Z--RETAINING WALL KCES
ID: 140A2324R0096Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSSCHOOL OPERATIONSALBUQUERQUE, NM, 87104, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

MAINTENANCE OF SCHOOLS (Z1CA)

Set Aside

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

    The Bureau of Indian Affairs is soliciting proposals for the design and construction of two retaining walls at Keams Canyon Elementary School in Arizona. This project is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to enhance the school's infrastructure while ensuring compliance with federal regulations and safety standards. The estimated contract value ranges from $250,000 to $500,000, with a completion timeline of 60 calendar days from the notice to proceed. Proposals are due by September 16, 2024, and interested contractors should direct inquiries to Dawn Sekayumptewa at dawn.sekayumptewa@bie.edu or call 505-359-9477.

    Point(s) of Contact
    Files
    Title
    Posted
    Keams Canyon Elementary School is issuing a Request for Proposals (RFP) for the design and construction of two retaining walls at their facility in Keams Canyon, Arizona. The selected contractor will be responsible for a comprehensive range of services including site assessment, design, material selection, and construction, ensuring compliance with various applicable codes and regulations established by the Bureau of Indian Affairs (BIA) and Bureau of Indian Education (BIE). Key tasks involve obtaining necessary approvals, ensuring environmental considerations, and implementing safety measures during the project. The contractor must perform a thorough assessment of soil conditions and develop engineering plans to meet high-quality standards. A multi-disciplinary team is required to engage in each phase of the project, from conceptualization to final inspections. The contract aims for substantial completion within 60 days following the award, highlighting the importance of adherence to safety regulations and quality assurance. Proposals must outline expertise, relevant certifications, and compliance with federal, state, and local regulations. This procurement underscores the school’s commitment to enhancing its infrastructure while prioritizing safety and regulatory compliance.
    The Bureau of Indian Affairs (BIA) mandates compliance with various federal, tribal, and state health and safety codes for contractors and grantees in construction and facility management projects. Key requirements encompass adherence to Occupational Safety and Health Administration (OSHA) standards, National Fire Codes for fire safety, and the Architectural Barriers Act Accessibility Standards. Further stipulations include compliance with building safety codes, mechanical systems regulations, environmental quality standards (covering sanitation and food service), plumbing codes, and energy conservation measures that align with the Energy Policy Act of 2005. Notably, new buildings must aim for significant energy efficiency reductions and implement advanced metering devices. The document emphasizes a structured approach to ensure safety, environmental protection, and energy efficiency in construction projects, reinforcing compliance with established codes and standards. Such regulations are critical in the context of government RFPs, federal grants, and state/local RFPs, ensuring that funded projects uphold public health and safety while promoting sustainable practices. Regular revisions to these guidelines reflect ongoing updates in regulatory standards and best practices for construction and facility management.
    The IA FORM 3000 V2 is a Material Approval Submittal used by contractors submitting materials for approval to the Department of the Interior as part of contract requirements. The form captures essential information, including project details, item specifications, and contractor certification that all materials comply with contract specifications. Contractors must submit four copies of this form accompanied by supporting documents like shop drawings and manufacturer literature, clearly tabbed and numbered to facilitate evaluation. Each submittal is tracked by a unique submission number, with new submissions and resubmissions distinctly identified. The submittal is deemed complete only after the contracting officer's signature is obtained. Overall, this form plays a critical role in maintaining compliance and quality assurance in government contracts, ensuring that all materials utilized in projects meet specified standards and requirements.
    The document is a progress report template used by the Department of the Interior to track the performance of contractors on federal projects. It includes sections for contractor information, project specifics, and a detailed breakdown of work elements and their respective completion percentages. The report allows for a certification of satisfactory progress by the contractor and requires signatures from both the contractor and the contracting officer. This form plays a significant role in determining progress payments based on the contractor’s achievements relative to contract specifications. It emphasizes the importance of monitoring contract compliance and serves as a record for evaluating contractor performance within the framework of federal grants and requests for proposals (RFPs).
    The document outlines the requirements for contractors involved with the Department of Interior, Indian Affairs, focusing on the submission and maintenance of a Contract Progress Schedule (Form IA-C113). Contractors are instructed to detail their project’s contract number, dates, title, and significant work elements, while also providing a systematic breakdown of the project's timeline and progress reporting. Key sections include the planning of work elements, their corresponding percentages of total work, and suggested intervals for submitting progress reports, ensuring that all changes to the work schedule due to contractual modifications are documented. The form facilitates contractors to communicate their progress effectively, which is critical for contract administration and payment approvals. Overall, this structured approach aims to enhance project oversight and ensure completion within the projected timelines, reinforcing the government's commitment to efficient project management within federal proposals and contracts.
    The document is a Questions and Answers Log for Solicitation # 140A2324R00XX, detailing inquiries made by contractors regarding a specific government request for proposals (RFP). It includes a table format with entries for questions received, the date they were sent to the Contracting Officer Representative (COR), answers provided, and dates of those responses. Each entry is numbered sequentially but lacks detailed content, indicating a structured approach to record questions and facilitate clear communication between the government and contractors. The log's purpose is to ensure that potential contractors receive consistent and timely information to clarify any aspects of the RFP, thereby improving the overall bidding process. This enhances transparency and allows for better-informed proposals, ultimately supporting the government's objectives in managing federal grants and contracts effectively. Overall, the document reflects standard practices in government procurement, aiming to streamline contractor engagement and reduce ambiguity in solicitations.
    The document outlines the Statement and Acknowledgment form required for subcontractors under federal contracts, specifically addressing compliance with various labor standards. It includes essential sections such as prime contractor and subcontractor details, the date and description of subcontract awarded, and acknowledgement of the relevant clauses from the prime contract, including the Contract Work Hours and Safety Standards Act and Construction Wage Rate Requirements. The form emphasizes that certain labor standards must be adhered to by subcontractors. Additionally, it contains a section dedicated to intermediate subcontractors, if applicable. This document serves as a formal acknowledgment by both parties of their responsibilities under the subcontracting arrangement, ensuring compliance with federal regulations related to labor and safety in government contracts. The overall purpose is to facilitate transparency and accountability in the contracting process within federal, state, and local RFPs.
    The document serves as a Statement and Acknowledgment form related to federal contracting, specifically addressing subcontractor agreements under prime contracts. It captures essential details such as prime and subcontract numbers, contractor names, addresses, and a breakdown of project specifics, including the awarded subcontractor's responsibilities. A significant element is the inclusion of clauses related to labor standards, such as the Contract Work Hours and Safety Standards Act. Subcontractors confirm acknowledgment of these provisions, which are critical for compliance with federal labor regulations. The form also notes potential intermediate subcontractors and gathers signatures to affirm the agreement. This document exemplifies the structured requirements of federal contracting processes, emphasizing legal and regulatory frameworks vital for maintaining standards in government procurement and ensuring the transparent execution of contract-related obligations.
    The document is a Bid Bond, a formal guarantee required when a contractor submits a bid for government projects. It establishes a binding agreement between the Principal (the bidder) and Sureties (guaranteeing financial institutions), ensuring that the bid price will be honored. The bond outlines the conditions under which the obligation is void, such as timely execution of contractual documents upon bid acceptance or compensating the government for any excess costs incurred if the Principal fails to proceed. The form requires detailed information from the Principal and Sureties, including names, business addresses, and liability limits. Additionally, it mandates that executing sureties be approved corporations listed by the U.S. Department of the Treasury. The Bond also stipulates that any deviations from the standard form must receive prior approval to ensure compliance. This document is vital for construction, supplies, or services related to federal, state, and local Requests for Proposals (RFPs), serving as a security measure for the government's interests in procurement processes.
    The document is a Standard Form 25A, which outlines a payment bond required under federal regulations for the protection of individuals supplying labor and materials on government contracts. It specifies the obligations of the Principal (contractor) and Surety(ies), detailing their liability and conditions of the bond. The penal sum, or the face value of the bond, must be filled out, reflecting the financial responsibility if the Principal fails to pay for labor or materials. It emphasizes the necessity of corporate seals and authorized signatures from all parties involved. The document also notes that any deviations from the form require approval from the General Services Administrator and includes instructions for completing the bond correctly. The form serves as a contractual assurance to the United States government, aligning with procedures for federal RFPs and grants, ensuring accountability and financial security in contractor agreements.
    The document is an amendment to a Request for Proposal (RFP) issued by the Bureau of Indian Affairs (BIA) concerning the construction of retaining walls at Keams Canyon School. The amendment addresses questions from potential offerors about project specifications, including the provision of the current BIA School Facilities Design Handbook and the inclusion of existing geotechnical reports to inform soil analysis. Key responses indicate that standards for retaining walls will align with ASTM benchmarks and clarify that performance should commence 10 days post-contract award, despite background investigations needing up to 14 days. Additionally, the RFP deadline is extended to September 16, 2024, at 1:00 PM MDT. The amendment emphasizes that all original RFP conditions remain unchanged and that acknowledgments of receipt must be included with proposals. Overall, the document facilitates a clearer understanding of project requirements and timelines for prospective contractors in the context of federal government contracting.
    The Bureau of Indian Education (BIE) is issuing a request for proposals (RFP) for the urgent design and construction of two retaining walls at Keams Canyon Elementary School, Arizona, under solicitation number 140A2324R0096. This project is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) and requires offerors to be registered in the System for Award Management. Proposals must be submitted by September 10, 2024, with a deadline for questions set for September 6, 2024. The contract value is estimated between $250,000 and $500,000, with work expected to be completed within 60 calendar days from the notice to proceed. Offerors must provide compliance with Davis-Bacon wage determinations and adhere to safety regulations amidst COVID-19 guidelines. A site visit is scheduled for September 4, 2024, to facilitate understanding of project requirements. The BIE emphasizes the need for thorough proposals showcasing technical capability and compliance with relevant regulations, including those related to bonding, taxes, and background investigations. The RFP underlines the importance of utilizing Indian-owned businesses, ensuring all practices are in alignment with the community's economic interests while supporting federal contract requirements.
    This document provides the wage determination for heavy construction projects in Navajo County, Arizona, under General Decision Number AZ20240015, effective from July 19, 2024. It outlines the minimum wage rates that contractors must pay their employees for work on projects subject to the Davis-Bacon Act, a federal law mandating prevailing wage standards for public works. The rates vary based on contract conditions: contracts entered on or after January 30, 2022, require a minimum wage of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, enforce a $12.90 minimum. Various job classifications, including laborers, operators, and electricians, have specified wage and fringe benefit rates. Additionally, the document cites Executive Orders related to paid sick leave and wage enforcement, specifically denying applicability to contracts involving Texas, Louisiana, or Mississippi. The summary includes instructions on appealing wage determinations and further information regarding worker protections under federal law. This document serves as an essential guideline for contractors participating in federal projects, ensuring they comply with wage standards and labor laws.
    Lifecycle
    Title
    Type
    RETAINING WALL KCES
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    EMERGENCY MOLD RESTORATION for BIE-JFK Day School
    Active
    Interior, Department Of The
    The Bureau of Indian Education (BIE) is soliciting proposals for an emergency mold abatement project at the John F. Kennedy Day School located in Cedar Creek, Arizona. The project requires contractors to provide all necessary materials, labor, and supervision to remediate mold contamination in mobile classroom T-31, ensuring compliance with health and safety regulations within a 30-day timeframe following the Notice to Proceed. This initiative is crucial for maintaining a safe educational environment for students and is exclusively open to Indian Small Business Economic Enterprises (ISBEEs), promoting local economic participation. Proposals must be submitted by September 17, 2024, at noon MDT, with a mandatory site visit scheduled for September 12, 2024, and all inquiries directed to Mary Jane Johnson at maryjane.johnson@bie.edu.
    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.
    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.
    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.
    CARPET REMOVAL & INSTALLATION AT BIA UTE MTN UTE D
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for carpet removal and installation services at the Ute Mountain Ute Detention Center in Towaoc, Colorado. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and requires contractors to provide all necessary materials, labor, and supervision for the project, which includes the installation of carpet tiles and vinyl composition tiles in designated areas. The contract emphasizes compliance with federal labor laws, quality control standards, and security protocols, reflecting the importance of maintaining high standards in public facility management. Proposals are due by September 18, 2024, with a performance period from September 23, 2024, to October 22, 2024. Interested parties can contact Sonia Nelson at Sonia.Nelson@bia.gov or by phone at 505-563-3129 for further information.
    CHINLE AGENCY STRIPING PROJECT
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is soliciting proposals for the Chinle Agency Striping Project, which involves the maintenance of roadway striping across 29.4 miles of BIA routes on the Navajo Indian Reservation. The project requires contractors to apply thermoplastic paint with glass beads to existing paved routes, retrace permanent pavement markings, and ensure compliance with federal standards, emphasizing safety and visibility on these critical transportation routes. This initiative is part of the Indian Small Business Economic Enterprise (ISBEE) set-aside, promoting participation from small businesses, particularly those owned by disabled veterans and women, and is essential for enhancing road safety and navigation in the area. Interested contractors should contact Elsie Begay at Elsie.Begay@bia.gov or call 505-863-8226 for further details, with the contract period running from September 24, 2024, to November 29, 2024.
    F--Conservation Plans, BIA, NRO
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is soliciting proposals for the development of conservation plans related to grazing permit transfers within the Navajo Nation, specifically through its Navajo Regional Office. This opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, aiming to promote economic development within Native American communities while ensuring sustainable agricultural practices. The project involves creating conservation plans that comply with federal guidelines and existing management frameworks, with a contract performance period from September 26, 2024, to September 30, 2025. Interested parties must submit their proposals by 3:00 p.m. MDT on September 19, 2024, and can direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or by phone at 505-863-8404.
    FD BNR CHUSKA LAKE STAND EXAM & SILVA CU
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is soliciting proposals for the Chuska Lake Stand Exam and Silvicultural Prescription project located in Fort Defiance, Arizona. This procurement aims to engage contractors to conduct a detailed stand examination and develop a silvicultural prescription, focusing on managing invasive species within the Navajo Nation while adhering to federal guidelines. The project underscores the importance of sustainable forest resource management and the involvement of local communities in conservation efforts. Interested vendors must submit their proposals by 3:00 p.m. MDT on September 16, 2024, and can direct inquiries to Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.
    Sports Supplies for Many Farms High School
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is soliciting proposals for the supply of sports equipment for Many Farms High School. The procurement includes various basketball scoreboards and shot timers, with specific model numbers and quantities outlined in the Request for Proposal (RFP). This initiative is crucial for enhancing the athletic facilities at the school, thereby supporting the physical education and sports programs for students. Interested bidders must submit their quotes electronically, ensuring compliance with federal regulations, and can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further information. The procurement is classified as a Firm Fixed Price purchase order under the Indian Small Business Economic Enterprise (ISBEE) set-aside, emphasizing the government's commitment to supporting small businesses.