DOOR CARD READERS
ID: 140A2325Q0001Type: Solicitation
Overview

Buyer

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

NAICS

Water Supply and Irrigation Systems (221310)

PSC

COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS (5810)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting bids for the installation of 66 door card readers at the Flandreau Indian School in South Dakota. The project requires the selected contractor to provide all necessary materials, labor, and equipment to install E-Plex electronic wireless locks and Keyscan Aurora software, ensuring compliance with various safety and operational standards. This initiative is part of a broader federal effort to enhance security measures in educational institutions, reflecting the government's commitment to creating safe environments for students and staff. Interested contractors must submit proposals electronically by November 8, 2024, with an estimated project budget between $25,000 and $100,000, and are encouraged to attend a site visit on October 24, 2024. For further inquiries, contact Carolyn Sulla at carolyn.sulla@bie.edu.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work for the Flandreau Indian School outlines the installation of 66 E-Plex electronic wireless locks and Keyscan Aurora software across multiple buildings on the campus in South Dakota. The selected contractor will provide all necessary materials, labor, and equipment, ensuring compliance with EPA, National Electrical Code, and ADA standards while maintaining a clean work site. The installations must occur during designated summer or school operational hours and require prior approval from the facility manager. Each building outlined has specific lock and network installation requirements, along with necessary training for staff. The project includes the provision of smart cards for building access and mandates security clearance processes for contractors working on-site. The document emphasizes the importance of adhering to safety and operational protocols, including protecting the work of other trades, complying with security clearance regulations, and ensuring functional installations that meet all specifications. This contract serves as part of federal initiatives to enhance security measures within educational institutions, reflecting the government's commitment to providing safe environments for students and staff. The detailed specifications for the E-Plex and system architecture are central to the overall project.
    The document outlines the General Decision Number SD20240023 for construction projects in designated counties in South Dakota, subject to the Davis-Bacon Act. It specifies minimum wage rates applicable under Executive Orders 14026 and 13658, contingent on contract initiation or renewal after January 30, 2022. The minimum wage for contractors is set at $17.20 for covered work in 2024, or $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. Additionally, it lists prevailing wage rates across various construction labor classifications, such as electricians, carpenters, and ironworkers, along with fringe benefit contributions. The document also discusses the appeals process for wage determinations and provisions for sick leave under Executive Order 13706. This directive serves to ensure fair wage practices for laborers involved in federally funded construction efforts, promoting compliance with federal labor standards and protection of workers' rights. This decision is important for contractors and stakeholders involved in governmental and public works projects, ensuring that they are aware of legal wage obligations.
    This document outlines the requirements and terms for a Bid Bond, used as a guarantee in government contracting for construction, supplies, or services. The Principal, defined as the bidder, must submit the bond to bind themselves and their Surety(ies) to the government in a specified penal sum. The document seeks to ensure compliance with the bid acceptance, contract execution, and bond provision within designated time frames. Main conditions stipulate that the bid obligation becomes void if the Principal executes contract documents and provides required bonds upon government acceptance. It specifies the roles of Corporate and Individual Sureties, emphasizing that corporate sureties must be on the Treasury's approved list. Additionally, the bond outlines the implications of time extensions regarding bid acceptance and the liabilities of Sureties in case of defaults. The document is largely organized into sections detailing the roles of the Principal and Surety, liability limits, signatures, and the necessary seals. A comprehensive list of instructions clarifies the process of completing the bond and the required information, ensuring clarity for participants in government RFPs, federal grants, and state/local RFPs.
    The document outlines the structure and requirements for a Performance Bond, as mandated for government contracts in the United States. It specifies obligations of both the Principal (the entity undertaking the contract) and the Surety(ies) (entities providing guarantees), binding them to fulfill and uphold the contract's terms and conditions. Key elements include the need for legal names, business addresses, and liability limits for both the Principal and Surety(ies), which must meet criteria set by the Department of the Treasury. The document describes conditions under which the bond is void, emphasizing the Principal's duty to perform their contractual obligations and to pay relevant taxes. Clear guidance is provided on the execution of the bond, including signatures, seals, and the required documentation for individual sureties. The Performance Bond serves as a safeguard for the U.S. government, ensuring that the Principal adheres to the contract's stipulations and fulfills its financial responsibilities, thereby mitigating the risks associated with federal, state, and local contracts.
    The document outlines the specifications for a payment bond required under 40 USC Chapter 31, Subchapter III, designed to protect individuals providing labor and materials for government contracts. It includes essential details such as the legal name and business address of the Principal, types of organizations, bond execution date, and surety requirements. The parties involved, including sureties and their liabilities, must be clearly identified to ensure compliance and financial accountability. Conditions stipulate that the bond is void if the Principal makes timely payments to all parties involved in the contract, which aims to facilitate proper execution and funding of federal projects. The instructions detail the necessary procedures for completing the form, including the requirement for authorized signatures and corporate seals, which is critical for the validity of the bond. The completion of this form follows guidelines from the General Services Administration (GSA), reinforcing its importance in federal contracting processes. The document exemplifies the structured procedural requirements typical in federal RFPs and grants, ensuring adequate protections for all stakeholders involved.
    The document serves as a Statement and Acknowledgment form for federal contracts, specifically addressing subcontract agreements. It outlines essential components, including contractor details, subcontractor recognition, and compliance with labor standards. Key sections involve the identification of prime contracts, acknowledgment of specific clauses such as the Contract Work Hours and Safety Standards Act, and the roles of award firms and subcontractors. The form also prompts the inclusion of any intermediate subcontractors and requires signatures from authorized representatives of both prime contractors and subcontractors, confirming their understanding and acceptance of the subcontract's terms. It is designed to ensure federal compliance within contracting processes, reflecting adherence to labor standards and protecting rights in the contractual relationship. The overarching purpose is to facilitate proper acknowledgment and execution of subcontracts in alignment with federal guidelines, assisting in streamlined federal grant and RFP processes.
    The solicitation document outlines an Invitation for Bid (IFB) for the installation of sixty-six door card readers at the Flandreau Indian School in South Dakota. This project, classified as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, has a proposal deadline of November 8, 2024, and a performance period of 60 calendar days from the notice to proceed. Interested contractors must submit proposals electronically and are encouraged to attend a site visit scheduled for October 24, 2024. The project budget is estimated between $25,000 and $100,000, with proposals evaluated based on price and technical acceptability using a Lowest Price Technically Acceptable (LPTA) approach. Compliance with Davis-Bacon Wage Determinations for wages is mandatory, as well as adherence to various contracting clauses. Contractor safety programs, bond requirements, and the necessity for background checks for personnel working with Indian children are stressed. The document includes specific clauses related to safety, inspections, and federal compliance regulations. Overall, the document is structured to guide prospective contractors through the bidding process while ensuring all regulatory standards and project requirements are met.
    Lifecycle
    Title
    Type
    DOOR CARD READERS
    Currently viewing
    Solicitation
    Similar Opportunities
    C--IE 150 SSIS LAGOON AERATOR
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the installation of a lagoon aerator system at St. Stephens Indian School in Riverton, Wyoming. The project aims to enhance the existing infrastructure to support approximately 250 Native American students, requiring compliance with safety and quality standards, including the Davis-Bacon Act for wage determinations. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), with proposals due by November 8, 2024, and an estimated project cost ranging from $25,000 to $100,000. Interested contractors should contact Carolyn Sulla at carolyn.sulla@bie.edu for further details and ensure they meet all compliance requirements outlined in the solicitation documents.
    7E--BIE Student IT Equipment BPA
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide IT equipment for Bureau of Indian Education (BIE) students through a Blanket Purchase Agreement (BPA). This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) and focuses on acquiring various Dell computers, monitors, and accessories over a five-year period, with an emphasis on supporting educational needs through reliable technology. Interested vendors must be approved federal resellers of Dell equipment, and proposals will be evaluated based on price fairness, with specific compliance requirements outlined under the Buy Indian Act. For further inquiries, vendors can contact Adam Lowery at Adam.Lowery@bia.gov or call 571-560-0622.
    Upgrade Fire Alarm and Devices at Pine Ridge
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is preparing to solicit bids for the upgrade of the fire alarm panel and devices at Pine Ridge Hospital in South Dakota. The project aims to install a modern addressable fire detection system, enhancing safety and compliance with current standards, while also ensuring that all devices are self-addressable and identifiable. The anticipated contract, valued between $250,000 and $500,000, is set to be a total small business set-aside, with the solicitation expected to be released around November 5, 2024, and will remain open for approximately 30 days. Interested contractors should contact Taylor Kanthack at taylor.kanthack@ihs.gov or 204-478-1501 for further information and are encouraged to register in the System for Award Management (SAM) to be eligible for award consideration.
    Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the renovation of the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota, to achieve USP compliance. The project encompasses a range of construction activities, including demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, all while ensuring adherence to federal construction standards and local regulations. This initiative is crucial for enhancing healthcare infrastructure and maintaining operational continuity for the facility, which serves an underserved community. Proposals are due by November 15, 2024, at 2:00 PM CT, and interested contractors should direct inquiries to Shaukat Syed at shaukat.syed@ihs.gov or Jenny Scroggins at Jenny.Scroggins@ihs.gov.
    76--Intent to Sole Source BIE Curriculum
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs, specifically the Indian Education Acquisition Office, intends to sole source curriculum materials for Bureau of Indian Education (BIE) schools, as outlined in a special notice. This procurement is guided by a supplemental determination and findings (D&F) to ensure compliance with Public Law 114-95 (Every Student Succeeds Act), emphasizing the need for high-quality educational resources to support schools under BIE's jurisdiction. For fiscal year 2025, BIE anticipates over 115 procurement actions totaling more than $5.5 million, with the D&F remaining effective throughout the fiscal year and subject to annual review. Interested parties can direct inquiries to Mr. William Crowder at william.crowder@bie.edu by the specified deadline.
    N--PIV Access System Repairs
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to perform repairs on the Personal Identity Verification (PIV) Access System at the Denver Federal Center in Denver, Colorado. The project involves replacing malfunctioning MX8 units and SNIB3 components, ensuring compatibility with the existing Velocity software environment, and addressing specific issues such as low power alarms and door access malfunctions. This work is critical for maintaining security compliance across the facility, as it directly impacts the functionality of access control systems. Interested contractors should contact Keith Singleton at ksingleton@usbr.gov or 303-445-2641 for further details and to express their interest in this opportunity.
    Fiber Optic Installation
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for a Fiber Optic Installation project at the Northern Navajo Medical Center in Shiprock, New Mexico. The project aims to replace outdated fiber optic cables with a modern 100Gbit capable multi-mode fiber system, which includes the installation of new innerducts, splicing, and testing, while also removing old copper cabling to optimize the infrastructure. This initiative is critical for enhancing the medical center's communication capabilities and ensuring compliance with modern networking standards. Interested Indian-owned small businesses must submit their quotes by October 21, 2024, and direct any inquiries to Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov.
    Z--CRIP Main Canal Checks with Lateral 73
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is soliciting bids for the Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73, focusing on the construction and rehabilitation of critical irrigation infrastructure in La Paz County, Arizona. The project involves replacing and rehabilitating several check structures, including the installation of new hydraulic and electrical systems, while ensuring minimal disruption to ongoing irrigation operations. This initiative is vital for enhancing water management and irrigation efficiency within Indigenous territories, reflecting the government's commitment to sustainable resource management. Interested contractors must submit their proposals by November 1, 2024, with a pre-proposal conference scheduled for October 8, 2024, and can direct inquiries to William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
    Jicarilla Service Unit Appointment Desk Renovation
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the renovation of the appointment desk at the Jicarilla Service Unit located in Dulce, New Mexico. The primary objective of this project is to remodel the appointment desk area to enhance usability for clerks and ensure patient privacy, particularly in light of health concerns related to respiratory illnesses such as COVID-19. This procurement is critical for improving healthcare facility operations and compliance with federal and state standards, as it involves the installation of functional workstations, adequate storage, lighting, and privacy partitions. Interested contractors must submit their proposals by 12:00 PM MST on October 23, 2024, and can direct inquiries to Eric Wright at eric.wright@ihs.gov or by phone at 505-256-6752.
    Replace Cooling Equipment in ADP Room 317, Federal Building, Huron, SD
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals from qualified small businesses to replace cooling equipment in ADP Room 317 of the Federal Building located in Huron, South Dakota. The project involves the removal of an existing ceiling-mounted cooling unit and the installation of a new 2-ton direct expansion split system, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict compliance and safety standards. This initiative is crucial for maintaining operational efficiency and regulatory compliance within federal facilities. Interested contractors must submit their proposals electronically by November 13, 2024, and can direct inquiries to Kristen Feickert at kristen.feickert@gsa.gov. The estimated project value ranges from $25,000 to $100,000, with a completion timeline of 30 days post-award.