Z--BIE SFES - RE-ROUTE SUPPLY/RETURN OF HEATING WATER
ID: 140A2325Q0144Type: Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)

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, is soliciting proposals for a fixed-price construction project aimed at re-routing the supply and return of heating water for the hot water boiler system at San Felipe Elementary School in San Felipe, New Mexico. This opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the federal commitment to supporting indigenous economic development. The project requires contractors to provide all necessary labor, materials, and supervision, with a performance period from June 30, 2025, to July 21, 2025, and an estimated cost of less than $25,000. Interested contractors must submit their proposals by June 23, 2025, and can direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for Indian Economic Enterprises (IEEs) in federal contracting under the "Buy Indian" Act. It highlights the necessary submissions from offerors, including the details of subcontracting intentions and qualifications of key personnel. Offerors must indicate whether they meet the IEE definition and must provide written assurance of ongoing compliance with the contract's stipulations before contract award and acceptance. Failure to meet submission requirements can lead to non-responsiveness, which may result in rejection of the offer. The document also outlines the legal implications related to false representations made during the contracting process. This comprehensive framework aims to ensure that contracts meant to support indigenous enterprises are awarded in a manner that maintains integrity and adherence to ownership requirements throughout the contract's duration.
    The Bureau of Indian Affairs (BIA) outlines mandatory health and safety standards for contractors and grantees involved in construction and remodeling projects. These standards cover various areas including OSHA compliance, fire safety, accessibility for physically impaired persons, and adherence to the National Fire Codes. New constructions must include automatic sprinklers, and buildings must meet specific architectural and safety codes, including boiler and pressure vessel regulations. Environmental quality standards are also emphasized, mandating compliance with sanitation, water, and pest control guidelines. Energy conservation measures require new buildings to meet efficiency standards set by ASHRAE and aim for a 30% reduction in energy consumption. Documentation mandates the use of advanced metering devices, and renewable energy sources should be considered. The comprehensive regulatory framework ensures that all projects prioritize safety, accessibility, and environmental stewardship, reflecting a commitment to sustainable and safe infrastructure development on tribal lands.
    The document outlines compliance requirements for entities responding to federal solicitations under the Buy Indian Act. It specifies the need for verification of eligibility at the offer, contract award, and throughout the contract's duration. False or misleading information may result in legal penalties as per U.S. law. The Indian Economic Enterprise Representation Form is utilized to certify that the responding business qualifies as an "Indian Economic Enterprise" (IEE), requiring ownership criteria to be met continuously. Required information includes the Federally Recognized Tribal Entity name, Unique Entity ID, legal business name, and the identification of the IEE's majority owner. By signing, the offeror self-certifies compliance with the Act's stipulations, laying a foundation for transparency and accountability in contract execution within the framework of government RFPs and grants aimed at supporting Indigenous enterprises.
    The document outlines the Contract Progress Schedule (Form IA-C113) used by contractors working with the Department of the Interior, Indian Affairs. Its main purpose is to guide contractors in reporting the progress of work elements during a project. The schedule includes crucial details such as contract number, project title, dates, and contractor information. Contractors must sequentially list major work components, assign percentages to each based on their contribution to the total project, and outline planned progress across specified weeks. Additionally, it stipulates that if work progress is modified by the contracting officer, a revised schedule must be submitted reflecting the new timelines and completed work. The document emphasizes the importance of accurate progress reporting for contract administration and potential payments. Contractors are required to keep the contracting officer informed about any anticipated delays. This structured approach ensures transparency and effective management of government contracts, aligning with broader federal and local procurement processes.
    The document is a Contract Progress Report from the Department of the Interior's Indian Affairs, aimed at tracking the contractor's progress on a specific project. It includes details such as contractor information, project numbers, contract numbers, and completion dates. The structure accommodates reporting on various work elements with fields for percentage of total work completed during the specified period, cumulative completion, and remarks. Furthermore, it incorporates a section for certification of progress by a representative from the contractor and review by a contracting officer. A key aspect of the report includes confirming whether payrolls have been submitted for the reporting period. This report serves as a tool for managing payments and ensuring contract compliance, reflecting the government's oversight and accountability in federal grants, RFPs, and project management.
    The IA FORM 3000 V2 is a submission form utilized by contractors working with the Department of the Interior, specifically within Indian Affairs, for material approval processes under federal contracts. It facilitates the submission of shop drawings, equipment data, and material samples to the government for evaluation and approval. Key sections of the form require contractors to provide detailed information on the items being submitted, including specifications and descriptions of materials. Contractors must submit the form in multiple copies, clearly identify and number attachments for review, and ensure it is signed by the contracting officer for validation. Additionally, the submission process emphasizes organized and consecutive numbering to maintain clarity across different contracts. This structured approach ensures compliance with contract requirements, fostering effective communication between contractors and government representatives in the context of federal grants and requests for proposals (RFPs).
    The document titled "Questions Log - 140A2325Q0144, Waterline Repairs" outlines inquiries posed by contractors regarding the waterline repair project under the specified request for proposals (RFP) number. It presents a structured interaction between potential contractors and government representatives, detailing responses to questions that clarify project requirements, expectations, and deliverables. This log serves as a comprehensive tool for ensuring that contractors have a clear understanding of the project scope and associated guidelines, fostering transparency and effective communication throughout the bid process. By addressing contractor concerns, the government aims to facilitate a competitive bidding environment while ensuring compliance with regulatory standards and project specifications. Overall, this document is integral to the RFP process, highlighting the importance of thorough clarification in waterline repair initiatives.
    The document is a "Release of Claims" form issued by the United States Department of the Interior. It stipulates that upon completion of contract work, a contractor must provide a release of all claims against the United States before receiving final payment. The contractor acknowledges the payment amount due and waives all potential claims related to the contract, except those explicitly noted. The form requires the contractor's signature and identification, along with certification if the contractor is a corporation. This release serves as a legal safeguard for the federal government against any future claims by the contractor, reflecting standard procedures in federal contracts to ensure accountability and financial clarity. It facilitates the orderly conclusion of contract agreements, which is essential in the context of government RFPs and grants.
    The document is a Request for Information (RFI) form, utilized within government contracting to facilitate communication between contractors and the government regarding specific inquiries on contract performance. It outlines a structured process for contractors to submit questions related to their contracts, including potential impacts on costs and schedules. Each RFI includes essential details such as the contract title, contractor information, the subject of the request, and the requested specifications. Responses from the government are documented, ensuring clarity regarding the issues raised. A key note emphasizes that this RFI system does not authorize any additional work but serves to clarify existing conditions, with potential contractual procedures for notifying changes. The RFI process is crucial in keeping government contracts transparent and efficient, aiming to prevent delays and ensure compliance with agreed contract terms during execution. Such mechanisms are fundamental within the framework of federal grants and state/local RFPs, optimizing contractor engagement and project outcomes.
    The document is an amendment to solicitation number 140A2325Q0144 concerning the modification and re-routing of the heating water supply for the hot water boiler system at San Felipe Pueblo Elementary School. The purpose of the amendment is to extend the deadline for submissions to June 23, 2025, at 12:00 PM Mountain Daylight Time, while retaining all other contract terms in full force and effect. The contractor is required to provide all necessary supervision, parts, materials, and personnel to complete the work, followed by an inspection and testing of the system. The document specifies that acknowledgment of the amendment is mandatory for offer acceptance, and it provides contact information for the contracting officer and the contract representative. The period of performance for the contract will be from June 30, 2025, to July 21, 2025, ensuring a clear timeline for project execution.
    The solicitation document is issued by the Bureau of Indian Education (BIE) for a construction project focused on waterline repairs at San Felipe Elementary School in San Felipe, NM. This project is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs), emphasizing a commitment to providing opportunities for Indian economic enterprises. Interested contractors must submit proposals by email to the designated contact and must be actively registered in the System for Award Management (SAM). The project involves rerouting supply and return heating water for a hot water boiler system, requiring the contractor to supply all necessary labor, materials, and supervision. The contractor is expected to complete the work within 45 days after receiving a Notice to Proceed, indicating a performance period from June 30, 2025, to July 21, 2025. The estimated cost for the project is less than $25,000, and various special requirements are stipulated, including safety programs, bonding requirements, and compliance with federal and tribal tax laws. Offerors must also provide certification of compliance with regulations pertinent to working with Indian children. The document delineates extensive details regarding proposal submissions, contract administration, and compliance obligations, ensuring due process in line with federal procurement standards.
    The Statement of Work outlines a project for improving heating efficiency at San Felipe Pueblo Elementary School in New Mexico, where inadequate heating in the older wing affects the learning environment for about 164 Native American students. The primary objective is to modify and re-route the hot water boiler system to enhance heating. Pre-contract requirements include a site walkthrough and submission of a detailed plan for modifications. The contractor is responsible for removing old piping, installing new materials, providing labor and management, and ensuring compliance with relevant regulations and safety standards. Tasks include removing a three-way valve, installing a butterfly valve, and testing the system's operation. The project duration is set for 45 days, with work scheduled on weekdays. All construction must adhere to the BIA School Facilities Design Handbook and regulations regarding safety, acoustic standards, and environmental concerns. The contractor must provide warranties on labor, dispose of waste properly, and ensure that the final installation meets compliance with applicable building codes. This project demonstrates the federal commitment to enhancing educational facilities in tribal communities while ensuring safety and operational efficiency.
    Lifecycle
    Title
    Type
    Similar Opportunities
    68--Propane for Tohono O'odham Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking proposals for a firm fixed-price contract to supply propane to the Tohono O'odham Agency in Sells, Arizona. The procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), requiring that offerors qualify as both Indian Economic Enterprises and small businesses. The propane will be utilized for heating and kitchen appliances across various facilities, including the Tohono O'odham Agency Quarters and the Adult Detention Center, ensuring uninterrupted service is maintained. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 480-744-4870.
    Z--Mescalero Adult Detention Center FI&R
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for a Design/Build Construction Contract aimed at completing the Mescalero Adult Detention Center in Mescalero, New Mexico. This project involves various Facility Improvements & Repair (FI&R) activities, including design, construction, installation, and demolition, with an estimated construction magnitude between $500,000 and $800,000. The contract is set aside for Indian-Owned Small Business Economic Enterprises (ISBEE) and falls under NAICS Code 238210, which pertains to Electrical Contractors and Other Wiring Installation Contractors. Interested parties should prepare for a solicitation expected to be issued around December 24, 2025, and must ensure they have a Unique Entity Identifier (UEI) number and active registration in the System for Award Management (SAM). For further inquiries, contact Laurie Sherrod at laurie.sherrod@bia.gov or call 571-560-0313.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new rooftop unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Steam Kettle
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking quotes for the procurement, removal, and installation of a floor-mounted steam kettle for the Bureau of Indian Education at Turtle Mountain Elementary School in Belcourt, ND. This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) and requires offerors to submit a firm fixed price quote for new equipment, which must include a minimum one-year warranty and detailed specifications. The steam kettle is essential for food preparation in the school’s kitchen, supporting the nutritional needs of students. Interested vendors should contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256, and must ensure they are registered in SAM.gov, with quotes due within the specified timeframe of 30-60 days after receipt of order.
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    Zuni Quarters Sewer Improvement Project,
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is preparing to solicit proposals for the Zuni Quarters Sewer Improvement Project located in Zuni, New Mexico. This project involves the reconstruction of sewer lines, including demolition and replacement of existing infrastructure at the Zuni Comprehensive Community Health Center, and is expected to be completed within a 90-day period following the issuance of the Notice to Proceed. The contract will be awarded as a Firm Fixed Price (FFP) and is set aside exclusively for small businesses under NAICS code 237110, with an estimated project value between $100,000 and $250,000. Interested contractors should monitor https://sam.gov for the solicitation release, anticipated around December 23, 2025, and are encouraged to contact Shaukat Syed or Jenny Scroggins for further inquiries.
    Pine Ridge Multi Phase Door Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi-Phase Door Replacement project in South Dakota. This project aims to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed Price contract, with a performance period of 270 calendar days following the Notice to Proceed. Interested contractors must submit their proposals electronically by December 17, 2025, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or by phone at 206-615-2452.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.