Z--NEW REQ ROOF REPLACEMENT COTTONWOOD DS
ID: 140A2325R0030Type: Solicitation
Overview

Buyer

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

NAICS

Roofing Contractors (238160)

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, is soliciting proposals for the roof replacement project at Cottonwood Day School located in Chinle, Arizona. This project is designated as a 100% Indian Economic Enterprise (IEE) set-aside, requiring contractors to provide all necessary materials, equipment, and labor while adhering to federal safety and quality standards. The estimated project value ranges between $250,000 and $500,000, with proposals due by June 13, 2025, and a mandatory site visit scheduled for April 16, 2025. Interested contractors should contact Krisanne Dernago at krisanne.dernago@bie.edu for further details and must ensure compliance with all federal regulations, including registration in the System for Award Management (SAM) and adherence to Davis-Bacon Wage Determinations.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) for the Cottonwood Day School roof replacement outlines the necessary construction activities, responsibilities, and standards for the project. The main objective is to replace the existing roof, requiring the contractor to furnish all materials, equipment, and personnel while adhering to safety regulations and quality assurance practices. Key components include removal of the old roofing system, installation of a new TPO roofing system, and ensuring safety measures in accordance with OSHA guidelines. The contractor is also tasked with managing debris, maintaining a clean worksite, and coordinating with school authorities regarding access and scheduling. The project is to be completed within 60 calendar days post-Notice to Proceed, with requirements for background investigations for employees working near children, and compliance with all permit and environmental regulations. All work must be conducted during specific hours on weekdays, and it encompasses a one-year warranty from the contractor and a 20-year warranty from the manufacturer. Communication and submittals throughout the project are critical to ensure adherence to specifications and timelines, emphasizing the importance of thoroughness and collaboration between the contractor and government representatives. This SOW reflects standard practices for federal contracts aimed at ensuring safety, compliance, and quality in public facility renovations.
    The document is a Questions and Answers Log for Solicitation # 140A2324R00XX, likely related to a federal government Request for Proposals (RFP). It outlines inquiries made by contractors regarding the solicitation, detailing the questions posed, the dates sent to the Contracting Officer's Representative (COR), and the corresponding answers provided. This log serves both as a reference for interested parties to understand clarifications on the RFP and as a formal record of communication between the contractors and the government. By addressing various queries, the log signifies the government's effort to ensure transparency and clarity in the bidding process. The organization implies a systematic approach to managing contractor questions to facilitate fair competition and informed proposals. Overall, the log is integral to the RFP process, reflecting the government’s commitment to providing potential contractors with the necessary information to prepare competitive bids while adhering to federal standards for procurement and grant allocation.
    The Bureau of Indian Affairs outlines essential federal health and safety standards applicable to contractors or grantees involved in construction and facility management. Key areas include compliance with OSHA regulations, fire safety codes, accessibility standards under the Architectural Barriers Act, and various building safety codes based on NFPA guidelines. The document mandates specific requirements for mechanical systems, plumbing, electrical installations, and environmental quality, emphasizing energy conservation initiatives. New buildings must target significant reductions in energy consumption and incorporate advanced metering devices. Additionally, highway design follows AASTHO standards, while guidelines for sanitation and pest control are also provided. The overarching purpose is to ensure compliance with federal regulations, promote safety, and enhance energy efficiency in federally funded projects.
    The document is a Statement and Acknowledgment form that addresses the details of a subcontract awarded in connection with a prime federal contract. It includes information such as the names of the prime contractor and subcontractor, their addresses, contract numbers, and specific clauses related to labor standards and wage requirements that must be acknowledged by both parties. The form highlights compliance with various federal regulations, including the Contract Work Hours and Safety Standards Act. Additionally, it contains fields for signatures and dates to confirm the commitments made by both the prime contractor and subcontractor. This document serves to ensure transparency and adherence to statutory labor standards in federal contracting, exemplifying a fundamental requirement in federal RFPs and grants aimed at regulating subcontractor responsibilities.
    The document is a Standard Form 25, primarily a Performance Bond required for federal contracts, serving as a guarantee that the principal (the contractor) will fulfill their contract obligations. It details the legal commitment between the principal and the surety, binding them to a specified penal sum in favor of the United States government. The bond is in effect if the principal performs all contract terms and pays any applicable taxes. The form includes sections for the provision of signatures from both principals and sureties, along with their corporate seals and liability limits. Specific instructions guide signers on completing the bond with necessary details about organization type, contract number, surety information, and compliance requirements for sureties. The document emphasizes the importance of proper authorization and the need for compliance with government regulations. Overall, this Performance Bond underscores the federal government's requirements for financial security and compliance in contractual agreements, essential for ensuring project integrity and accountability in government contracts.
    The document is a payment bond form used in compliance with federal regulations under 40 USC Chapter 31, Subchapter III, aimed at protecting individuals providing labor and materials for government contracts. It details the necessary components to complete the bond, such as the principal's legal name and address, the sureties involved, and the penal sum of the bond, which signifies the financial responsibility tied to the agreement. Key elements include stipulations regarding execution, such as requiring corporate seals and documentation proving the authority of signatories. The instructions specify that corporate sureties must appear on an approved Treasury list and outline how liability should be divided among co-sureties when applicable. The bond becomes void if the principal fulfills payment obligations to suppliers and subcontractors related to the contract. These specifications ensure the financial accountability of contractors within federal projects, contributing to regulatory adherence while securing funds for labor and materials. The completion of this bond is critical for contractors seeking federal contracts, reflecting their commitment to meeting contractual obligations and safeguarding stakeholders during project execution.
    The document serves as an amendment to a solicitation, specifically amendment number 140A2325R0030, issued by the Indian Education Acquisition Office in Albuquerque, NM. Its primary purpose is to extend the dates for the Question and Answer (Q&A) period and the Closing date for offers. The new Q&A deadline is set for May 8, 2025, at 2:00 PM MDT, while the Closing date has been moved to May 16, 2025, at 5:00 PM MDT. The amendment clarifies that no other changes are made; thus, all previously established terms and conditions remain intact. Additionally, it mandates that offerors acknowledge receipt of this amendment via specified methods to avoid potential rejection of their offers if not received before the designated opening time. The document adheres to standard protocol for amendments related to contracts and solicitations within governmental frameworks.
    The document is an amendment to a government solicitation (140A2325R0030) issued by the Indian Education Acquisition Office in Albuquerque, NM. Its primary purpose is to notify stakeholders about the extension of the closing date for submitting offers. The new submission deadline is now set for May 30, 2025, at 5:00 PM MDT. The amendment details the process for acknowledging receipt, which can be done by acknowledging on the offer copies or through separate correspondence referencing the solicitation and amendment numbers. Additional information provided clarifies that there are no other modifications made to the contract terms or conditions, which remain unchanged. The document emphasizes the importance of timeliness in acknowledgment, indicating that failure to comply may result in the rejection of offers, thereby maintaining strict adherence to procedural integrity in federal contracting. Overall, this amendment reflects the government's commitment to transparency and responsiveness to inquiries during the procurement process.
    The document is an amendment to solicitation 140A2325R0030, issued by the Indian Education Acquisition Office in Albuquerque, NM. Its main purpose is to extend the closing date for proposals to June 13, 2025, at 2:00 PM MDT, while the government revises the Statement of Work. The amendment outlines that all other terms and conditions of the solicitation remain unchanged and in full effect. Offers must acknowledge receipt of this amendment to prevent potential rejection. Acknowledgment can be submitted via copies of the amendment, a signed offer, or electronic communication referencing the solicitation and amendment numbers. The document provides a structured format, including sections on modification of contracts, the description of the amendment, and necessary signatures from the contracting officer. It highlights the importance of timely communication regarding amendments to ensure compliance with federal requirements in the context of government contracts and proposals.
    The Bureau of Indian Education is issuing a Request for Proposal (RFP) for the Cottonwood Day School Roof Replacement, specifically designated as a 100% Indian Economic Enterprise (IEE) set-aside. The proposal deadline is April 30, 2025, and it requires conditions such as active registration in the System for Award Management (SAM) and compliance with Davis-Bacon Wage Determinations for contractor and subcontractor wages. Offerors must submit proposals via email, with questions due by April 22, 2025. A mandatory site visit is planned for April 16, 2025, and contractors must begin performance within ten days of receiving the Notice to Proceed. The project, estimated between $250,000 and $500,000, necessitates full compliance with various federal clauses and requirements, including safety regulations and tax obligations. Proposals will undergo evaluation based on the Lowest Price Technically Acceptable methodology. The successful contractor must provide performance and payment bonds, alongside necessary insurance documentation. The RFP emphasizes adherence to proper identification for all personnel on-site and compliance with COVID-19 protocols. This initiative reflects the Department of the Interior’s commitment to supporting Indian economic growth through federal contracting opportunities.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    C--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 involves the removal and replacement of approximately 37,000 square feet of damaged roofing with a new 60 mil TPO membrane system, ensuring compliance with safety codes and extending the roof's lifespan. This procurement is critical for maintaining safe educational environments for students, reflecting the government's commitment to quality in public works. Interested contractors must submit sealed bids by June 27, 2025, with a project budget estimated between $250,000 and $500,000. For further inquiries, potential bidders can contact Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259.
    San Simon-Building Structural and Surface Repairs
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is soliciting proposals for the San Simon-Building Structural and Surface Repairs project at San Simon Elementary School in Sells, Arizona. The project aims to address critical structural deficiencies across the school's campus, including significant repairs to masonry walls and concrete slabs, as identified in a recent structural report. This initiative is vital for ensuring the safety and functionality of educational facilities within Indian Country, promoting the well-being of students and staff. Interested contractors must submit their proposals by the specified deadline, with an estimated project value between $250,000 and $500,000. A mandatory site visit is scheduled for June 20, 2025, and questions regarding the solicitation must be submitted by June 26, 2025. For further inquiries, contact Katrina Eaton at katrina.eaton@bie.edu or call 405-531-7933.
    N--HVAC Replacement & Repairs and Building Automation
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for the HVAC Replacement and Repairs and Building Automation System Installation at San Simon Elementary School in Sells, Arizona. The project requires contractors to provide design-build services for replacing and repairing HVAC systems across multiple buildings on the school campus, ensuring compliance with safety and operational standards. This initiative is crucial for enhancing the educational infrastructure while promoting economic opportunities for Indian-owned businesses, as the solicitation is set aside for 100% Indian Economic Enterprises (IEEs). Interested contractors must submit their proposals by June 18, 2025, and are encouraged to attend a site visit scheduled for April 29, 2025, with RSVPs required by April 25, 2025. For further inquiries, potential bidders can contact Katrina Eaton at katrina.eaton@bie.edu or call 405-531-7933.
    Z--REPLACE/INSTALL CHAIN LINK FENCE LAGOON
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the replacement and installation of a chain link fence around the sewer lagoon at BIE Wingate High School in Fort Wingate, New Mexico. This fixed-price construction project is set aside for Indian Small Business Economic Enterprises (ISBEE) and requires contractors to remove the existing deteriorating fence and install a new 6-foot high fence with galvanized posts and barbed wire, ensuring compliance with safety and regulatory standards. The project budget is estimated between $100,000 and $250,000, with a performance period of 60 days from the Notice to Proceed, and proposals must be submitted by June 16, 2025. Interested contractors should direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu and are encouraged to attend a site visit on May 27, 2025, at 11:00 a.m. MDT.
    INSTALL DIRECT DIGITAL CONTROLS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the installation of Direct Digital Controls at the Cheyenne Eagle Butte School in South Dakota. The project aims to upgrade the existing mechanical systems by replacing pneumatic controls with modern digital temperature sensors and control valves, ensuring compliance with federal regulations and enhancing the educational environment. This initiative is part of a broader commitment to improve infrastructure in educational facilities, with a contract value estimated between $250,000 and $500,000. Proposals are due by July 10, 2025, and interested contractors can contact Tanna Finley at tanna.finley@bie.edu or call 505-918-2285 for further details.
    C--REMOVE/REPLACE DOORS BIE BUS GARAGE TMES
    Buyer not available
    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.
    BIE SFES - RE-ROUTE SUPPLY/RETURN OF HEATING WATER
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a fixed-price construction project to re-route the supply and return of heating water at the San Felipe Elementary School in San Felipe, New Mexico. This project, set aside for Indian Small Business Economic Enterprises (ISBEEs), aims to enhance the heating efficiency of the school's hot water boiler system, which is crucial for providing a conducive learning environment for approximately 164 Native American students. Interested contractors must submit their proposals by June 16, 2025, and are required to attend a site visit on May 28, 2025, with all inquiries due by June 2, 2025. For further details, contractors can contact Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259.
    JEMEZ RESTROOM REPAIR
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a Fixed Price Construction Contract to renovate two non-ADA compliant restrooms at the Jemez Day School located in Jemez Pueblo, New Mexico. The project aims to enhance accessibility by upgrading the facilities to meet ADA standards, which includes significant renovations such as plumbing modifications and the installation of new compliant fixtures. This initiative underscores the government's commitment to improving educational facilities for the community while supporting Indian Small Business Economic Enterprises (ISBEE). Interested contractors must submit proposals by July 7, 2025, following a mandatory site visit on June 18, 2025, and the estimated project value is under $25,000, with work expected to be completed within 120 calendar days after the notice to proceed. For further inquiries, contractors can contact Krisanne Dernago at krisanne.dernago@bie.edu.
    78--BENCHES/SCOREBOARD REPLACEMENT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking quotes for the replacement of player benches and a football scoreboard at T’iis Ts’ozi Bi’Olta Community School in Crownpoint, New Mexico. The procurement involves supplying four outdoor player benches with backrests and shelves, as well as a new scoreboard that will utilize existing foundations, with delivery expected by August 31, 2025. This initiative is part of the federal government's commitment to enhancing educational facilities in indigenous communities and is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) to promote economic development. Interested vendors must submit their quotes electronically by June 17, 2025, and can contact Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266 for further details.
    S--Solid Waste Management, TOHS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide solid waste management services for Tohono O'odham High School in Sells, Arizona. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to ensure compliance with the Buy Indian Act, emphasizing the importance of supporting Native American-owned businesses. The contract will cover a base year of service from May 15, 2025, to May 14, 2026, with four optional renewal years, and includes specific requirements for personnel background checks and cultural sensitivity due to the local Indigenous population. Interested vendors must submit their proposals by June 16, 2025, at 10:00 AM Mountain Daylight Time, and can contact Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702 for further information.