REMOVE/REPLACE DOORS BIE BUS GARAGE TMES
ID: 140A2325R0038Type: Solicitation
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER EDUCATIONAL BUILDINGS (C1CZ)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting proposals for the removal and replacement of garage doors at the Turtle Mountain Elementary School bus garage in Belcourt, North Dakota. The project entails the installation of 16 new insulated garage doors, including the removal of damaged doors and necessary hardware, with a performance duration of 90 days following the Notice to Proceed. This initiative aims to enhance facility safety and efficiency, reflecting the government's commitment to community services and infrastructure improvement. Interested contractors, particularly those qualifying as Indian Economic Enterprises under the Buy Indian Act, must submit their proposals by June 24, 2025, and can direct inquiries to Yui Hoptowit at yui.hoptowit@bie.edu or by phone at 808-978-2605.

    Point(s) of Contact
    Files
    Title
    Posted
    The Turtle Mountain Elementary School in Belcourt, North Dakota, is issuing a request for proposals (RFP) for the replacement of commercial garage doors at its bus garage. The project requires the contractor to remove damaged doors, replace necessary hardware, and install a total of 16 new insulated garage doors with specific dimensions and features. The contractor will handle debris removal, provide necessary safety documentation, and adhere to applicable safety regulations including ETR/OJCA/OSHA compliance. The performance duration for the project is set to 90 days post-Notice to Proceed. Contractors must also secure approval for any work outside regular hours and submit lists of all personnel involved on-site to the Contracting Officer for security clearance. It is advised that contractors visit the site prior to bidding to ensure accurate proposals. The overall purpose of the RFP is to enhance facility safety and efficiency through upgraded infrastructure at the Turtle Mountain Bus Garage, reflecting the federal and local government’s commitment to community services.
    The Turtle Mountain Elementary School in Belcourt, North Dakota, seeks a contractor to remove and replace its damaged bus garage doors. The work includes replacing doors with specified commercial models and hardware, ensuring energy efficiency, safety, and proper clean-up. Key requirements for the project encompass providing a schedule of values for material approval, adhering to safety regulations, and offering warranties for both products and workmanship. Contractors are granted the option to work outside regular hours but must seek approval in advance, and ensure all personnel on-site have appropriate identification and security clearance. It is also critical that contractors dispose of debris responsibly, maintain a clean working environment, and uphold compliance with TERO and EPA fees. The document emphasizes the importance of a site visit before submitting bids, reinforcing the necessity for contractors to fully understand the project scope and requirements. This RFP aligns with government contracting norms, illustrating thorough guidelines and expectations for successful project execution.
    The document is a Bid Bond form, specifically Standard Form 24, used in federal government contracting where a bid guaranty is required. It outlines the responsibilities of the principal, sureties, and conditions under which the bond is valid. Key details include the principal's legal name, type of organization, state of incorporation, surety information, bid identification, and the penal sum of the bond, which serves as assurance for the government against default by the principal. The bond becomes void if the principal executes the required contracts and provides additional bonds within specified timeframes following bid acceptance. Furthermore, the sureties agree to remain bound even if the acceptance period is extended, up to a limit of sixty days. The instructions detail requirements for completing the bond, including necessary signatures and seals, as well as conditions for individual and corporate sureties. This document plays a crucial role in ensuring that bidders meet obligations in federal RFPs, thus protecting government interests and maintaining contractual integrity during the bidding process.
    The document is a Performance Bond, which is a legally binding contract between a Principal (the contractor) and Sureties (the guarantors), ensuring the fulfillment of terms in government contracts. It outlines the obligations of the Principal to execute the contract and related agreements, along with the Surety's commitments for payment to the government. The bond includes specifics like date, contract number, and states of incorporation, while also requiring seals and signatures from involved parties to validate its legality. The obligations become void if the Principal meets all terms and agreements, including modifications and tax payments. Key instructions for completion include identifying the Principal and Sureties, adhering to corporate requirements, and maintaining adherence to Department of the Treasury guidelines. The document supports government RFPs and grants by providing a framework for financial security, assuring that contractors can meet their contractual obligations without defaulting.
    The document presents a payment bond form (Standard Form 25A), utilized by the federal government to protect individuals supplying labor and materials under contracts, as mandated by 40 USC Chapter 31. It outlines necessary details such as the Principal's legal name and address, types of sureties, and the contractual obligations required for execution of the bond. The document emphasizes that the bond secures payment to those providing labor or materials for the contract, with conditions under which the bond can be voided. The form requires signatures from the Principal and Surety(ies), along with corporate seals if applicable. Furthermore, it emphasizes adherence to specific guidelines when multiple sureties are involved and mandates that sureties must be on an approved list by the Department of the Treasury. The instructions clarify the execution process, including evidence of authority for representatives signing on behalf of companies. This document is essential within the context of federal RFPs and grants to ensure financial accountability and compliance in government contracting processes.
    The document outlines the "Statement and Acknowledgment" process related to subcontract agreements under federal contracts, as per the OMB control number 9000-0066. It includes key information such as the prime contract number, subcontract details, and the acknowledgment of various labor standards and compliance clauses by the subcontractor. The form captures essential data including the names and addresses of the prime contractor and subcontractor, the description of the subcontracted work, and signatures of both parties involved. It also indicates whether the prime contract includes the "Contract Work Hours and Safety Standards Act – Overtime Compensation" clause. Furthermore, it provides instructions for comments regarding the information collection process and adherence to the Paperwork Reduction Act. The purpose of this form is to ensure that subcontractors are aware of and comply with labor regulations associated with federal contracts, promoting accountability and transparency in government contracting.
    This document pertains to the Buy Indian Act, outlining the self-certification process for Offerors to qualify as an "Indian Economic Enterprise" (IEE) under the Department of the Interior Acquisition Regulation (DIAR). Offerors must confirm their IEE status at the time of submitting a proposal, upon contract award, and throughout the contract's duration. The text emphasizes that Contracting Officers may request additional documentation at any point during the acquisition lifecycle and warns that false information can lead to significant legal penalties. The form includes sections for the Offeror to fill out details about their tribal affiliation, unique entity identification, business name, and owner representation. This document is essential to ensure compliance with the Buy Indian Act and to promote participation by eligible Indian enterprises in federal contracts and grants.
    The document outlines a Questions and Answers Log pertaining to Request for Proposal (RFP) #140A2325R00038, submitted by the contractor TATCo on June 7, 2025. It records multiple inquiries from TATCo regarding the project scope, particularly focusing on whether existing operators are to be replaced and the condition of the exterior perimeter weatherstripping, which is damaged and should be replaced. TATCo also seeks clarification on modifications for four overhead doors on the Northwest side of the building, specifically whether to bid for changes in setup as requested by the customer or to maintain the current configuration. Each question was promptly addressed with affirmative responses from the government, underscoring the importance of thorough clarification during the bidding process. Overall, the log reflects the necessity for clear communication and detailed directives in the execution of government projects to ensure compliance with client requirements and safety standards.
    The document is a Questions and Answers Log related to Request for Proposal (RFP) #140A2325R00038. It systematically catalogs inquiries received from contractors, alongside the corresponding answers provided by the Contracting Officer’s Representative (COR). Each entry includes the question number, date received, contractor's name, the specific question, date sent to the COR, the answer provided, and the date the answer was given. This format ensures transparency and facilitates clear communication between the contracting entity and potential bidders. The log serves as a vital resource for contractors seeking clarification on the RFP, contributing to an informed bidding process. Overall, the document exemplifies the federal government’s commitment to fostering fairness and clarity in procurement processes.
    The document is an amendment to a solicitation identified as 140A2325R0038, issued by the Indian Education Acquisition Office in Albuquerque, NM. This amendment modifies the terms of the solicitation, which includes the addition of new attachments and adjustments to the proposal submission date. Specifically, Attachment 10 (Request for Information) and Attachment 9 (Statement of Work) are added, while the previous Statement of Work is superseded. The deadline for offer submissions has been extended to June 24, 2025, at 1700 MDT. The amendment also outlines the requirements for acknowledging receipt, stipulating that offers must convey acknowledgment prior to the specified time, or they risk rejection. The document maintains all existing terms and conditions of the original solicitation, ensuring continuity of the procurement process while including critical updates necessary for potential contractors. This amendment is essential for vendors seeking to participate in the solicitation process, providing clear instructions for compliance and deadlines.
    The document outlines a Request for Proposal (RFP) for the replacement of garage doors at Turtle Mountain Elementary School in Belcourt, North Dakota. Issued by the Indian Education Acquisition Office, the solicitation (No. 140A2325R0038) specifies a firm fixed-price purchase order for a project estimated to cost between $100,000 and $250,000. Bids must be submitted by June 16, 2025, with a proposal acceptance period extending 90 days post-deadline. Key requirements include adherence to the Davis Bacon Wage Determination, compliance with tribal taxes, and submission of on-site access lists for contractor personnel. Contractors are required to ensure safety protocols and submit a safety program plan before work begins. Additionally, contractors are responsible for background checks on employees working around children, following Covid-19 protocols, and ensuring the provision of required bonding. A post-award conference is mandatory, and electronic invoicing is to be conducted via the U.S. Department of Treasury's Invoice Processing Platform. The overarching aim is to execute the project while ensuring compliance with all federal, state, and local regulations, emphasizing the involvement of Indian Economic Enterprises for contract provision under the Buy Indian Act.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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 located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% 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 issuance of a Notice to Proceed. Proposals are due electronically by 2 PM Pacific Time on January 6, 2026, and interested parties should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or call 206-615-2452.
    73--Steam Kettle
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking quotes for the procurement, removal, and installation of a floor-mounted steam kettle for the Bureau of Indian Education's Turtle Mountain Elementary School in Belcourt, ND. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and requires the provision of new equipment, including a minimum one-year warranty, with a completion timeframe of 30-60 days after receipt of order. The steam kettle is essential for food preparation in educational settings, ensuring that students receive nutritious meals. Interested vendors must submit their all-inclusive firm fixed price quotes, along with necessary documentation, by the specified deadline, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.
    Emergency Air Handler Repair
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the emergency repair of an air handling unit at the Quentin N Burdick Hospital in Belcourt, North Dakota. The primary objective is to repair the damaged supply fan on air handling unit 3 to restore proper ventilation requirements for inpatient treatment rooms, in accordance with ASHRAE 170 standards. This repair is critical for maintaining the hospital's operational efficiency and ensuring a safe environment for patient care. Interested contractors can reach out to Phyllis Gourneau at phyllis.gourneau@ihs.gov or by phone at 701-477-8434 for further details regarding the procurement process.
    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.
    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.
    FL- WELAKA NFH-GARAGE DOORS - BEECHER UNIT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a construction project to replace seven manually opened garage doors at the Welaka National Fish Hatchery (NFH), Beecher Unit, located in Crescent City, Florida. The project involves the removal of existing doors and the installation of new hurricane-rated sectional doors, including all necessary hardware, to meet local wind load requirements. This procurement is a 100% Total Small Business Set-Aside, with a contract value estimated to be less than $25,000, and will be awarded based on the Lowest-Price/Technically Acceptable criteria. Proposals must be submitted via email to johnferrall@fws.gov by January 9, 2026, at 5:00 PM EST, and a site visit is highly recommended for interested contractors.
    Fort Thompson Duplex Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the construction of duplex buildings to serve as staff quarters at the Fort Thompson Service Unit in South Dakota. The project entails constructing one duplex with an option for an additional unit, adhering to specifications and requirements outlined in the solicitation documents. This initiative is crucial for providing adequate housing for healthcare staff in the area, emphasizing compliance with federal regulations and tribal requirements. Proposals are due electronically by December 18, 2025, at 2 PM Pacific, and interested contractors should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.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.
    BFSU Solid Waste Removal
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for solid waste removal services at various locations in Browning, Montana, under a Sources Sought notice. The procurement aims to identify Indian Small Business Economic Enterprises (ISBEEs) and Indian Economic Enterprises (IEEs) capable of providing weekly trash removal services for the Blackfeet Service Unit and Heart Butte Clinic. This initiative is part of the Buy Indian Act, which prioritizes contracts for Indian-owned businesses, ensuring that at least 51% of the earnings from the contract go to Indian entities. Interested vendors must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form to Shannon Connelly at shannon.connelly@ihs.gov within five days of the announcement, as this will inform the acquisition strategy for the requirement.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.