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
    44--Replacement Heat Pumps for Seba Delkai Boarding Sc
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors to provide replacement heat pumps for the Seba Delkai Boarding School located in Winslow, Arizona. This procurement aims to supply heating equipment essential for maintaining a conducive learning environment at the boarding school, which serves Native American students. The solicitation is set aside for small businesses, specifically under the Indian Small Business Economic Enterprise (ISBEE) program, with a closing date for offers extended to December 16, 2025, at 5:00 PM ET. Interested parties must acknowledge receipt of the solicitation amendments and submit their proposals electronically, ensuring compliance with all applicable federal regulations.
    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.
    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.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    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.
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    Trash Pickup for Kaibeto Boarding School
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking quotations for trash pickup services at the Kaibeto Boarding School. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, with a focus on solid waste collection under NAICS code 562111. The contract will be structured as a Firm Fixed Price purchase order for a base year starting January 1, 2026, with the possibility of four additional option years extending through 2030. Interested contractors must submit a comprehensive quote that includes their qualifications and ability to perform, with evaluations based on technical capability and price. For further inquiries, potential offerors can contact Ashleigh Cleveland at Ashleigh.Cleveland@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.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    Trash Pickup for Rocky Ridge Boarding School
    Interior, Department Of The
    The Bureau of Indian Affairs is seeking quotations for trash pickup services at the Rocky Ridge Boarding School, as part of a procurement initiative aimed at supporting Indian Small Business Economic Enterprises (ISBEE). The contract will cover refuse pickup and recycling services, structured as a Firm Fixed Price purchase order for a base year from January 1, 2026, to December 31, 2026, with the possibility of four additional option years. This service is crucial for maintaining cleanliness and environmental standards at the school, ensuring a healthy learning environment for students. Interested contractors must submit their all-inclusive offers electronically to Ashleigh Cleveland by December 16, 2025, at 1700 EST, and must be registered in SAM.gov to comply with applicable federal regulations.