Carpet Installation for OIS at MIB
ID: 140A1625Q0032Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSCENTRAL OFFICERESTON, VA, 20192, USA

NAICS

Flooring Contractors (238330)

PSC

HOUSEKEEPING- CARPET LAYING/CLEANING (S214)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 6:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for carpet installation services at the Office of Indian Services located in the Stewart Lee Udall Building, Washington, DC. The project involves replacing flooring across approximately 12,631.93 square feet, requiring contractors to provide all necessary labor, materials, and supervision, with completion expected by May 15, 2025. This opportunity is fully set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 238330, emphasizing the government's commitment to supporting small businesses owned by economically disadvantaged groups. Interested contractors must submit proposals by the specified deadline and can contact Adam Lowery at Adam.Lowery@bia.gov or 571-560-0622 for further information. A site visit is scheduled for April 17, 2025, and adherence to federal labor standards, including wage determinations, is mandatory throughout the contract duration.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 8:06 PM UTC
The Statement of Work outlines the scope for replacing flooring within approximately 12,631.93 square feet at the Department of the Interior's Main Interior Building in Washington, DC. The contractor is responsible for providing all necessary labor, materials, tools, and supervision to install carpet tiling and vinyl composition tile (VCT). Key tasks include measuring the office space, debris removal, surface preparation, and ensuring adherence to manufacturer installation guidelines. All work must be completed by May 15, 2025, including final inspections. Moreover, the document specifies compliance with safety standards, including OSHA and relevant local regulations, and emphasizes the importance of communication with the Technical Point of Contact (POC) for any disruptions during the project. Contractor personnel are expected to conduct themselves professionally and maintain physical security protocols. The installation can occur during standard hours or weekends with POC coordination, and waste disposal must follow applicable regulations. This RFP reflects the federal government's commitment to maintaining a safe and functional work environment.
Apr 10, 2025, 8:06 PM UTC
This document outlines the certification process for Offerors under the Buy Indian Act, specifically regarding eligibility as an "Indian Economic Enterprise" (IEE) as defined in the Department of the Interior Acquisition Regulation (DIAR) Part 1480. It requires Offerors to self-certify that they meet IEE criteria at three critical points: when submitting an offer, at contract award, and throughout the contract duration. Contracting Officers may request additional documentation to verify eligibility during the acquisition process. Providing false or misleading information is punishable under U.S. law. The document also includes a representation form where Offerors must provide necessary details such as the name of the tribal entity, unique entity ID, legal business name, owner information, and a certifying signature, affirming their eligibility as an IEE. Overall, the primary purpose is to ensure compliance with federal regulations for Indian economic enterprises in government contracts and grants.
Apr 10, 2025, 8:06 PM UTC
The document outlines the wage determinations under the Service Contract Act by the U.S. Department of Labor, specifically Wage Determination No. 2015-4281, Revision No. 32, with updates applicable from December 23, 2024. It highlights that contracts subject to the Act must adhere to minimum wage rates as stated in Executive Orders 14026 and 13658, applicable to contracts awarded during different timelines. The minimum hourly wage is set at $17.75 for newer contracts and $13.30 for those awarded between January 2015 and January 2022, subject to annual adjustments and local requirements across various states including D.C., Maryland, and Virginia. Furthermore, detailed occupational wage rates are provided for numerous job titles reflecting standard labor rates and stipulating fringe benefits such as health and welfare payments, paid vacation, and holidays. The document emphasizes additional legal requirements, including paid sick leave under Executive Order 13706, and guidelines for conforming unlisted job classifications. These wage determinations ensure compliance with federal labor standards and protections for workers involved in federally contracted services, enhancing labor rights and accountability within government contracts.
Apr 10, 2025, 8:06 PM UTC
The document details a Request for Proposal (RFP) for carpet installation at the U.S. Department of the Interior, specifically for the Office of Indian Services. This solicitation is fully set aside for Indian Small Business Economic Enterprises (ISBEEs) and encourages participation from qualified businesses under NAICS code 238330. The anticipated performance period is from May 1 to May 15, 2025, at the Stewart Lee Udall Building in Washington, DC. Key information includes proposal submission protocols, vendor qualifications, evaluation criteria based on lowest price technically acceptable, and specific clauses incorporated by reference from the Federal Acquisition Regulation (FAR). A site visit for interested contractors is scheduled for April 17, 2025, requiring prior registration and adherence to security protocols. The document also outlines invoicing requirements—mandating electronic submissions through the U.S. Treasury’s Invoice Processing Platform (IPP)—and establishes strict compliance with various labor and ethical standards, including criteria for subcontracting and prohibitions regarding telecommunications equipment. This RFP exemplifies the government's commitment to involving small businesses, particularly those owned by economically disadvantaged groups, in federal procurement processes, ensuring equitable opportunities in government contracting.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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 erecting 1,995 linear feet of commercial-grade chain-link fencing to enhance security and protect property from vandalism and break-ins. This initiative is crucial for ensuring a safe environment for BIE operations and reflects the government's commitment to supporting Indian Economic Enterprises, as the solicitation is set aside for 100% Indian Small Business Economic Enterprises (ISBEE). 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.
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.
FIRE RATED COUNTER DOORS
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting bids for the installation of fire-rated rolling counter doors at its Anadarko Agency in Oklahoma, under project number 140A0325Q0005. The project involves the demolition of existing structures, installation of new fire-rated doors compliant with NFPA 80 standards, and associated electrical work, with all materials required to be brand new. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), with an estimated contract value between $25,000 and $100,000, and bids are due by May 12, 2025, with an anticipated award date of June 1, 2025. Interested contractors should contact Jocelyn Littlechief at Jocelyn.LittleChief@bia.gov or call 405-247-1527 for further details.
Z--NEW REQ ROOF REPLACEMENT COTTONWOOD DS
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the roof replacement project at Cottonwood Day School located in Chinle, Arizona. This opportunity is designated as a 100% Indian Economic Enterprise (IEE) set-aside, requiring contractors to replace the existing roof with a new TPO roofing system while adhering to safety regulations and quality assurance practices. The project is crucial for maintaining the integrity and safety of educational facilities, with an estimated contract value between $250,000 and $500,000. Interested contractors must submit proposals by May 16, 2025, following a mandatory site visit on April 16, 2025, and are encouraged to direct any inquiries to Krisanne Dernago at krisanne.dernago@bie.edu.
SD-LAKE ANDES NWR-REPL QUARTERS FLOORING
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for a Firm Fixed Price Construction contract to demolish and install new flooring at the Lake Andes National Wildlife Refuge in South Dakota. The project involves approximately 1,722 square feet of flooring replacement, requiring contractors to provide all necessary labor, materials, and equipment while adhering to safety regulations and environmental guidelines. This initiative is part of the government's commitment to enhancing residential facilities for employees at wildlife refuges, with a total budget estimated between $10,000 and $25,000. Interested small businesses must submit their proposals by the specified deadline and can contact Nicole Johnson at nicolecjohnson@fws.gov or 571-547-3470 for further information.
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.
Y--Wapato Drop One Water Screens
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is issuing a pre-solicitation notice for proposals from Indian-owned Small Business Economic Enterprises (ISBEEs) to undertake construction work at the Drop 1 Pumping Plant, part of the Wapato Irrigation Project near Yakima, Washington. The project involves the installation of automatic traveling water screens, gate actuators, and essential safety improvements aimed at enhancing the safety and efficiency of the irrigation water supply in the region. This initiative is crucial for modernizing vital irrigation infrastructure, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and the contract will be awarded using the Lowest Price Technically Acceptable method. Proposals will be accepted approximately 30 days post-solicitation, expected around May 2, 2025, with an estimated project duration of 295 days following the notice to proceed. Interested parties must have a UEI number and be registered in the System for Award Management (SAM), and inquiries can be directed to Contract Specialist Gregory Florey or Contracting Officer William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
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.