S--Carpet Installation for OIS at MIB
ID: 140A1625Q0032Type: Combined Synopsis/Solicitation
AwardedJun 2, 2025
$119.4K$119,446
AwardeeTATCO LLC 15342 CAPUTA LOOP Caputa SD 57725 USA
Award #:140A1625P0033
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 Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services) (IEE)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors 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 while adhering to safety and installation guidelines. This procurement is fully set aside for Indian Economic Enterprises (IEEs), emphasizing the government's commitment to supporting small businesses owned by economically disadvantaged groups. Interested contractors must submit their proposals by May 27, 2025, and can direct inquiries to Terence Lord at terence.lord@bia.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    The document provides a detailed inventory of equipment and associated costs for various building systems, notably elevators, stairs, and other facilities across multiple locations. It categorizes items into vertical circulation (elevators and stairs), construction specifications, and specific building structures, listing item codes, descriptions, and respective costs, which reveal the financial allocation for each facility component. The organized data indicates a systematic approach to managing government assets, clearly delineating the essential components necessary for infrastructure maintenance and upgrades. Additionally, the document notes the importance of compliance and proper handling of controlled unclassified information (CUI), reflecting adherence to governmental regulations regarding the management of sensitive material. In essence, this file serves as an inventory and budgeting tool, essential for planning and executing future maintenance or upgrades, highlighting the government’s commitment to responsible management of public assets and infrastructure efficiency.
    The document details a comprehensive listing of various federal and local RFPs (Requests for Proposals) and grants related to the construction and upgrading of facilities. It includes a categorization of different building components such as stairs, elevators, corridors, and office spaces, along with associated costs. The extensive numerical data provides insights into numerous construction elements, specifying dimensions and values for individual units and installations. Main topics include vertical construction elements such as elevators and staircases, categorized by location and type, each accompanied by their respective cost. The document serves as a resource for contractors and service providers to understand federal expectations and budgeting constraints in regard to building projects. Analyzing its context, the document fits within the broader framework of government procurement processes, notably in responding to federal grants and local RFPs. It effectively communicates key project specifications and financial requirements, facilitating informed decision-making for prospective bidders in the public sector construction realm.
    This document is an amendment to solicitation 140A1625Q0032, which modifies terms regarding the Indian Economic Enterprise (IEE) set-aside, site visit scheduling, and response deadlines. Key changes include a shift to a 100% IEE set-aside, a site visit on May 7, 2025, for eligible vendors, with attendance confirmation required by May 5, 2025. Additionally, questions regarding the solicitation must be submitted by May 2, 2025, and the final RFQ response date is extended to May 13, 2025. The amendment outlines that interested parties must provide attendee details to the Contract Specialist and Contracting Officer for site visit participation, and attendance is strongly encouraged although not mandatory. Provisions for identification and permitted items during the visit are specified. The document's emphasis on obtaining necessary confirmations and compliance illustrates the structured procedures characteristic of federal RFPs.
    The document pertains to an amendment of a solicitation under the contract ID 140A1625Q0032, issued by a federal contracting office located in Reston, VA. The primary purpose of this amendment is to update the deadline for submission of questions related to the solicitation, which is now set for May 9 at 3:00 PM EDT. It outlines the necessary acknowledgment procedures for contractors in response to the amendment, detailing that acknowledgment can be made via submission of copies, separate letters, or electronic communications. Failure to comply with these acknowledgment requirements may result in rejection of offers. The document reiterates that, aside from the current amendment, all previous terms and conditions of the solicitation remain unchanged. This information is essential for contractors to maintain compliance and ensure their proposals are considered for the contract. Overall, this amendment serves as a crucial update for stakeholders involved in the federal contracting process.
    The document is an amendment to solicitation 140A1625Q0032, concerning the carpet installation project for OIS at MIB, with a requisition number of 0044015096. Its main purpose is to extend the due date for submitting quotes to 9:00 AM Eastern Time on May 23, 2025, and to provide a new email address for responses, which is terence.lord@bia.gov. The amendment emphasizes the importance of acknowledging receipt of this modification by the specified deadline, outlining acceptable methods for doing so. It also clarifies the modification's impact on existing contracts/orders and stipulates that all previous terms remain in effect unless explicitly altered by this amendment. The overall focus is on ensuring proper communication and compliance for potential bidders and contractors involved in the solicitation process. This amendment represents a standard procedural update in federal procurement, illustrating the need for clear timelines and communication channels in government contracting scenarios.
    This document outlines Amendment 0004 regarding solicitation number 140A1625Q0032, focusing on modifications to a contract primarily related to flooring installation in government offices. Key updates include answers to contractor questions, confirming that all office installations can be done consecutively, and floor plans for the third and fourth floors are provided as attachments. Additionally, the due date for submitting quotes has been extended to 2:00 PM Eastern Time on May 27, 2025. The amendment emphasizes the requirement for contractors to acknowledge receipt of this amendment and submit related changes before the specified deadline to avoid rejection of offers. Overall, Amendment 0004 clarifies project expectations and extends deadlines to facilitate the bidding process for contractors involved in the flooring project.
    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
    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.
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    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.
    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.
    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.
    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.
    Office Supplies for Turtle Mountain Agency
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Pacific Region, is seeking quotations for office supplies for the Turtle Mountain Agency in North Dakota. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 339940, which pertains to Office Supplies Manufacturing, and includes items such as toner cartridges, folders, tape, batteries, and cleaning wipes. The supplies are essential for the operational needs of the agency, ensuring efficient administrative functions. Quotes are due by December 15, 2025, at 0900 PST, with an anticipated delivery date of January 30, 2026. Interested vendors can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-426-9210 for further information.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    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.
    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.