GARAGE DOOR REPLACEMENT FOR BIA-MESCALERO AGENCY
ID: 140A0724Q0030Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSALBUQERQUE ACQUISITION OFFICEALBUQUERQUE, NM, 87104, USA

NAICS

Metal Window and Door Manufacturing (332321)

PSC

BUILDING COMPONENTS, PREFABRICATED (5670)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    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.

    Point(s) of Contact
    Nelson, Sonia
    (505) 563-3129
    (505) 563-3019
    Sonia.Nelson@bia.gov
    Files
    Title
    Posted
    The document outlines a request for quotation (RFQ) by the Department of the Interior, Bureau of Indian Affairs (BIA), for the procurement and installation of a garage door at the Mescalero Agency, New Mexico. The contract type is a Firm Fixed Price purchase order set aside for Indian Small Business Economic Enterprises, evaluated based on the Lowest Price Technically Acceptable criteria. The contractor is responsible for providing and installing a commercial-grade garage door, including necessary labor, materials, and equipment, as well as the removal of the existing door. Key personnel requirements involve a Contract Manager and Site Supervisor, each accountable for contract administration and project oversight. The contractor must ensure safety standards, maintain proper identification for personnel, and comply with evaluation and quality assurance measures. Performance evaluation meetings are mandatory, and the contractor must also adhere to environmental regulations and ensure the use of biobased materials wherever feasible. The contract includes various clauses related to federal acquisition regulations, including those surrounding payment processes and compliance with laws specific to government contracts. Overall, the document emphasizes adherence to safety, quality, and regulatory standards throughout the project lifecycle.
    The document focuses on the geographical location of Mescalero, New Mexico, situated approximately 14 miles south of Ruidoso and 8 miles northeast of itself. Although it offers a brief overview of these distances, the file lacks additional context, details, or specific information commonly found in more comprehensive government Request for Proposals (RFPs) or grant announcements. The purpose appears to be situational awareness for potential federal, state, or local initiatives that may occur in or influence the Mescalero area. Understanding its proximity to Ruidoso could be relevant for resource allocation, community development, or project planning within the region, particularly in relation to government programs targeting economic or infrastructural growth.
    This document outlines the performance requirements for a contract associated with the installation of a garage door at the BIA Mescalero Agency. It details responsibilities and standards expected from the contractor, including the appointment of a site manager, compliance with security measures, qualifications of contractor employees, and the implementation of a quality control plan. Performance indicators and acceptable quality levels (AQL) are specified for various tasks, with an emphasis on meeting safety regulations, maintaining contractor identification, and ensuring timely communication with government personnel. Key tasks include providing project scheduling, inspecting existing conditions, removing the old garage door, installing the new door, and handling debris disposal responsibly. All contractor materials must conform to Federal standards, with specific guidelines for biobased materials. The contractor must report any safety concerns and obtain necessary approvals for alterations to the project schedule. The document reinforces the importance of quality assurance with random inspections and stringent criteria for contractor performance evaluation. Ultimately, the goal is to ensure efficient, safe, and compliant execution of the contract while safeguarding government property and adhering to all regulations.
    This document is the "Register of Wage Determinations Under the Service Contract Act," published by the U.S. Department of Labor, providing minimum wage rates for various occupations in New Mexico as outlined in Wage Determination No. 2015-5455, Revision No. 25. It specifies that contracts subject to the Service Contract Act must adhere to minimum wage guidelines outlined in Executive Orders 14026 and 13658, which define wage rates of at least $17.20 and $12.90 per hour for covered workers depending on contract initiation dates. A comprehensive table lists occupation codes, titles, and corresponding wage rates, including fringe benefits such as health and welfare stipulations, vacation, and holiday pay. The document also includes requirements for paid sick leave under Executive Order 13706 and guidelines for additional classifications and wage rates through the conformance process. This information supports contractors in complying with wage regulations and ensuring worker protections during the performance of federal contracts, directly relevant to RFPs and grant applications in state and local contexts.
    The document outlines a Request for Proposal (RFP) for a garage door replacement project managed by the Bureau of Indian Affairs (BIA) Southwest Regional Office in Mescalero, NM. The acquisition is specifically set aside for Indian Small Business Economic Enterprises and falls below the $25,000 threshold. Bidders are required to deliver services that include removing the existing garage door and installing a new commercial-grade steel door with specific dimensions, insulation, and warranty specifications. The period of performance is from September 24, 2024, to October 23, 2024, with the final deliverables due by this date. Key contact information for both the contractor and the government representative is provided to facilitate communication. The document adheres to federal acquisition regulations, ensuring transparency and compliance in the solicitation process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    N--Security System
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Indian Affairs (BIA) is seeking quotations for the purchase and installation of a comprehensive security system at its Riverside, California facility. The project aims to replace outdated security measures in response to previous incidents of vandalism and theft, incorporating advanced video analytics, AI-enabled cameras, a robust alarm system, and improved access controls. This procurement is crucial for enhancing safety and compliance with federal security standards, with a firm-fixed-price contract expected to be awarded. Interested small businesses must submit their quotations by September 23, 2024, and can contact Jodi Zachary at Jodi.Zachary@bia.gov or 916-978-6005 for further information.
    PEST CONTROL SERVICES FOR BUREAU OF INDIAN AFFAIRS
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking qualified contractors to provide pest control services for the Mescalero Agency in Mescalero, New Mexico. The procurement involves comprehensive pest management, including regular inspections, emergency response, and adherence to environmentally responsible practices, with a contract period from September 24, 2024, to August 31, 2025, and four optional one-year extensions. This initiative is crucial for maintaining the health and safety of the agency's facilities while supporting the welfare of the Mescalero Apache Tribe through effective resource management. Interested small businesses must submit their quotes by September 23, 2024, at 11:00 AM (MT) to Sonia Nelson at sonia.nelson@bia.gov, with the anticipated award date on the same day.
    38--Motor Grader
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is soliciting bids for the procurement of a John Deere 672G Motor Grader, specifically set aside for Indian Small Business Economic Enterprises (ISBEE). The motor grader is essential for maintaining safe road conditions on BIA-controlled routes, featuring advanced specifications such as a powerful 9.0L engine and hydrostatic drive transmission, with a project completion timeline of 90 days from the notice-to-proceed. This procurement reflects the government's commitment to enhancing infrastructure and ensuring safe travel conditions in the region. Interested contractors must submit their offers electronically by September 20, 2024, and can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or 602-241-4566 for further details.
    23--Gooseneck Trailer
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking bids for a Firm Fixed Price Purchase Order for a 25-foot long Gooseneck Trailer, with the procurement set aside for Indian Economic Enterprises that qualify as small businesses under the Buy Indian Act. The trailer must meet specific requirements, including a minimum weight capacity rating of 5,000 lbs per axle, and must be delivered within 30 days post-award. This procurement is significant as it aims to promote participation of Indian businesses in federal contracting opportunities. Interested contractors must submit their quotes electronically by September 23, 2024, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566.
    BERLAND LAKE SILVICULTURAL PRESCRIPTION
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), under the Department of the Interior, is soliciting proposals for the Dezza Bluff Silvicultural Prescription project aimed at hazardous fuel reduction and fire management in the Navajo Region. The project encompasses approximately 4,438 acres near Tohatchi, NM, focusing on prescribed burning to mitigate hazardous fuel accumulation, enhance forest health, and reduce wildfire risks, with key deliverables including comprehensive stand inventories and silvicultural prescriptions. This initiative is critical for improving fire management practices and forest health on tribal lands, with a total award amount of $11.5 million and a proposal submission deadline of September 20, 2024. Interested contractors should direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or call 505-863-8404 for further details.
    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.
    PLUMBING FIXTURES UPGRADES
    Active
    Interior, Department Of The
    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.
    P--Environ. Sampling and Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is preparing to solicit proposals for Environmental Sampling and Remediation Services under a National Multiple Award Environmental Remediation Services IDIQ Contract, specifically targeting Indian-owned Small Business Economic Enterprises (ISBEEs). The procurement aims to award approximately three Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total maximum value of $45 million over a five-year period, to qualified contractors who will conduct environmental assessments, develop remediation plans, and execute remediation on properties owned by the BIA and other Department of the Interior (DOI) agencies across various locations in the United States. Interested ISBEEs must have a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) to participate, with the formal solicitation expected to be issued around September 23, 2024. For further inquiries, interested parties can contact Lara Wood at lara.wood@bia.gov.
    F--Environmental Consulting Services/Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking responses for environmental consulting and remediation services focused on the preservation of historical federal paper records at their Western Nevada Agency in Carson City. The primary objective is to inspect, test, and remediate potentially contaminated documents categorized as "records in jeopardy," which include 15 oversized ledger books and 15 one-cubic-foot boxes of standard paper records that may be affected by dust, mold, insects, or vermin. This initiative underscores the BIA's commitment to effective records management and preservation, ensuring the longevity and accessibility of important historical documents. Interested vendors must submit their capabilities statements, including a Unique Entity Identification (UEI) number and a summary of similar projects, by 12:00 p.m. Pacific Time on October 18, 2024, to Melanie.Schiaveto@bia.gov.