PLUMBING FIXTURES UPGRADES
ID: 140A1124B0007Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSWESTERN REGIONPHOENIX, AZ, 85004, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF PENAL FACILITIES (Z2FF)

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 plumbing fixture upgrades at the Tohono O’odham Adult Detention Facility in Sells, Arizona. The project involves the removal of outdated plumbing fixtures and the installation of new, compliant fixtures, with a completion timeline of 90 calendar days from the Notice to Proceed. This procurement is critical for enhancing the facility's infrastructure and ensuring compliance with safety and legal standards, including ADA requirements. Interested contractors must submit sealed bids by September 19, 2024, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566.

    Point(s) of Contact
    Schiaveto, Melanie
    (602) 241-4566
    (602) 379-6763
    Melanie.Schiaveto@bia.gov
    Files
    Title
    Posted
    The document outlines specifications for the Acorn Penal-Ware 20" Lav-Toilet Comby, designed for installation on finished walls with accessible plumbing. Constructed from 14-gauge type 304 stainless steel, the fixture features seamless welded construction, fire-resistant sound-deadened interior, and a satin finish for hygiene and appearance. The lavatory bowl dimensions are provided, along with waste outlet specifications meeting various plumbing codes. The document details optional features, including a vandal-resistant air-controlled pushbutton valve with adjustable metering and lead-free compliance. Additional customization options for the toilet, lavatory, and flush valves are discussed, catering to specific project needs, including plumbing configurations and accessory selections. Notably, the fixture is designed to withstand heavy loading, with features to ensure safety and durability. The summary delineates the importance of complying with outlined specifications for proper installation and functionality, positioning the product as a sustainable solution for government and institutional facilities under RFPs and grants.
    The document outlines the specifications and installation guidelines for the Acorn Engineering Company's Econo Blowout Jet Toilet, designed for wall-mounted applications while ensuring accessibility for service. The toilet features a seamless welded construction from durable stainless steel with a polished satin finish, and its design eliminates voids to prevent contraband concealment. It meets industry standards (ASME A112.19.3 and CSA B45.4) and requires a minimum of 25 PSI flow pressure to operate. The trap is engineered to handle rigorous waste management, supporting a load of 1,500 pounds. The document includes options for customization, such as various flushing valve types and additional features like cleanouts or specialized finishes. It emphasizes proper installation practices, including specifying wall thickness and flushing system requirements. The summary encourages potential buyers to consult the company's website for the most current information. This document is integral for government contracts and RFP submissions where durability, compliance, and safety standards in public restrooms are vital.
    The document is a Questions and Answers Log for Solicitation #140A1124B0007, pertaining to plumbing upgrade repairs at the Tohono O'odham Detention Center. It outlines several entries that track the inquiries received about the project and the corresponding answers provided. Each entry includes a question number, date received, contractor details, the specific question, date sent to Customer Service (CS), answer, and date answered. This log serves as a critical communication tool to ensure clarity and transparency in the procurement process associated with the detention center's plumbing upgrades. By documenting questions and responses, the log aids potential contractors in understanding project expectations and requirements, thereby facilitating informed bid submissions. Overall, the log reflects adherence to standard practices in governmental RFP processes.
    The document outlines the specifications and options for Willoughby Industries' stainless steel, 18" wide, front-mounted lavatories that are compliant with handicap-ADA standards. These lavatories are designed for security and durability, featuring all-welded construction from 14 GA., Type 304 stainless steel, along with an oval-shaped bowl and fast drain with air vent. Specific details include vandal-resistant removable panels and self-draining soap dishes. The document includes various model numbers, options for fixtures, valves, controls, and accessories tailored to institutional use, particularly in correctional environments where ligature resistance is crucial. It emphasizes that while efforts are made to minimize ligature points, such products serve best alongside trained professionals. This filing is relevant for federal and state requests for proposals (RFPs) and grants, indicating its use in government facilities and promoting adherence to safety and accessibility standards.
    The document outlines a solicitation for plumbing upgrade repairs at the Tohono O'odham Detention Facility, categorized as a 100% Indian Economic Enterprise set-aside project. A firm fixed-price purchase order will be awarded, with sealed bids due by September 19, 2024. The Contractor is expected to start work within ten days of receiving the notice to proceed and complete it within ninety calendar days. It emphasizes compliance with Davis Bacon Wage Determinations and requires a performance bond of 100% of the contract price. Key requirements include submitting a list of personnel for site visits, adherence to safety protocols, and managing subcontracting limitations as defined in FAR clauses. Contractors must also meet federal, state, and local tax obligations, including tribal taxes. The Contractor's performance is subject to government inspection, ensuring quality control and compliance with contract specifications. Furthermore, clear communication channels with the contracting officer are established for queries related to the solicitation. This document serves as a comprehensive framework guiding contractors through the bidding process and contractual obligations within federal and local project requirements.
    The Bureau of Indian Affairs (BIA) seeks a qualified contractor for plumbing upgrades at the Tohono O’odham Adult Detention Facility in Sells, Arizona. The project involves removing outdated detention-grade plumbing fixtures and installing new, compliant fixtures, with a timeline of 90 calendar days from the Notice to Proceed. Removal tasks include 14 existing combo water closets, ADA toilets and lavatories, outdated shower valves, and mirrors, followed by the installation of improved fixtures that meet safety and legal requirements, such as ADA compliance. Contractors must ensure adherence to safety protocols and provide essential supervision and management during execution. They are required to conduct a site visit, submit a detailed project schedule, and obtain necessary security clearances. Additionally, they must comply with local Tribal regulations and include related fees and permits in their proposals. This contracting opportunity illustrates federal efforts to improve infrastructure at detention facilities while ensuring compliance with specifications and regulations applicable to public institutions.
    The document outlines the wage determination for building construction projects in Pima County, Arizona, as per the Davis-Bacon Act. It specifies that contracts subject to federal oversight must adhere to minimum wage rates from either Executive Order 14026 or Executive Order 13658, depending on the contract's effective date. For contracts entered after January 30, 2022, the minimum hourly wage is $17.20; for those awarded between January 1, 2015, and January 29, 2022, it is $12.90 unless a higher wage rate is applicable. The document provides various trade classifications and their corresponding wage rates, such as Bricklayer ($32.74) and Plumber ($28.51), including fringe benefits. Additionally, it emphasizes worker protections under Executive Order 13706, which mandates paid sick leave for contractors. The file also details the process for appealing wage determinations, underscoring the roles of the U.S. Department of Labor and the Administrative Review Board in handling such requests. This comprehensive wage determination aims to ensure fair labor standards and compliance for contractors involved in federally funded construction projects, thereby supporting both labor rights and project integrity.
    The document outlines the product specifications for Willoughby Industries' front-mounted built-in shower, designated as model WBIS-FA. Built from durable 14-gauge Type 304 stainless steel, the shower is designed for installation in compliance with most ADA requirements and includes various standard and optional components such as a pneumatic metering valve, ligature-resistant shower head, wall-mounted soap dishes, and multiple valve options. Willoughby emphasizes the need for precise installation details and verification of dimensions prior to installation. Additionally, the product is aimed at reducing ligature risks as part of security applications, although it stresses that it does not completely eliminate such risks. The document provides a list of available options, including water flow rates and electronic control mechanisms, ensuring adaptability to different settings and compliance standards. Ultimately, the purpose of this document aligns with government procurement needs for safety and accessibility in public facilities, addressing requirements pertinent to federal and state RFPs regarding public health and safety.
    The document provides technical specifications for Willoughby Industries’ ADA-compliant, rear-mounted recessed shower panels designed for secure installations, particularly in environments where ligature resistance is vital. It details the materials used, specifically 14-gauge Type 304 stainless steel, and provides installation guidance, including a standard anchoring system. Various customizable options are available, including valve types, shower heads, and special features like ligature-resistant components. Key points include the product’s compatibility with regulatory requirements and its design aimed at reducing ligature points while enhancing user safety. Notably, the document emphasizes that while risks are minimized, trained professionals must oversee installation to ensure optimal safety and function. This information is crucial for potential government and institutional purchasers aligning with federal grants and RFPs focused on public welfare and safety standards in healthcare and correctional facilities. Overall, the specifications cater to both practical installation needs and compliance with safety regulations in sensitive environments.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--Mold Removal - Tohono O'odham Detention Center
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors for mold removal services at the Tohono O'odham Detention Center in Sells, Arizona. The project requires certified contractors to perform mold abatement in five shower stalls, ensuring compliance with federal and tribal health standards while providing all necessary labor, materials, and services within a 30-day performance period post-award. This procurement is particularly significant as it is set aside for Indian Economic Enterprises, reflecting the government's commitment to supporting tribal businesses. Interested contractors must submit their all-inclusive quotes by September 20, 2024, and can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or 602-241-4566 for further information.
    Taos Picuris Service Unit Water Meter Replacement
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for water meter replacement services at the Taos Picuris Service Unit in Taos, New Mexico. The project requires a contractor to remove and replace existing potable water system piping while adhering to all relevant regulations, with a focus on minimizing disruption at the health center. This procurement is crucial for maintaining public health infrastructure and ensuring compliance with safety standards. Interested parties must submit their proposals by email to Eric Wright at eric.wright@ihs.gov by 12:00 pm MST on September 27, 2024, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    GARAGE DOOR REPLACEMENT FOR BIA-MESCALERO AGENCY
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking qualified contractors for the replacement of a garage door at the Mescalero Agency in New Mexico. This procurement is specifically set aside for Indian Small Business Economic Enterprises (Native American/Alaska Native) and involves the removal of an existing garage door and the installation of a new commercial-grade steel door, including necessary labor, materials, and equipment. The project is critical for maintaining the functionality and security of the agency's facilities, with a performance period scheduled from September 24, 2024, to October 23, 2024. Interested parties must submit their quotes by September 22, 2024, at 5:00 PM (MST), and can direct inquiries to Sonia Nelson at Sonia.Nelson@bia.gov or by phone at 505-563-3129.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    HERBICIDES -ANADARKO AGENCY
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking bids for the procurement of herbicides specifically for use at the Anadarko Agency, with the solicitation numbered 140A0324Q0013. This opportunity is exclusively set aside for Indian Economic Enterprises under the Buy Indian Act, requiring that only bids from registered Indian enterprises will be considered. The procurement involves a total quantity of 356 two-gallon containers of GRAZONNEXT HL HERBICIDE, with a delivery deadline of November 29, 2024, and quotes are due by September 20, 2024, at 2:00 PM Central Standard Time. Interested parties must provide detailed specifications, a delivery schedule, and ensure registration in the System for Award Management (SAM) to participate in the bidding process. For further inquiries, contact Marlene RedBear at (405) 247-1572 or via email at marlene.redbear@bia.gov.
    Z--Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is preparing to solicit proposals for the Colorado River Irrigation Project (CRIP), which involves the construction and rehabilitation of main canal check structures and the replacement of a failed lateral check structure. The project requires contractors to rehabilitate three main canal check structures, realign segments of the canal and electrical transmission lines, and construct a new check structure downstream of an existing failed facility, all while ensuring compliance with environmental regulations. This initiative is crucial for maintaining efficient irrigation operations in the region. Interested contractors, particularly Indian-Owned Small Business Economic Enterprises (ISBEEs), must be registered in the System for Award Management (SAM) and can expect specific proposal submission instructions to be released around September 23, 2024. For inquiries, contractors may contact William McLaughlin at William.McLaughlin@bia.gov or by phone at (850) 281-3444.
    Z--PIR Road Maintenance No. 1
    Active
    Interior, Department Of The
    Presolicitation INTERIOR, DEPARTMENT OF THE is planning to issue an Invitation for Bid (IFB) Solicitation for the Project PIR Maintenance No. 1 - Road Construction on the Tohono O'odham Nation, Pima County, Arizona. The project involves scarifying the existing disturbed roadway width to a depth of 6 inches, incorporating soil cement, grading, shaping, and compacting for 39.20 miles on Routes 2, 12, 18, 24, and 181. The estimated project magnitude is between $1,000,000.00 and $5,000,000.00, with a performance period of 150 calendar days. Contractor registration in the Government's System for Award Management (SAM) is required. The solicitation package is anticipated to be released on or about the week of April 18, 2024, with a thirty-day solicitation period.
    B954 Removal and Replacement of Grease Trap
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the removal and replacement of a grease trap at Building 954, located in Petrified Forest National Park, Arizona. The project entails supplying and installing a new Zurn Z1172 Grease Trap, ensuring compliance with environmental standards while supporting operational requirements for meal service. This contract, estimated at $47,000,000, is set aside for small businesses, with a performance period from October 7, 2024, to October 25, 2024. Interested contractors should direct inquiries to Velma Wynn at velma.wynn.1@us.af.mil or Jacqueline Aranda at jacqueline.aranda.1@us.af.mil, and must submit all questions by September 19, 2024, with responses provided by September 23, 2024.
    Construct a Wastewater Lagoon System
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to construct a wastewater lagoon system. This system will be used for sewage and waste facilities. The procurement is a combined synopsis/solicitation under the Buy Indian Set-Aside program. The contractor will be responsible for furnishing and installing the wastewater lagoon system according to the provided drawing and statement of work. The project has a performance period of 60 calendar days from the Notice to Proceed. Interested parties must submit their quotes by February 2, 2024. The quotes can be submitted via email or in a sealed envelope to the designated office. The evaluation of quotes will be based on price and technical acceptability. The award will be given to the responsible and responsive offeror with the lowest reasonable price and meeting all technical specifications.
    NEW REQ ROOF REPLACEMENT COTTONWOOD DS
    Active
    Interior, Department Of The
    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. The contractor will be responsible for providing all necessary materials, equipment, and personnel to complete the project, which includes options for either complete roof removal or a layover, while adhering to safety protocols and environmental regulations. This project is crucial for maintaining the integrity and safety of the school facilities, with an estimated cost between $100,000 and $250,000, and a performance period of 60 calendar days from the Notice to Proceed. Proposals are due by September 19, 2024, with a mandatory site visit scheduled for September 16, 2024; interested parties can contact Krisanne Dernago at krisanne.dernago@bie.edu for further information.