FIRE RATED COUNTER DOORS
ID: 140A0325Q0005Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSSOUTHERN PLAINS REGIONANADARKO, OK, 73005, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

INSTALLATION OF EQUIPMENT- HOUSEHOLD AND COMMERCIAL FURNISHINGS AND APPLIANCES (N072)

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 May 12, 2025, 7:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 4:06 PM UTC
The document outlines wage determination number OK20250070 regarding construction contracts in Oklahoma, effective March 7, 2025. It requires adherence to the Davis-Bacon Act and related Executive Orders, ensuring minimum wage compliance. Specifically, contracts effective on or after January 30, 2022, mandate a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require $13.30 per hour unless contract circumstances change. The wage determination includes classifications and prevailing wage rates for various construction roles such as boilermakers, electricians, plumbers, and laborers across specified counties in Oklahoma. Detailed fringe benefits are associated with some classifications, emphasizing the importance of compliance for contractors. The document also provides guidance on appeals related to wage classifications and rates, indicating the appropriate departments for addressing inquiries and review requests. Overall, this wage determination serves as a regulatory framework to ensure fair compensation for construction labor in the specified Oklahoma counties, reinforcing the government's commitment to contractors' compliance with federal labor laws.
Apr 10, 2025, 4:06 PM UTC
This document outlines the requirements for self-certification as an "Indian Economic Enterprise" (IEE) under the Buy Indian Act, specifically within the context of federal government contracts. Offerors must verify their status as an IEE at three critical points: when responding to a solicitation, at the time of contract award, and throughout the contract's term. Contracting Officers may request further documentation to confirm eligibility at any stage. Importantly, submitting false information carries severe legal penalties. The document includes a representation form that Offerors need to complete, which requires details such as the name of the tribal entity, unique entity ID, legal business name, and information about the majority owner of the firm. This certification process ensures compliance and integrity in awarding contracts specifically set aside for Indian Economic Enterprises, reinforcing the government's commitment to support tribal businesses in federal acquisitions.
Apr 10, 2025, 4:06 PM UTC
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 contract, intended for Indian Small Business Economic Enterprises (ISBEE), is estimated between $25,000 and $100,000, with bids due by May 12, 2025, and the anticipated award date set for June 1, 2025. Contractors are required to provide materials compliant with NFPA 80 standards, including demolition of existing structures, installation of the counter doors, and all associated electrical work. Key tasks include preparing and coating wall framing, ensuring fire safety ratings, and conducting necessary inspections and testing. All products used must be new, with no refurbished items allowed. The contractor will be responsible for site verification and coordination with BIA personnel for operational access. Additionally, all electrical work must conform to applicable codes, and safety precautions must be followed, particularly concerning lead-based materials present on-site. This procurement underscores the government's commitment to engaging small Indian businesses while adhering to regulations and safety standards throughout the construction process.
Lifecycle
Title
Type
FIRE RATED COUNTER DOORS
Currently viewing
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.
Carpet Installation for OIS at MIB
Buyer not available
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.
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.
38--317 07C HYDRAULIC EXCAVATOR/MULCHER
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking proposals for the procurement of two CAT317 hydraulic excavators with mulcher attachments for the Flathead Indian Irrigation Project. This solicitation is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the government's commitment to supporting tribal economic development. The equipment is crucial for enhancing irrigation infrastructure and operational efficiency within the project, which is vital for the agricultural needs of the local tribes. Proposals are due by May 9, 2025, with delivery expected within 120 days after award to Saint Ignatius, MT. Interested parties can contact Brock Bell at brock.bell@bia.gov 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.
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.
R--DIGITIZATION PROJECT
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking proposals for a digitization project aimed at transitioning approximately 500 boxes of paper records to electronic formats at its Rocky Mountain Regional Office and associated agencies. This initiative is in response to federal mandates for compliance with National Archives and Records Administration (NARA) standards, emphasizing the importance of efficient records management and data security. Contractors must possess a minimum of ten years of experience in records management and adhere to strict security protocols while completing the project within a timeline of 6 months to 1 year. Interested parties should contact Mary King at Mary.King@bia.gov or by phone at 406-247-7941, with proposals due by May 8, 2025, at 1700 local time.
7K--Nimble Storage for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of Nimble Storage solutions for its Office of Information Technology (OIT). This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance the agency's IT storage capabilities through the acquisition of various HPE storage products and accessories. The selected contractor will be responsible for delivering the required products within 90 days post-award, with proposals due by April 1, 2025. Interested parties can reach out to Maggie Main at maggie.main@bia.gov for further inquiries regarding this solicitation.
Ductile iron utility poles and electrical wire
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Western Region, is seeking quotes for the procurement of ductile iron utility poles and electrical wire under a Combined Synopsis/Solicitation notice. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), requiring that participating businesses have at least 51% ownership and control by enrolled members of federally recognized tribes. The goods are essential for utility infrastructure, supporting the delivery of electrical services in various applications. Interested vendors must submit their quotes by April 21, 2025, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
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 for the Navajo Regional area, with a focus on supporting small businesses through a total small business set-aside. The contract entails conducting annual external inspections of boilers and pressure vessels across sixty-six schools managed by the Bureau of Indian Education, requiring the contractor to provide all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is significant for ensuring the safety and compliance of heating systems in educational facilities, with the contract expected to commence on March 1, 2025, and extend through several option years until February 28, 2030. Interested parties must submit their quotes by April 25, 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.