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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z--Replace Roof System - ISBEE Set-Aside
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the roof system on a recycling/storage shed at Petroglyph National Monument in Albuquerque, NM. The project involves the removal of the existing roof and installation of a new system, along with necessary finishing touches, emphasizing the government's commitment to supporting Indian small businesses through a total set-aside procurement. The estimated contract value ranges from $25,000 to $100,000, with proposals due by March 26, 2025, and an anticipated solicitation release date around March 12, 2025. Interested vendors can contact Samuel Hyslop at samuelhyslop@nps.gov or by phone at 970-880-4482 for further information.
    TPPIHC Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the TPPIHC Roof Replacement and Fall Protection project at the Taos-Picuris Health Center in Taos, New Mexico. This project involves replacing the existing roofing system and implementing fall protection measures, with an estimated construction cost between $1 million and $5 million, and is set aside for Indian Small Business Economic Enterprises (ISBEE). The successful contractor will be responsible for adhering to safety regulations, coordinating with health authorities, and completing the project within 180 calendar days. Proposals are due by March 20, 2025, following a mandatory site visit on March 5, 2025. Interested parties can contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further information.
    H--BOILER INSPECTION FOR NAVAJO REGIONAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services across sixty-six schools managed by the Bureau of Indian Education, including nine Bureau of Indian Affairs locations. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires contractors to conduct annual external inspections of boilers and pressure vessels, providing all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period commencing on March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors should submit their offers by March 20, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
    Z--CRIP Main Canal Checks with Lateral 73
    Buyer not available
    The Bureau of Indian Affairs (BIA) is soliciting proposals for the Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73, focusing on construction, alteration, and repair work on critical irrigation infrastructure in La Paz County, Arizona. This competitive procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and includes the rehabilitation and replacement of check structures MC185, MC270, and MC420, as well as the Lateral 73-36 Check, with an estimated project cost exceeding $10 million. The project is vital for enhancing irrigation efficiency and ensuring reliable water management for agricultural needs, with a proposal submission deadline of March 18, 2025, and a performance period of 900 days post-notice to proceed. Interested contractors can contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444 for further details.
    J--Well Pump Removal and Replacement for Tiis Nazbas
    Buyer not available
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is soliciting proposals for the removal and replacement of a water pump at the Tiis Nazbas Community School. This procurement aims to ensure compliance with the Federal Acquisition Regulation (FAR) while promoting participation from Indian Small Business Economic Enterprises (ISBEEs). The project is critical for maintaining the school's water supply infrastructure, which is essential for the health and safety of students and staff. Interested small businesses must submit their bids by March 12, 2025, at 5:00 PM Eastern Time, and can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further information.
    MOD TO ADD FUNDS TO A17PC00054
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for a project to install radon gas mitigation equipment at Taos Day School in New Mexico, under solicitation number 140A2325Q0055. The objective is to address elevated radon levels detected in school buildings, ensuring a safe educational environment for Native American youth, with a project timeline of 180 days post-award and a budget estimated between $25,000 and $100,000. This initiative is part of broader efforts to improve educational facilities, emphasizing compliance with federal and state safety standards, including Davis-Bacon wage determinations. Interested contractors must submit proposals by April 7, 2025, and are encouraged to attend a mandatory site visit on March 24, 2025; for inquiries, contact Carolyn Sulla at carolyn.sulla@bie.edu.
    Santa Fe Indian Health Center (SFIHC) Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the roof replacement and fall protection project at the Santa Fe Indian Health Center (SFIHC) in New Mexico. This procurement aims to ensure the safety and integrity of the facility by addressing critical roofing needs and implementing necessary fall protection measures. The project is vital for maintaining the operational capacity of the health center, which serves the local Indian community. Interested contractors, particularly those qualifying under the Indian Small Business Economic Enterprise (ISBEE) set-aside, should contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further details.
    Roof Replacement at Little Shell Tribal Health Clinic, Great Falls, Montana
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for a roof replacement project at the Little Shell Tribal Health Clinic in Great Falls, Montana. The project involves the removal of the existing roofing system and installation of a new roofing assembly, adhering to specific construction standards and safety protocols, with a focus on minimizing disruption to medical services during the process. This procurement is set aside for small businesses, with an estimated construction cost between $250,000 and $500,000, and proposals are due by March 26, 2025, with a mandatory site visit scheduled for March 6, 2025. Interested contractors can reach out to Joshua Vanskike at Joshua.Vanskike@ihs.gov for further inquiries.
    Cheyenne River CT Renovation
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the renovation of the Cheyenne River Health Center located in Eagle Butte, South Dakota. This project, identified under Solicitation Number 75H70125Q00006, is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) and aims to renovate the radiology department to accommodate new CT equipment installation. The estimated construction cost ranges from $25,000 to $100,000, with a performance duration of 120 days following the notice to proceed, emphasizing compliance with health and safety regulations, including Davis-Bacon wage determinations. Interested contractors should contact Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further details, and proposals must be submitted by the revised deadline of March 11, 2025.
    Native American Student Information System Recompe
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the Native American Student Information System (NASIS) to enhance educational data management for Native American students. This procurement aims to develop a comprehensive Software-as-a-Service (SaaS) cloud-based system that will manage, store, and track sensitive student data, ensuring compliance with federal and state reporting requirements while improving educational outcomes. The NASIS will serve 186 bureau-funded schools, emphasizing the importance of centralized data management and robust security measures to facilitate effective communication among stakeholders. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further details, with the contract performance period set from July 3, 2025, to July 2, 2030.