Z--NEW REQ ROOF REPLACEMENT COTTONWOOD DS
ID: 140A2325R0001Type: Solicitation
Overview

Buyer

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

NAICS

Roofing Contractors (238160)

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
  1. 1
    Posted Jan 3, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 30, 2025, 12:00 AM UTC
  3. 3
    Due Feb 12, 2025, 9:30 PM UTC
Description

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. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) and requires contractors to provide all necessary materials and labor for the project, which includes options for either full removal of the existing roof or layering a new roof over it. The project is crucial for maintaining the safety and quality of educational facilities, with an estimated cost between $250,000 and $500,000, and a performance period of 60 days from the notice to proceed. Interested contractors must submit their proposals by January 31, 2025, and are encouraged to contact Krisanne Dernago at krisanne.dernago@bie.edu for further information.

Point(s) of Contact
Files
Title
Posted
Jan 30, 2025, 7:05 PM UTC
The Statement of Work (SOW) for the Cottonwood Day School roof replacement project outlines the scope of construction activities necessary for the replacement of the roof at the facility. The contractor is required to provide all necessary materials, equipment, and personnel while ensuring effective project management. The work includes two pricing options: full removal of the existing roof or layering a new roof over it. Specific tasks involve the installation of a TPO roofing system, curb flashings, and strict adherence to safety protocols established by OSHA. Moreover, the contractor must ensure compliance with background investigation requirements for personnel with access to students. The project must be completed within a 60-day performance period post-Notice to Proceed, with the contractor responsible for waste disposal, site maintenance, and coordination with school authorities. All work should be conducted during normal business hours with precautions in place for safety and environmental protection. This SOW serves as a formal request for proposals within the framework of federal and local RFP standards, ensuring that the objectives align with regulatory compliance and safety for the school environment.
Jan 30, 2025, 7:05 PM UTC
The document is a Questions and Answers Log related to Solicitation # 140A2325R0001, concerning a roofing project. It summarizes a series of inquiries from contractors regarding specific technical and regulatory requirements for bidding on the project. Key topics include whether a parapet coping cap is to be replaced, wind uplift requirements (noted at 90 MPH), and the necessity of inspections from a specified manufacturer, Mulehide. Contractors are required to be listed on the Navajo Nation business regulatory and must comply with the BIE handbook even for demolition materials. The document also addresses issues like core samples, insulation slope specifications, and the absence of existing structural drawings. A requirement for an R-value, particularly if a tear-off option is selected, is noted, along with related logistical questions concerning bid schedules and project scope. Overall, the log is critical in clarifying project expectations and ensuring compliance with federal and local regulations for prospective bidders.
Jan 30, 2025, 7:05 PM UTC
The document is a Questions and Answers Log for Solicitation # 140A2324R00XX, detailing inquiries made regarding a federal procurement process. It records information such as the date questions were received, the contractor involved, the date the queries were sent to the Contracting Officer's Representative (COR), and the corresponding responses along with their answer dates. Although specific questions and answers are not included in the provided excerpt, the structure suggests a systematic approach to maintaining transparency and providing necessary clarifications during the solicitation process. The purpose of this log is to enhance communication between the government and potential contractors, ensuring that all interested parties have access to the same information and understand the requirements of the solicitation clearly. This document aligns with best practices in federal grants and procurement processes, aimed at fostering an equitable bidding environment.
Jan 30, 2025, 7:05 PM UTC
Jan 30, 2025, 7:05 PM UTC
The document is a Statement and Acknowledgment form related to federal contracts, specifically detailing the relationship between a prime contractor and a subcontractor. It includes essential information such as contract numbers, awarded dates, and both parties' names and addresses. The form mandates confirmation of compliance with various labor standards, including the Contract Work Hours and Safety Standards Act, payrolls, and wage rate requirements. The prime contractor indicates whether the prime contract includes relevant clauses, while the subcontractor must acknowledge receipt and acceptance of these clauses. The document is governed by OMB regulations, emphasizing the collection of information for compliance and reporting purposes. The overall purpose of this form is to ensure transparency, accountability, and adherence to labor regulations within federal projects, thus maintaining the integrity of public contracting processes.
Jan 30, 2025, 7:05 PM UTC
The document is a Standard Form 25, which serves as a Performance Bond for government contracts. Its primary purpose is to ensure that the Principal (contractor) and Surety(ies) (guarantors) are bound to fulfill the obligations of a specified contract with the U.S. government. The form requires information about the Principal's legal name and business address, the type of organization, and sureties, along with their liability limits. The bond conditions specify that it becomes void if the Principal performs all terms of the contract, including any modifications and pays all taxes associated with the contract. It establishes a financial commitment from the sureties to cover the penal sum of the bond, which is the amount the government can claim if the Principal defaults. The form also outlines requirements for sureties, such as being on the Treasury's approved list, providing corporate seals, and submitting additional documentation if necessary. In the context of federal RFPs and grants, this bond is critical for ensuring the financial security and accountability of contractors engaged in government work, protecting taxpayers’ interests in the event of non-compliance or failure to perform as agreed.
Jan 30, 2025, 7:05 PM UTC
The document is a payment bond form required under federal regulations for contracts involving labor and materials, aimed at protecting parties who provide these services. It outlines the necessary information to be filled in, including the principal’s legal name, business address, the type of organization, state of incorporation, contract details, and the sureties involved. The bond assures that the principal will pay all individuals or subcontractors who furnish labor or materials as outlined in the contract. Provisions are included for multiple sureties and the obligations of the principal and sureties, specifying that the obligation is void only if payments are made as required. The document also mentions the need for corporate seals and additional compliance requirements for sureties. It is designed to streamline the bond execution process and ensure adherence to the Paperwork Reduction Act guidelines. Overall, this form plays a crucial role in government contracting by providing security and accountability in financial commitments related to federal grants and construction projects.
Jan 30, 2025, 7:05 PM UTC
The document outlines an amendment to a solicitation referenced as 140A2325R0001, pertaining to the Indian Education Acquisition Office in Albuquerque, NM. The primary purpose of this amendment is to post questions and answers received regarding the solicitation and extend the deadline for submitting offers to February 12, 2025, at 2:30 PM MST. It specifies that acknowledgment of receipt of this amendment is required to ensure the offer is considered. The document is formal and structured, indicating procedural steps for compliance, including methods for acknowledging the amendment and the importance of adhering to submission deadlines. All previous terms and conditions remain unchanged, emphasizing that this amendment does not alter the core requirements of the solicitation. The contracting officer's name, Dawn Sekayumptewa, is noted, affirming the official nature of the changes.
Jan 30, 2025, 7:05 PM UTC
The Bureau of Indian Education (BIE) is soliciting proposals for a roof replacement project at the Cottonwood Day School in Chinle, AZ, under solicitation number 140A2325R0001. This project is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs). Proposals must be submitted by January 31, 2025, and offerors are required to complete specific certifications, including verification of Indian Economic Enterprise status, prior to award. The contract will be a firm fixed-price agreement with a performance period of 60 calendar days from the notice to proceed. The estimated project cost is between $250,000 and $500,000. Additionally, compliance with Davis-Bacon wage determinations is mandatory for contractors and subcontractors. Prospective bidders must be registered in the System for Award Management (SAM), adhere to specific submission guidelines, and respond to any inquiries by January 22, 2025. A pre-construction safety meeting and site visit are scheduled for January 15, 2025. The project aims to not only replace the roof but to ensure safety and quality standards are met throughout the construction process, reinforcing the government’s commitment to supporting Indian economic development through contracting opportunities.
Jan 30, 2025, 7:05 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Roof Repair - Beclabito Day School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a roof repair project at Beclabito Day School in Shiprock, New Mexico. The project entails the removal and repair of approximately 37,000 square feet of damaged roofing using TPO materials, with the objective of ensuring compliance with Indian Affairs life safety codes and extending the roof's lifespan. This procurement is crucial for maintaining safe and functional educational facilities for the community, with a project budget estimated between $250,000 and $500,000. Interested contractors must submit sealed bids by May 15, 2025, and are encouraged to direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259 before the question deadline of May 5, 2025.
CON Roof Repair for Fire Station at Dennehotso
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for labor services to repair the roof of the fire station at Dennehotso Boarding School in Arizona. The project involves the removal of existing asphalt shingles and the installation of a Metal Roof Panel System, with a focus on compliance with current building codes and safety regulations. This initiative is crucial for maintaining the functionality and safety of the fire station, which plays a vital role in supporting fire service operations in the community. Interested contractors must attend a site visit on April 29, 2025, and submit their proposals by May 16, 2025, with a contract performance period expected from May 26 to June 27, 2025. For further inquiries, contact Mary Jane Johnson at maryjane.johnson@bie.edu or call 505-803-4259.
Z--NMNS/REPAVE MAIN ENTRANCE TURNOUT AT WHS
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting proposals for the repaving of the main entrance turnout at Wingate High School in Fort Wingate, New Mexico. The project aims to address significant disrepair, including deep potholes and narrow access that pose safety risks for school buses, by demolishing existing asphalt, regrading the entrance, and constructing wider concrete curbs with drainage features. This initiative underscores the government's commitment to improving educational infrastructure on tribal lands, ensuring safe access for students and staff. Interested contractors, particularly those qualifying as Indian Small Business Economic Enterprises (ISBEE), must submit their proposals by April 30, 2025, with a project budget estimated between $100,000 and $250,000, and are encouraged to contact Carolyn Sulla at carolyn.sulla@bie.edu for further information.
Y--BIE Chinle Agency Fencing Installation
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the installation of a chain-link fence and two gates at the Bureau of Indian Education's Chinle Agency in Arizona. The project entails the construction of 1,995 linear feet of commercial-grade chain-link fencing, aimed at enhancing security and protecting property from vandalism and break-ins. This initiative is part of the government's commitment to improving safety on tribal lands and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), promoting economic opportunities for qualified Indian-owned businesses. Interested contractors must submit their proposals by the end of April 2025, with an estimated project value between $100,000 and $250,000. For further inquiries, potential bidders can contact Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933.
Chain-link Fence Replacement, Red Rock Day School
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the replacement of a chain-link fence at the Red Rock Day School in Arizona. This project is a fixed-price contract with an estimated total cost of under $25,000, and it requires compliance with specific federal regulations, including the Davis Bacon Wage Determinations and safety standards. The procurement process includes a site visit scheduled for April 23, 2025, with proposals due by May 9, 2025, and inquiries must be submitted by April 28, 2025. Interested contractors can reach out to Yui Hoptowit at yui.hoptowit@bie.edu or call 808-978-2605 for further information.
INSTALL SOLAR STREET LIGHTS-CHINLE HDQTR
Buyer not available
The Department of the Interior, Bureau of Indian Affairs, is soliciting proposals for the installation of solar street lights at the Navajo Central Agency in Chinle, Arizona. This project specifically requires the installation of 17 solar LED streetlights and 3 traditional LED streetlights, aimed at enhancing safety and security in the community. The total contract value is estimated to be between $25,000 and $100,000, with a project timeline running from May 5, 2025, to August 1, 2025. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEEs), must submit their proposals by May 8, 2025, and can direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259.
HVAC Replacement & Repairs and Building Automation
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for HVAC replacement and repair, along with the installation of a Building Automation System at San Simon Elementary School in Sells, Arizona. The project requires contractors to provide design-build services for the replacement and repair of HVAC systems across multiple buildings on the school campus, ensuring compliance with safety and health codes while minimizing disruption to school operations. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEEs), promoting economic development within the community. Interested contractors must submit their proposals by May 16, 2025, following a mandatory site visit on April 29, 2025, and can direct inquiries to Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933. The estimated project budget ranges from $100,000 to $250,000.
Roof Repairs for Kayenta Health Center
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is seeking qualified contractors for roof repairs at the Kayenta Health Center located in Kayenta, Arizona. The project aims to address necessary maintenance and repairs to ensure the facility remains operational and safe for healthcare delivery, with an anticipated performance period extending from the date of award until December 31, 2025. This procurement is categorized under the NAICS code 238160 for Roofing Contractors and is set aside for Indian-Owned Small Business Economic Enterprises (ISBEE), emphasizing the importance of supporting local businesses. Interested contractors must submit their quotes by May 7, 2025, at 5:00 PM MST, and are required to maintain an active profile in the System for Award Management (SAM) to participate. For further inquiries, potential bidders can contact Flora Washington at flora.washington@ihs.gov or call 928-380-8345.
Z--IE 150 SSIS LAGOON AERATOR
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting proposals for the installation of a permanent TITUS Aerator System at St. Stephens Indian School in Wyoming. This project aims to enhance the school's facilities by constructing concrete slabs, performing electrical demolition, and installing a new electrical system, all while adhering to the National Electrical Code and ensuring cultural sensitivity. The contract is set aside for small businesses, with an estimated budget between $25,000 and $100,000, and proposals are due by April 21, 2025, following a site visit on April 7, 2025. Interested contractors should contact Carolyn Sulla at carolyn.sulla@bie.edu for further details and to ensure compliance with all solicitation requirements, including acknowledgment of amendments and adherence to safety regulations.
Santa Fe Indian Health Center (SFIHC) Roof Replacement and Fall Protection
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the roof replacement and fall protection project at the Santa Fe Indian Health Center (SFIHC) in Santa Fe, New Mexico. The project aims to replace the existing roof and install fall protection systems, with a construction magnitude estimated between $1 million and $5 million, and is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE). This initiative is critical for ensuring the structural integrity and safety of healthcare facilities serving the community. Interested contractors must submit their proposals by May 1, 2025, and are encouraged to contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further information.