STORAGE BUILDING
ID: 140A2324Q0448Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior's Bureau of Indian Affairs seeks bids for the construction of an insulated and wired storage building at the Turtle Mountain Middle School. The fixed-price contract, valued at less than $25,000, requires a 60-day completion and entails erecting a metal structure on a concrete slab, with strict adherence to specified materials and design details. The process involves coordination with the Contracting Officer and adherence to federal and local regulations. Interested parties should refer to the detailed Statement of Work and wage determination guidelines outlined in the provided documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines the construction of an insulated and wired storage building for Turtle Mountain Middle School. The building, measuring 20' by 30', will have a metal roof and siding. It specifies the materials and design details, including roofing, siding, framing, and electrical requirements. The contractor is responsible for supplying all materials and equipment, with a performance period of 60 days after receiving notice to proceed. The work must be coordinated with the Contracting Officer and their representative.
    The file outlines a wage determination for various building construction workers in North Dakota's Rolette County. It specifies minimum hourly wages and fringe benefits for different crafts, effective as of various dates, with some rates adjusted annually. The rates are categorized under different identifiers, such as union rates, survey rates, and union average rates, reflecting the prevailing wages in the area. The document also includes information on wage appeals processes, providing procedures for reconsideration requests and appeals for interested parties. Additionally, it mentions Executive Orders related to minimum wage requirements and paid sick leave for federal contractors, with links to resources for further clarification.
    The government seeks a single firm to construct a storage building at the Turtle Mountain Middle School. It's a fixed-price contract with a magnitude of less than $25,000, requiring labor, materials, and supervision for the project. The work includes building a metal storage shed on a concrete slab, with insulation and wiring. Offerors are expected to factor in various considerations like site access, coordination with school staff, and compliance with federal and local regulations. The contract has detailed requirements for pricing, scheduling, and performance, including safety and security measures. Contractors must submit a detailed bid, incorporating all applicable taxes and costs, with a breakdown for each item. The government will incorporate several FAR clauses into the contract, along with additional clauses specifying contractor responsibilities and administrative requirements.
    Lifecycle
    Title
    Type
    STORAGE BUILDING
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    J--Sewer Line Repair
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, has awarded a sole source contract for sewer line repair at Sherman Indian High School in Riverside, California. The contract, valued at $32,321.86, is critical for replacing a section of the main sewer line for building 6, Winona, due to urgent conditions that pose health risks and potential water damage if not addressed immediately. This procurement falls under the NAICS code 238220, which pertains to plumbing, heating, and air-conditioning contractors, and is essential for maintaining a safe environment for students. The contract was awarded to Top Tier Plumbing and Rooter LLC on September 19, 2024, with a completion date set for September 25, 2024. For further inquiries, interested parties may contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256.
    23--Gooseneck Trailer
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs' Western Region Office, is seeking bids for a Firm Fixed Price Purchase Order for a 25-foot long Gooseneck Trailer. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) in accordance with the Buy Indian Act, emphasizing the importance of promoting Indian business participation in federal contracts. The selected contractor must comply with federal acquisition regulations, deliver the trailer within 30 days post-award, and submit quotes electronically by September 23, 2024, at 15:00 P.D. Interested parties can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566 for further information.
    S--Notice of Intent to Sole Source - Solid Waste Disposal, BIA, Pine Ridge
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) intends to award a sole source Firm-Fixed Price contract for solid waste disposal services to the Oglala Sioux Tribe of Pine Ridge Indian Reservation. This contract, valued at approximately $217,625.00, will cover a 12-month period from October 1, 2024, to September 30, 2025, as mandated by Tribal Ordinance No. 20-08, which requires all government entities operating within the Pine Ridge Reservation to utilize the Tribe's Solid Waste Management program. Interested firms that believe they can fulfill this requirement are invited to submit a capability statement and pricing information by 12:00 PM CT on September 21, 2024, via email to Madisen Bourland at Madisen.Bourland@bia.gov, with the notice ID number included in the subject line.
    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.
    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.
    Z--Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is preparing to solicit proposals for the Colorado River Irrigation Project (CRIP), which involves the construction and rehabilitation of main canal check structures and the replacement of a failed lateral check structure. The project requires contractors to rehabilitate three main canal check structures, realign segments of the canal and electrical transmission lines, and construct a new check structure downstream of an existing failed facility, all while ensuring compliance with environmental regulations. This initiative is crucial for maintaining efficient irrigation operations in the region. Interested contractors, particularly Indian-Owned Small Business Economic Enterprises (ISBEEs), must be registered in the System for Award Management (SAM) and can expect specific proposal submission instructions to be released around September 23, 2024. For inquiries, contractors may contact William McLaughlin at William.McLaughlin@bia.gov or by phone at (850) 281-3444.
    Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the renovation of the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota, focusing on achieving USP compliance. The project encompasses various construction activities, including demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, all while ensuring adherence to federal construction standards and local regulations. This initiative is crucial for enhancing healthcare infrastructure and maintaining operational continuity for the facility, which serves an underserved community. Proposals are due by October 18, 2024, at 2:00 PM CT, and interested contractors should direct inquiries to Shaukat Syed at shaukat.syed@ihs.gov or call 214-767-3934.
    BICY 229154
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida. This project, designated as solicitation number 140P2024R0084, is specifically set aside for women-owned small businesses and has an estimated budget ranging from $1 million to $5 million. The facility will encompass 5,142 square feet and include essential features such as offices, a kitchen, a gym, and utility systems, all designed to meet safety and environmental standards. Interested contractors must submit their proposals, including performance and payment bonds, by the specified deadlines, with a projected performance period beginning on November 1, 2024, and concluding on October 30, 2025. For further inquiries, potential bidders can contact John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    UT-BEAR RIV MR RFG-PAVILION SHADE STRUCTURE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the construction of a steel pavilion/shade structure measuring 30' x 32' x 11'4" at the Bear River Migratory Bird Refuge in Brigham, Utah. This procurement is a total small business set-aside, requiring contractors to demonstrate a minimum of 20 years of experience in fabricating tubular steel shade structures and to provide detailed technical submissions, including shop drawings, prior to the bid opening. The contract will be awarded on a firm-fixed-price basis, focusing on the lowest price that meets technical acceptability requirements, with an anticipated performance period of 120 days from the award date. Interested vendors must register as active vendors on SAM.gov and direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov.