IE 150 SSIS LAGOON AERATOR
ID: 140A2325Q0044Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSINDIAN EDUCATION ACQUISITION OFFICEAlbuquerque, NM, 87104, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

MAINTENANCE OF SCHOOLS (Z1CA)

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 through the Indian Education Acquisition Office, is soliciting proposals for the installation of a lagoon aerator system at St. Stephens Indian School in Riverton, Wyoming. The project involves the construction and installation of a TITUS Aerator System, including new electrical feeds, a grounding and bonding system, and a concrete slab, while adhering to Bureau of Indian Education standards and safety protocols. This initiative is part of a broader effort to enhance educational infrastructure within the community and is set aside for Indian Economic Enterprises, emphasizing the government's commitment to supporting Indian-owned businesses. Proposals are due by March 5, 2025, with a project cost estimated between $25,000 and $100,000, and interested contractors should contact Carolyn Sulla at carolyn.sulla@bie.edu for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the construction requirements for the permanent installation of a TITUS Aerator System at St. Stephens Indian School in Riverton, Wyoming. The primary purpose is to describe the essential tasks and objectives of the construction project, which includes installing new electrical feeds, a grounding and bonding system, and a concrete slab, while ensuring compliance with Bureau of Indian Education (BIE) standards and safety protocols. Key tasks include the demolition of existing electrical components, the installation of new electrical systems, and adhering to relevant codes and pre- and post-construction safety measures. The document emphasizes the importance of monitoring construction activities to ensure adherence to local regulations and the project's requirements. Contractors must follow a strict protocol for scheduling, reporting, and quality assurance, providing oversight through designated officials. The summary also notes compliance with the Davis-Bacon Act regarding labor costs, outlining the expectations for contractor performance, as well as the need for a pre-bid and pre-construction meeting. Finally, the contractor's responsibilities encompass various construction phases, including testing, project management, and providing detailed reports to the contracting officer. This project signifies an investment in the educational infrastructure of the St. Stephens community.
    The document outlines the Bid Bond (Standard Form 24), a federal form required as a guarantee for bid submissions in government contracts. It serves to bind the Principal (the bidding entity) and Surety(ies) (guaranteeing parties) to the United States government, ensuring that if the Principal fails to fulfill the contract conditions after acceptance, they must compensate the government for any resultant excess costs. Key components include sections for the Principal's legal name, type of organization, Sureties' details, bid price percentages, and execution signatures. The bond becomes void if the Principal successfully executes the required contract documents within the specified timeframe or compensates the government for additional costs if they fail to do so. The document details obligations, conditions, and instructions for proper completion, emphasizing compliance with regulations and the importance of corporate seals and authority verification for signatories. Overall, this form is crucial in the procurement process for construction, supplies, or services, minimizing financial risks for the government and ensuring that bidding entities are accountable for their proposals.
    The document presents a Performance Bond form, Standard Form 25, required by the federal government in relation to contracts and grants. The principal (contractor) and sureties (guarantors) confirm their financial obligation to the United States, ensuring project completion and compliance with contract terms. The bond obligates the principal to fulfill all contractual requirements and pay applicable taxes. Key details include the legal names and business addresses of the principal and sureties, their signatures, liability limits, and the conditions under which the bond becomes void. Specifically, if the principal fulfills contract obligations and pays necessary taxes, the surety's obligation to the government is nullified. The form mandates specific signatures and seals from both individual and corporate entities, emphasizing the need for compliance with legal and procedural requirements for validity. Overall, this Performance Bond ensures financial protection for the government in the execution of contracts, underlining the importance of accountability in public procurement processes.
    The document serves as a legally binding payment bond required under 40 USC Chapter 31, Subchapter III, which aims to protect individuals who supply labor and materials for government contracts. It outlines the obligations of the Principal (the contractor) and Sureties (those guaranteeing the bond) to ensure payment to all parties involved in the contract's execution. Essential components include the legal name and address of the Principal, the contract date and number, and the penal sum of the bond, which indicates financial liability. The document emphasizes that the bond is void if the Principal promptly pays all involved parties. It also specifies the conditions under which Surety corporations must be listed as approved by the Department of the Treasury and details stipulations for joint and several liability among multiple Sureties. There are instructions on how to complete the form, including the requirement for corporate seals and authorization for individuals signing on behalf of firms. This bond represents a critical safeguard in the context of federal RFPs and grants, ensuring financial security for subcontractors and suppliers, thereby fostering trust in government contracting processes.
    The document is a Statement and Acknowledgment form related to federal subcontracting under a prime contract. It outlines essential information including the prime contractor’s details, subcontractor’s information, contract specifics, and acknowledgment of various labor standards clauses. The prime contractor must declare if the prime contract includes the "Contract Work Hours and Safety Standards Act – Overtime Compensation" clause, and details about the subcontract award are to be provided. Additionally, the subcontractor commits to upholding specific regulations, including payroll standards, labor disputes, and wage rate compliance. The form allows for listing any intermediate subcontractors involved. This structured document ensures that subcontractors are informed of and agree to necessary labor standards, promoting compliance with federal regulations in government-related contracting activities. The completion of this form is vital for accountability and legal adherence in contracting processes, particularly in projects involving federal grants and requests for proposals (RFPs).
    This document outlines requirements for Indian Economic Enterprises (IEEs) participating in government contracting under the Buy Indian Act. It specifies that offerors must provide information on subcontracting limitations and required percentages of work or costs performed by their company. Offerors must indicate if they will utilize subcontractors and detail their qualifications, particularly if they exceed allowed thresholds for subcontracting non-IEEs. Additionally, written assurance is mandated from the offeror affirming compliance before contract award and completion. The representation section requires offerors to declare their status as an IEE, emphasizing the legal consequences of false information. Overall, this guidance aims to ensure that federal contracts support IEE participation while maintaining accountability and transparency.
    The document pertains to Request for Proposal (RFP) 140A2325Q0003, focusing on the installation of radon mitigation equipment. The key objective is to address radon levels in specific areas to ensure compliance with health and safety regulations. The RFP outlines the need for qualified contractors to provide necessary installation services, including site assessment, equipment installation, and post-installation monitoring to validate effectiveness. To support the mitigation efforts, contractors are expected to be familiar with applicable federal and state guidelines regarding radon safety. Additionally, the document details the scope of work, timeline for project completion, and outlines the qualification criteria for bidders. Emphasis is placed on the importance of effective radon reduction in safeguarding public health, particularly in residential and communal spaces. Overall, this RFP highlights the government’s commitment to addressing environmental health issues through targeted mitigation strategies.
    The document is a solicitation (No. 140A2325Q0044) from the Indian Education Acquisition Office for a construction project involving the installation of a lagoon aerator at St. Stephens Indian School, Wyoming. Issued on February 6, 2025, it outlines mandatory requirements for potential contractors, emphasizing that the solicitation is set aside for Indian Economic Enterprises. Proposals are due by March 5, 2025, with a forty-five day acceptance period post-deadline. Key elements include: - A site visit scheduled for February 19, 2025. - Compliance with Davis Bacon Wage Determinations for contractor wages. - A fixed performance period of 30 days from the notice to proceed. - The total project cost range estimated between $25,000 and $100,000. - Contractor obligations include safety program submissions, background checks for personnel, and adherence to federal, state, and local tax regulations. Additionally, the document mandates that all personnel must be background checked before commencing work, underscoring safety and compliance requirements throughout the construction process. Overall, this solicitation highlights federal priorities for utilizing Indian-owned enterprises while maintaining stringent oversight on contractor performance and community safety protocols.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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, which includes annual external inspections of boilers and pressure vessels across sixty-six schools managed by the Bureau of Indian Education. The contract is set aside for Indian Small Business Economic Enterprises (ISBEE) and requires the contractor to provide all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period commencing on March 1, 2025, and extending through several option years until February 28, 2030. Interested parties should contact Charmaine Williams-James at Charmaine.Williams-James@bie.edu or call 505-803-4266 for further details.
    N--ELECTRONIC SECURITY SYSTEM UPGRADE C58
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for an Electronic Security System Upgrade at the Wind River Agency Adult Detention Center in Fort Washakie, Wyoming. This project aims to enhance the facility's security infrastructure by installing modern systems, including CCTV, access control, intercoms, and duress alerts, with a budget estimated between $250,000 and $500,000. The upgrade is crucial for improving safety protocols and operational efficiency, reflecting the federal government's commitment to secure environments in detention facilities. Interested contractors must submit their quotes via email by February 26, 2025, and are encouraged to attend a site visit on February 12, 2025; for inquiries, contact Kathy Eder at Kathy.Eder@bia.gov or 406-247-7941.
    Betty Jane Bagley OSS Replacement (Suquamish)
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors for the installation of a new onsite septic system for Betty Jane Bagley in Bremerton, Washington. The project involves the construction of a comprehensive wastewater management system, including a 2-compartment septic tank, advanced treatment unit, pump chamber, and low-profile chamber drainfield, all to be completed within 30 calendar days after receiving the Notice to Proceed. This initiative is part of the federal commitment to enhance sanitation facilities in tribal communities and is classified as a Total Small Business Set-Aside, with an estimated budget ranging from $25,000 to $100,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to prepare for the forthcoming solicitation expected to be released around October 23, 2024. For further inquiries, potential bidders can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Furnish and install a septic tank and lagoon Mayette, KS
    Buyer not available
    The Indian Health Service (IHS) under the Department of Health and Human Services is soliciting quotes for the furnishing and installation of a septic tank and lagoon system in Mayetta, Kansas. The project requires the contractor to construct a wastewater lagoon and install a 1,000-gallon septic tank, adhering to specific materials and installation guidelines as outlined in the Statement of Work and accompanying drawings. This procurement is significant for enhancing local health infrastructure, particularly for Indian populations, and is set aside exclusively for Indian-owned businesses under the Indian Small Business Economic Enterprise (ISBEE) program. Interested contractors must submit their quotes by February 28, 2025, with an estimated award amount between $25,000 and $100,000. For further inquiries, potential bidders can contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
    Speech-Language Therapist
    Buyer not available
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is seeking proposals for Speech-Language Therapy services at St. Stephens Indian School, as outlined in a Request for Proposal (RFP). The contractor will be responsible for providing licensed speech therapists to conduct assessments, therapy sessions, and collaborate with educators and parents for students with speech or language deficits, with an estimated total of 448 therapy hours per year. This initiative is crucial for ensuring compliance with the Individuals with Disabilities Education Act (IDEA) and providing essential educational services to students in need. Interested parties should contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further details, with the contract period running from March 1, 2025, to February 28, 2026, and options for two additional years.
    Z--CRIP Main Canal Checks with Lateral 73
    Buyer not available
    The Bureau of Indian Affairs (BIA) is soliciting proposals for the Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73, focusing on the rehabilitation and replacement of critical irrigation infrastructure in La Paz County, Arizona. The project aims to enhance the efficiency and reliability of irrigation systems by rehabilitating check structures MC185 and MC270, and reconstructing MC420, while ensuring minimal disruption to ongoing irrigation operations. This initiative is vital for maintaining agricultural productivity and water management within the Colorado River Indian Reservation, with an estimated project cost exceeding $10 million. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
    Geotechnical Engineering Services for a new water storage tank Wyandotte, Oklahoma
    Buyer not available
    The Indian Health Service (IHS) is soliciting proposals for geotechnical engineering services related to the construction of a new water storage tank in Wyandotte, Oklahoma. The project involves the design and construction of a 120,000-gallon, 100-foot tall cylindrical tank for the Ottawa County Rural Water District 5, with the selected contractor responsible for assessing subsurface conditions and providing a comprehensive geotechnical report. This initiative is part of broader efforts to enhance water infrastructure in rural areas, ensuring compliance with engineering and environmental standards. Interested contractors must submit their quotes by February 17, 2025, with an estimated contract value of less than $25,000. For further inquiries, contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
    Cheyenne River CT Renovation
    Buyer not available
    The Indian Health Service, under the Department of Health and Human Services, is soliciting proposals for the renovation of the Cheyenne River Health Center located in Eagle Butte, South Dakota. This project, designated under Solicitation Number 75H70125Q00006, is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to renovate the radiology department to accommodate new CT equipment, with an estimated construction cost between $25,000 and $100,000 and a performance duration of 120 days post-notice to proceed. The renovation includes demolition, installation of new medical equipment, and compliance with health and safety regulations, including the Davis-Bacon wage determinations. Interested contractors should contact Thupten Tsering at Thupten.Tsering@ihs.gov or 206-615-2452 for further details.
    U--School Counselor
    Buyer not available
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is seeking proposals for a School Counselor to serve the Pine Ridge School in South Dakota, catering to a significant K-12 student population and managing various special education plans. The contract is structured as a Firm Fixed Price agreement with a performance period of five years, emphasizing the provision of high-quality counseling services to enhance educational support within the Pine Ridge community. Key requirements include U.S. citizenship for all personnel, adherence to safety regulations, and compliance with federal contracting guidelines, with the response deadline for proposals set for February 19, 2025, at 10:00 AM Mountain Time. Interested parties can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.
    F--TIMBER SALE PREPARATION (OAK RIDGE TS)
    Buyer not available
    The Bureau of Indian Affairs (BIA), Navajo Region, is seeking qualified contractors for timber sale preparation activities on approximately 10,495 acres of commercial forest land within the Navajo Nation, specifically in the Oak Ridge area. The procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, with tasks including timber marking, stand examinations, environmental assessments, and the preparation of appraisal reports, all aimed at promoting sustainable forestry practices and responsible natural resource management. Interested contractors must comply with federal regulations and submit their proposals by the extended deadline of February 19, 2025, at 2:00 p.m. MST, with a total award amount of $11.5 million. For further inquiries, potential bidders can contact Lynelle Benallie at Lynelle.Benallie@bia.gov or by phone at 505-863-8404.