61--Emergency Generator - Ojo Encino Day School
ID: 140A2324R0045Type: Solicitation
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

PSC

GENERATORS AND GENERATOR SETS, ELECTRICAL (6115)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking contractors to provide and install an emergency generator for the Ojo Encino Day School located in Cuba, New Mexico. The project entails comprehensive design-build services, including the creation of detailed architectural and engineering drawings, ensuring compliance with local regulations, and delivering a generator capable of operating for 12 hours during outages. This procurement is crucial for enhancing the school's emergency preparedness and ensuring continuous power supply, reflecting the government's commitment to improving infrastructure in educational facilities serving Native American communities. Interested contractors must submit sealed bids by September 13, 2024, with an estimated project cost ranging from $500,000 to $1,000,000; for further inquiries, contact Mary Jane Johnson at maryjane.johnson@bie.edu or call 505-803-4259.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines the design-build services for an emergency standby generator at Ojo Encino Day School in Cuba, NM. The project aims to create detailed architectural and engineering drawings for the installation of a generator to ensure continuous power supply, especially during emergencies. The selected contractor will be responsible for providing comprehensive construction documents, adhering to NM and/or AZ regulations, and ensuring acceptable installation quality. Key requirements include the use of licensed professionals for drawings and specifications that comply with national safety codes, as well as the need for site evaluation to inform design decisions. The generator must fit specific criteria, including a diesel engine, secure enclosure, and operational capacity for 12 hours. The contractor must facilitate pre-construction meetings, safety planning, and coordination with local utility providers while following a defined work schedule. Background checks for on-site personnel and compliance with local business taxes are also mandated. All project phases will be subject to review and approval from the Bureau of Indian Affairs, with a total project duration of 150 days post-Notice to Proceed. This project reflects the government's commitment to improving infrastructure in educational facilities serving Native American communities.
    The document is a Contract Progress Report from the Department of the Interior, specifically focusing on Indian Affairs. It serves as a status update for contractors on the progress made during a specified reporting period regarding their contract obligations. Key components of the report include the contractor's information, project and contract numbers, completion dates, and a detailed breakdown of work elements with respective completion percentages both cumulatively and for the current period. The report also includes a certification section for the contractor to affirm satisfactory completion, as well as a provision for the submission of payrolls for the reporting period. This structured format aids the Contracting Officer in assessing contractor performance and processing progress payments, underlining the government's focus on accountability and transparency in federal contracts. It is a critical tool in the oversight of contracts related to federal grants, RFPs, and local projects, ensuring compliance with specifications and promoting efficiency in contract management.
    The document outlines the Statement and Acknowledgment form for subcontractors involved in federal contracting processes. It identifies key components such as the prime contractor and subcontractor names, addresses, and responsibilities, including details about the subcontract awarded. The form necessitates acknowledgment from the subcontractor regarding various labor standards clauses that are incorporated, such as the Contract Work Hours and Safety Standards Act and compliance with wage rate requirements. The document also collects data for the OMB Control Number 9000-0066, emphasizing the estimated time required for completion and providing instructions for comments on the information collection process. Overall, this form serves to ensure compliance with federal contracting regulations and document the relationships between prime contractors and subcontractors, facilitating accountability and adherence to labor standards in contractual agreements.
    The document outlines the minimum wage requirements and classification rates for building construction projects in Sandoval County, New Mexico, as governed by the Davis-Bacon Act. It specifies that contracts awarded or renewed on or after January 30, 2022, must pay workers at least $17.20 per hour under Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, are subject to a minimum wage of $12.90 under Executive Order 13658. Various trades are covered, including asbestos workers, electricians, carpenters, and laborers, with detailed rates and fringe benefits specified for each classification. The document also discusses the appeal process for wage determination disputes, emphasizing the role of the Wage and Hour Division of the U.S. Department of Labor. Additionally, it addresses requirements for paid sick leave under Executive Order 13706 for qualifying contracts. This summary highlights compliance with federal wage standards necessary for contractors engaged in government-funded projects, ensuring that workers receive fair compensation based on established classifications in the region.
    The Questions and Answers Log for Request for Proposal # 140A2324R0045 pertains to the procurement of an emergency generator for the Ojo Encino Day School. This document organizes inquiries made by contractors interested in the proposal, along with responses from the Contracting Officer Representative (COR). Each entry includes the contractor's question, the date the question was submitted, the date responses were provided, and the answers given. This log serves as a vital resource for ensuring transparency in the bidding process, assisting potential bidders in understanding project specifications, requirements, and addressing common concerns. By documenting interactions, it promotes fair competition among contractors, which aligns with federal guidelines for RFP processes. Overall, the log indicates an organized approach to manage queries surrounding the RFP, crucial for facilitating an efficient bidding environment and ultimately delivering the necessary emergency preparedness resources to support the school.
    The document outlines the requirements for a Bid Bond, which serves as a guarantee for contractors submitting bids for government projects. It includes fields for the Principal's legal name, organization type, surety information, bid identification and amounts, signatures, and necessary seals. The Bid Bond ensures that the Principal will execute the required contractual agreements upon bid acceptance by the Government within a specified timeframe, or compensate for any additional costs incurred in securing the work if they fail to do so. The agreement binds both the Principal and surety to the stated penal sum. Detailed instructions clarify how to complete the form, emphasizing the need for signatory authority, penalties for deviations, and guidelines for surety corporations. The document, which adheres to a mandatory government form (Standard Form 24), is significant in ensuring financial accountability and compliance in federal and state bidding processes, reinforcing the necessity of securing obligations in public contracts. Overall, it highlights the legal and procedural framework governing bidding in public procurement.
    This document outlines the guidelines for completing a Performance Bond (Standard Form 25) required for government contracts. It specifies that the Principal (contractor) and Surety(es) (guaranteeing entities) enter into a legal obligation to ensure contract performance, stipulating that the bond's penal sum is the total financial guarantee. Key conditions are established: the Principal must fulfill all terms of the contract and related modifications, and satisfy any tax obligations relevant to the contract. The document emphasizes the necessity for authorized signatures from the Principal and Sureties and mandates that corporate sureties must be approved and listed by the Department of the Treasury. It also provides specific instructions regarding the legal name and address of the Principal and the Sureties, alongside the requirement for seals and typed names of signatories. Overall, it serves as a formal commitment ensuring that government contracts are adhered to, thereby promoting accountability and compliance in federal and state contracts.
    The document serves as a payment bond form required by the federal government under 40 USC Chapter 31, Subchapter III, aimed at protecting individuals supplying labor and materials for government contracts. It outlines the obligations of the Principal and Sureties, indicating they are jointly and severally liable for the payment to all parties involved in the contract. The document specifies that it must be executed with intended legal names, corresponding addresses, and necessary signatures, ensuring authorization from respective representatives. Additionally, it details the requirements for corporate and individual sureties, including their necessity to be listed on the Department of the Treasury’s approved sureties and the conditions for co-surety arrangements. The form includes spaces for liability limits, surety information, and execution details, such as corporate seals and signatures. This payment bond is essential in the context of government RFPs and grants to ensure financial accountability and security for contractors and subcontractors, thereby facilitating smooth execution of contracts while safeguarding the interests of the government and involved parties.
    The document outlines federal health and safety codes and standards that contractors and grantees must adhere to when undertaking projects managed by the Bureau of Indian Affairs' Office of Facilities Management & Construction. Key standards include compliance with OSHA regulations, fire safety codes, accessibility standards under the Architectural Barriers Act, and building safety codes based on NFPA guidelines. Specific requirements are detailed for various systems including plumbing, mechanical systems, energy conservation, and environmental quality management. For instance, new constructions must meet stringent energy efficiency standards and incorporate water conservation measures. The guidelines are aimed at ensuring the safety, accessibility, and environmental sustainability of facilities, reflecting a commitment to high building standards and operational efficiency in alignment with federal regulations. Regular updates to the standards, including revisions for energy conservation, demonstrate ongoing commitment to current best practices. Overall, the document serves as a comprehensive guide to maintain compliance in federal construction projects, with implications for procurement processes tied to federal grants and requests for proposals (RFPs).
    The document serves as a Material Approval Submittal form from the Department of the Interior, Indian Affairs, designed for contractors to seek approval for materials designated for inclusion in government contracts. It outlines the process for submitting shop drawings, equipment data, and other necessary documents to the contracting officer. The contractor must provide multiple copies, clearly tabbed or identified submissions, and appropriate attachments. Each submission is tracked using specific identification numbers, ensuring clarity and organization in the approval process. The form also notes the significance of the contracting officer's signature as validation for the submittal's approval, emphasizing the careful management of material compliance with contract specifications. The overall aim is to standardize the process of material approval to enhance efficiency and accountability in government contracting, reflecting the broader governmental goals of transparency and proper resource allocation in federal grants and RFPs.
    The document outlines the contract progress schedule as required by the Department of the Interior for projects under Indian Affairs. It instructs contractors to report on the progress of various work elements throughout the duration of the contract, indicating specific percentages of work completed over designated time frames. The schedule includes sections for key details such as contract number, project title, and actual completion dates, while also providing guidance on how to fill out required information regarding work elements. Each work element's completion percentage must total 100% and be tracked weekly. In cases of delays or contract modifications, contractors must submit revised progress schedules. Additionally, contractors are tasked with submitting regular progress reports to reflect the percentage of completed work, which is critical for contract management and payment processes. This structure ensures accountability and transparency in executing federal projects, aligning with the overall aims of RFPs, federal grants, and state/local RFPs required by the government.
    The document is a Questions and Answers Log concerning Request for Proposal # 140A2324R0045 for an emergency generator at the Ojo Encino Day School. The primary focus is on clarifying the specifications for a standby versus an emergency generator, with the latter being faster in power restoration. The Bureau of Indian Affairs/Bureau of Indian Education (BIA/BIE) is expected to require a generator that powers the entire school building during outages, although it’s noted that the maintenance building may only need to retain power for essential systems. The contractors seek specific details, such as peak power demand data from Jemez Electric COOP, which is necessary for sizing the generator appropriately, potentially allowing for reductions in size based on actual demand rather than standard calculations. Questions also arise regarding acceptable brands and longer lead times for specifications. The document reflects the need for clarity, proper solutions for power supply during outages, and adherence to specifications in the bidding process for government contracts.
    The document pertains to an amendment of a solicitation associated with a government request for proposals (RFP) under the identification number 140A2324R0045. It outlines modifications to timelines, specifically extending the RFP due date to September 13, 2024, at 5 PM MDT, and the question and answer due date to September 4, 2024. Furthermore, it specifies a new site visit date of August 29, 2024, at 1 PM MDT. The period of performance for the resulting contract will span from September 13, 2024, to February 28, 2025. The amendment details the requirements for contractors to acknowledge receipt of the changes and make any necessary modifications to previously submitted proposals. It emphasizes the importance of timely communication regarding these changes and compliance with established deadlines to avoid rejection of offers. The document serves as a procedural update aimed at ensuring transparent communication during the contracting process, reflecting typical government contracting protocols and emphasizing adherence to established timelines and requirements.
    This document is Amendment Two (0002) of solicitation number 140A2324R0045 concerning a Generator requirement at Ojo Encino Day School. It provides essential updates and clarifications through Q&A regarding the project, with performance scheduled from September 13, 2024, to February 28, 2025. The amendment outlines the procedures for acknowledging receipt of the amendment, which must occur by either returning copies of the amendment, including an acknowledgment in submitted offers, or by separate communication referencing the solicitation and amendment numbers. Failure to provide acknowledgment may lead to rejection of offers submitted. Additionally, it highlights that all previous terms and conditions remain unchanged unless modified by this amendment. The document reflects the government’s procedural standards for the management and modification of contracts, ensuring all stakeholders are informed and compliant with the new stipulations.
    The document outlines a Request for Proposal (RFP) for the installation of a generator at Ojo Encino Day School in Cuba, NM, issued by the Indian Education Acquisition Office. The proposal submission deadline is September 2, 2024, with a performance period extending 150 calendar days from the notice to proceed. The estimated project costs range from $500,000 to $1,000,000. Key requirements include submission of sealed bids, compliance with Davis-Bacon wage determinations, and a detailed safety program plan. Contractors must propose a variety of items, including an emergency generator, control systems, and associated infrastructure. Additionally, all contractor personnel need background checks reflecting adherence to safety and security requirements. The proposal emphasizes the importance of using Indian Economic Enterprises and includes specifications for taxation and TERO fees. Contractors must ensure proper insurance and bonding, alongside compliance with federal, state, and local regulations. The document stresses a post-award conference and the need for virtual communication due to ongoing pandemic protocols. Overall, this RFP reflects strategic government procurement practices focused on enhancing educational facilities while ensuring safety and compliance within the construction framework.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MINI SPLIT HEATING/COOLING
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the installation of mini-split heating and cooling systems at Jeehdeez'a Elementary School in Pinon, Arizona. The project aims to replace the existing dysfunctional HVAC systems in the Principal's office and Administration Conference Room, with an estimated total cost of $20,919.90 covering equipment, labor, and travel expenses. This procurement is critical for improving the school's infrastructure and ensuring a suitable learning environment for students and staff. Proposals are due by September 18, 2024, and must comply with the Davis-Bacon Wage Determinations, with a performance period of 30 days upon receiving the notice to proceed. Interested contractors can contact Carolyn Sulla at carolyn.sulla@bie.edu for further information.
    Replace Generator Fuel Jockey Pump
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking capable sources to replace the Generator Fuel Jockey Pump at the Northern Navajo Medical Center in Shiprock, New Mexico. The primary objective is to replace the malfunctioning CAT No. M3539 Jockey Pump, which is essential for transferring fuel from the main diesel supply to the generator day tank during power outages. This procurement falls under the NAICS code 335312 for Motor and Generator Manufacturing, with a focus on supporting Indian economic enterprises through the Buy Indian Act. Interested parties must submit a capabilities package to Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov by September 16, 2024, to express their interest and confirm their eligibility under the specified set-aside requirements.
    Replacement Boilers & Start-up Service for Aneth C
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is seeking proposals for the replacement of boilers and start-up services at the Aneth Community School. The procurement involves the provision and installation of Raypak WH2 boilers, with a focus on compliance with federal labor standards and Small Business requirements, as outlined in the Request for Proposal (RFP) number 140A2324Q0528. This initiative is part of the government's commitment to improving infrastructure within educational facilities, ensuring that the necessary heating equipment is both efficient and reliable. Interested bidders must submit their proposals electronically, with the contract period running from September 30, 2024, to September 29, 2025; for further inquiries, contact Michael Drinkwater at michael.drinkwater@bie.edu.
    ROOF REPLACEMENT @AZNN AGENCY BLDG
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a roof replacement project at the Arizona Navajo North Agency Building located in Tuba City, Arizona. This opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE), with a budget range of $100,000 to $250,000, and a performance period of 30 calendar days from the notice to proceed. The project involves the installation of a new Thermoplastic Olefin (TPO) roof system over approximately 15,912 square feet, adhering to various federal, tribal, and state health and safety standards, including compliance with the Davis-Bacon Wage Determinations. Interested contractors must submit their proposals via email by September 18, 2024, and direct any questions to Mary Jane Johnson at maryjane.johnson@bie.edu by September 16, 2024.
    NEW REQ ROOF REPLACEMENT COTTONWOOD DS
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a roof replacement project at the Cottonwood Day School located in Chinle, Arizona. The contractor will be responsible for providing all necessary materials, equipment, and personnel to complete the project, which includes options for either complete roof removal or a layover, while adhering to safety protocols and environmental regulations. This project is crucial for maintaining the integrity and safety of the school facilities, with an estimated cost between $100,000 and $250,000, and a performance period of 60 calendar days from the Notice to Proceed. Proposals are due by September 19, 2024, with a mandatory site visit scheduled for September 16, 2024; interested parties can contact Krisanne Dernago at krisanne.dernago@bie.edu for further information.
    U--Special Education Technicians
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide Special Education Technician services for the St. Stephens Indian School in Wyoming. The procurement aims to support the educational needs of Native American children by employing certified technicians to deliver on-site services over a performance period from September 9, 2024, to September 8, 2027. This initiative underscores the government's commitment to maintaining educational standards and providing culturally sensitive resources within Native American communities. Interested small businesses must submit their proposals by September 18, 2024, at 10:00 AM Mountain Time, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.
    Generator Replacement
    Active
    State, Department Of
    The U.S. Department of State is soliciting proposals for the procurement and logistics services of nine medium voltage metal enclosed generator systems for the Bureau of Overseas Buildings Operations, specifically for the U.S. Embassy in Baghdad, Iraq. The contract requires the contractor to manage all aspects of equipment sourcing, logistics, and compliance with safety protocols, ensuring that all generators meet specific operational standards and are delivered within a 30-month timeframe following the notice to proceed. This procurement is critical for maintaining reliable power generation capabilities at the embassy, emphasizing the importance of quality and adherence to federal standards. Interested contractors must submit their proposals by September 18, 2024, and direct any inquiries to Jose Vasquez at vasquezj4@state.gov or Peter Allen at allenpj@state.gov.
    Y--RE-ROOF GARAGE BUILDING 2
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the re-roofing of Garage Building 2 at the Flandreau Indian School in South Dakota. This project is a firm fixed-price contract set aside exclusively for Indian Economic Enterprises (IEE), requiring compliance with Davis-Bacon wage determinations and adherence to safety protocols throughout the construction process. The re-roofing work includes removing existing shingles, repairing roof decking, and installing new high-wind resistant shingles, with a project timeline of 60 calendar days from the Notice to Proceed. Proposals are due by September 16, 2024, with an estimated project cost between $25,000 and $100,000. Interested contractors can contact Carolyn Sulla at carolyn.sulla@bie.edu for further information.
    BACKHOE LOADER
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for the procurement of a Backhoe Loader to enhance operational efficiency for the Western Navajo Branch of Transportation in Tuba City, Arizona. The required specifications include an engine output of 115 hp, compliance with Tier 4 Final emission standards, and various attachments such as a heavy-duty backhoe bucket and a general-purpose loader bucket. This procurement is part of the federal government's initiative to support infrastructure development within Native American communities, with a focus on promoting economic opportunities for Indian Small Business Economic Enterprises. Interested vendors must submit their quotes by 3:00 p.m. MDT on September 16, 2024, and can direct inquiries to Elsie Begay at 505-863-8226.
    Y--GATES - REPLACEMENT
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the replacement of entrance gates at Dunseith Day School in Dunseith, North Dakota. The project involves furnishing and installing two commercial-grade galvanized chain link cantilever slide gates, requiring comprehensive site preparation, labor, and materials, with a completion timeline of 60 days from the Notice to Proceed. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs), with an estimated construction cost between $100,000 and $250,000, emphasizing compliance with federal regulations, including safety standards and the Buy American Act. Interested contractors must submit their proposals by September 17, 2024, and can direct inquiries to Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933.