and protect property from vandalism and break-ins. This initiative is crucial for ensuring a safe environment for BIE operations and reflects the government's commitment to supporting Indian Economic Enterprises, as the solicitation is set aside for 100% Indian Small Business Economic Enterprises (ISBEE). 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.
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 project, designated as a 100% Indian Economic Enterprise (IEE) set-aside, requires contractors to replace the existing roof with a new TPO roofing system, adhering to strict safety and quality standards, including compliance with OSHA regulations and Davis-Bacon Wage Determinations. The estimated contract value ranges from $250,000 to $500,000, with proposals due by April 30, 2025, and a mandatory site visit scheduled for April 16, 2025. Interested contractors should direct inquiries to Krisanne Dernago at krisanne.dernago@bie.edu and ensure they are registered in the System for Award Management (SAM) prior to submission.
Phase I ESA Svs in Village of Newtok, AK
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide Phase I Environmental Site Assessment (ESA) services in the Village of Newtok, Alaska. The primary objective of this procurement is to evaluate contamination risks and determine the extent of hazardous materials at the Old School Site, ensuring compliance with federal, state, and tribal regulations. This project is crucial for addressing environmental health concerns in Native communities and involves tasks such as project management, fieldwork, and comprehensive reporting on findings and recommendations. Proposals are due by the specified deadlines, with the anticipated period of performance running from April 28, 2025, to June 30, 2026. Interested parties can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-978-6005 for further information.