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 in Chinle, Arizona. This opportunity is set aside for Indian Economic Enterprises (IEE) and requires contractors to replace the existing roof with a new TPO roofing system, adhering to safety regulations and quality standards. The project is estimated to cost between $250,000 and $500,000 and must be completed within 60 calendar days after the Notice to Proceed. Interested contractors must submit their proposals by April 30, 2025, and are encouraged to contact Krisanne Dernago at krisanne.dernago@bie.edu for further information.

    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 document serves as an amendment to a federal solicitation, specifically 140A2325R0030. Its primary purpose is to extend the closing date for offers to June 20, 2025, at 2:00 PM MDT while the government revises the Statement of Work (SOW). Essential instructions are outlined for contractors, emphasizing the need to acknowledge receipt of the amendment through various methods to ensure their offers are considered. The document clarifies that other terms and conditions remain unchanged. Additionally, it indicates that another amendment with a revised SOW and further extension will be issued shortly. The structure includes several key sections, such as amendments details, acknowledgment requirements, and administrative changes. Overall, the amendment reflects procedural adjustments typical in government contracting processes to facilitate revisions and ensure compliance from potential contractors.
    The document is an amendment to solicitation number 140A2325R0030, issued by the Indian Education Acquisition Office in Albuquerque, NM. The primary purpose of this amendment is to extend the closing date for offers to July 11, 2025, at 2:00 PM MDT, while revisions to the Statement of Work (SOW) are forthcoming. Furthermore, it specifies that no other changes will occur as a result of this amendment, and all existing terms and conditions will remain unchanged. Offerors must acknowledge receipt of this amendment by specific methods outlined in the document to ensure their offers are considered. The amendment emphasizes the importance of timely acknowledgment to avoid the rejection of offers, indicating the structured process by which government contracts and modifications are managed. Overall, this amendment reflects the government's intent to provide clarity and ensure proper participation in the solicitation process by adjusting timelines while maintaining existing contractual agreements.
    The document is an amendment to a solicitation (140A2325R0030) concerning the Indian Education Acquisition Office. Its primary purpose is to notify contractors of an extension to the closing date for submissions. The new deadline is set for July 16, 2025, at 5:00 PM MDT, as the government plans to revise the Statement of Work (SOW). The amendment emphasizes that it does not introduce any other changes; all terms and conditions remain unchanged. Contractors are required to acknowledge receipt of the amendment via specified means to ensure their offers are considered valid. It also indicates that another amendment, likely including the revised SOW, will be released in the future. This document illustrates common practices in government RFP processes, specifically regarding modifications that may impact offer submissions and timelines, ensuring transparency and communication with potential contractors.
    The document serves as an amendment to a solicitation identified as 140A2325R0030, issued by the Indian Education Acquisition Office. The primary purpose of the amendment is to extend the closing date for offers from July 15, 2025, to August 5, 2025, at 5:00 PM MDT, due to the government's need to revise the Statement of Work (SOW). It indicates that a subsequent amendment with the revised SOW will be released soon. Importantly, all other terms and conditions of the original solicitation remain unchanged and in full effect. Additionally, the document specifies acknowledgment methods for the amendment, highlighting the importance of timely receipt to avoid offer rejection. The structured format includes sections for contractor details, amendment information, and signatures. Overall, this amendment is a procedural step in the procurement process, ensuring potential offerors have the necessary time and clarity to prepare their submissions.
    The purpose of this amendment (Amendment 0008 to Solicitation 140A2325R0030) is to formally cancel the entirety of the original solicitation. This cancellation is due to the issuance and posting of a new solicitation, 140A2325Q0230, which includes updated requirements and scope changes. The new solicitation is specifically designated as an ISBEE (Indian Small Business Economic Enterprise) set-aside. The amendment specifies that offers must acknowledge receipt by various methods, including completing and returning sections of the form or through separate communication, to be received by the stated deadline to avoid rejection of the offer. This document, issued by the Indian Education Acquisition Office in Albuquerque, NM, also outlines the administrative procedures for contract modifications and amendments, emphasizing the importance of timely acknowledgment.
    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
    44--Replacement Heat Pumps for Seba Delkai Boarding Sc
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors to provide replacement heat pumps for the Seba Delkai Boarding School located in Winslow, Arizona. This procurement aims to supply heating equipment essential for maintaining a conducive learning environment at the boarding school, which serves Native American students. The solicitation is set aside for small businesses, specifically under the Indian Small Business Economic Enterprise (ISBEE) program, with a closing date for offers extended to December 16, 2025, at 5:00 PM ET. Interested parties must acknowledge receipt of the solicitation amendments and submit their proposals electronically, ensuring compliance with all applicable federal regulations.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    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 in South Dakota. This project aims to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. The procurement is 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 Notice to Proceed. Interested contractors must submit their proposals electronically by December 17, 2025, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or by phone at 206-615-2452.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new rooftop unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    089495-26-A-0018 Farmington, NM MPO Roof Replacement
    Postal Service
    The United States Postal Service (USPS) is soliciting proposals for a roof replacement project at the Farmington Main Post Office located at 2301 E. 20th Street, Farmington, NM. The project requires contractors to provide all necessary materials, labor, and services to remove the existing roof system, inspect for damage, and install a new fully-adhered 60-mil PVC roof system, along with necessary repairs and insulation, adhering to applicable codes and regulations. The estimated cost for this project ranges from $750,000 to $1,500,000, with a completion deadline of 180 calendar days after the Notice to Proceed. Interested contractors must submit their proposals via the USPS eSourcing Coupa platform by January 28, 2026, and are encouraged to attend a pre-proposal meeting on January 15, 2026. For further inquiries, contact Jennifer Santiago at Jennifer.Santiago@usps.gov or (860) 471-0138.
    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.
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    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.
    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.