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
    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
    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.
    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.
    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.
    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.
    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.
    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
    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 across sixty-six schools managed by the Bureau of Indian Education, including nine Bureau of Indian Affairs locations. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires contractors to conduct annual external inspections of boilers and pressure vessels, providing 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 commencing on March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors should submit their offers by March 20, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
    Z--GYM FLOOR REPLACEMENT KCES
    Buyer not available
    The Bureau of Indian Education, part of the Department of the Interior, is soliciting proposals for the replacement and repair of the gym floor at Keams Canyon Elementary School in Arizona. This project, funded under a federal contract set aside for Indian Small Business Economic Enterprises (ISBEEs), requires contractors to remove the existing gym floor and install new flooring systems, adhering to various safety and construction standards. The total budget for this project is estimated between $100,000 and $250,000, with proposals due by March 21, 2025, following a mandatory site visit on February 21, 2025. Interested contractors must ensure compliance with Davis Bacon Wage Determinations, tribal taxes, and COVID-19 guidelines, and can direct inquiries to Krisanne Dernago at krisanne.dernago@bie.edu.
    TPPIHC Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the TPPIHC Roof Replacement and Fall Protection project at the Taos-Picuris Health Center in Taos, New Mexico. This project involves replacing the existing roofing system and implementing fall protection measures, with an estimated construction cost between $1 million and $5 million, and is set aside for Indian Small Business Economic Enterprises (ISBEE). The successful contractor will be responsible for adhering to safety regulations, coordinating with health authorities, and completing the project within 180 calendar days. Proposals are due by March 20, 2025, following a mandatory site visit on March 5, 2025. Interested parties can contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further information.
    J--Well Pump Removal and Replacement for Tiis Nazbas
    Buyer not available
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is soliciting proposals for the removal and replacement of a water pump at the Tiis Nazbas Community School. This procurement aims to ensure compliance with the Federal Acquisition Regulation (FAR) while promoting participation from Indian Small Business Economic Enterprises (ISBEEs). The project is critical for maintaining the school's water supply infrastructure, which is essential for the health and safety of students and staff. Interested small businesses must submit their bids by March 12, 2025, at 5:00 PM Eastern Time, and can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further information.
    Cheyenne River CT Renovation
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the renovation of the Cheyenne River Health Center located in Eagle Butte, South Dakota. This project, identified under Solicitation Number 75H70125Q00006, is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) and aims to renovate the radiology department to accommodate new CT equipment installation. The estimated construction cost ranges from $25,000 to $100,000, with a performance duration of 120 days following the notice to proceed, emphasizing compliance with health and safety regulations, including Davis-Bacon wage determinations. Interested contractors should contact Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further details, and proposals must be submitted by the revised deadline of March 11, 2025.
    Z--Replace Roof System - ISBEE Set-Aside
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the roof system on a recycling/storage shed at Petroglyph National Monument in Albuquerque, NM. The project involves the removal of the existing roof and installation of a new system, along with necessary finishing touches, emphasizing the government's commitment to supporting Indian small businesses through a total set-aside procurement. The estimated contract value ranges from $25,000 to $100,000, with proposals due by March 26, 2025, and an anticipated solicitation release date around March 12, 2025. Interested vendors can contact Samuel Hyslop at samuelhyslop@nps.gov or by phone at 970-880-4482 for further information.
    SCIP-IW BUILDING TRANSFER ESA/ LEAD/ASB
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for a comprehensive environmental assessment related to the transfer of three buildings to the Gila River Indian Community in Arizona. The project requires a Phase I Environmental Site Assessment (ESA), a Comprehensive Asbestos Survey, and a Lead-Based Paint Inspection, all aimed at ensuring safety and compliance with environmental regulations prior to the transfer. This initiative underscores the BIA's commitment to environmental safety and regulatory adherence, with deliverables including draft reports within 60 days and final reports within 90 days of approval. Interested parties, particularly those qualifying as Indian Economic Enterprises, should contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or call 602-241-4566 for further details.
    BLACKFEET HOSPITAL CT ROOM RENOVATION
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the renovation of the CT Room at the Blackfeet Community Hospital in Browning, Montana. The project aims to enhance critical medical facilities, including upgrades to mechanical, electrical, and plumbing systems, while ensuring compliance with safety and infection control standards. This renovation is vital for improving healthcare infrastructure in underserved regions, reflecting the federal government's commitment to enhancing health services for Native American communities. Interested contractors, particularly those qualifying as Indian Small Business Economic Enterprises (ISBEEs), must submit their proposals by April 3, 2025, following a mandatory site visit on February 11, 2025. For further inquiries, contact Taylor Kanthack at taylor.kanthack@ihs.gov or call 240-478-1501.
    J--Notice of Intent to Sole Source
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, has issued a Special Notice regarding its intent to sole source a contract for plumbing, heating, and air-conditioning services through the Indian Education Acquisition Office. The procurement aims to address maintenance, repair, and rebuilding needs for plumbing, heating, and waste disposal equipment, which are critical for ensuring the functionality and safety of facilities serving Indian education. Interested vendors can reach out to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266 for further details. The notice does not specify a funding amount or key deadlines at this time.
    Pueblo Pintado Health Center Construction
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the construction of the Pueblo Pintado Health Center in New Mexico. This project involves the construction of a 125,884 square foot facility aimed at expanding healthcare services for approximately 6,000 American Indian and Alaskan Native residents, with a contract period of 730 calendar days from the start date. The procurement emphasizes compliance with local regulations, safety standards, and environmental considerations, reflecting the importance of enhancing healthcare infrastructure in the region. Proposals are due by March 21, 2025, following a pre-proposal conference on January 23, 2025, and interested contractors should contact Matt D Sanders at matt.sanders@ihs.gov for further details.