THIS IS A SOURCES SOUGTH NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NOT A SOLICITATION AVAILABLE AT THIS TIME.
The Department of the Interior (DOI), Bureau of Indian Education (BIE), Division of Acquisitions is issuing a Source Sought Notice announcement to seek potential Indian Small Business Economic Enterprises (ISBEE), Indian Economic Enterprises (IEE), or Small Businesses (SB) to determine if there is sufficient interest to set aside this requirement. Prior Government contract work is not required for submitting a response to this notice.
This notice is a market research tool only. Responses will be used to determine the extent to which this requirement will be set aside for small business or small business social economic subcategories. If this market research concludes there is not enough ISBEE, IEE or small business response, this requirement may be solicited to large businesses. Furthermore, upon review of industry response to this notice, the Government is not obligated to and will not pay for any information received from potential sources as a result of this notice.
This will be a competitive, firm-fixed price contract, procured in accordance with the Federal Acquisition Regulation (FAR) Part 15. However, the results and analysis of the market research will finalize the determination of the procurement method.
The North American Industry Classification System (NAICS) code for this project is 236118, Residential Renovations. The Small Business Size Standard is $45.
In accordance with FAR Part 36, the estimated construction price range for this project is: more than $10,000,000.00.
Small Businesses are reminded under FAR 52.219-14(e)(4), Limitations on Subcontracting; they must perform at least 85% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.
PROJECT OVERVIEW
The Bureau of Indian Education (BIE) intends to solicit licensed Contractors to provide Design/Build Services to renovate and refurbish (modernize) and bring into compliance with current building codes (correct code deficiencies) government-furnished staff quarters and upgrade associated utility systems located within the building interior/exterior in New Mexico at Mariano Lake (4 Quarters), Crownpoint (29 quarters), and Pueblo Pintado (9 quarters). The Contractor shall furnish supervision, labor, and equipment, materials, insurance, and transportation to provide Design/Build Services to complete major repair and improvement project specified under Part II - Statement of Work (SOW) Contractor will provide all required deliverables, detailed cost estimates, design documents and work plans; all work specified herein.
.
The Government is seeking qualified, experienced sources capable of performing the following work on the Quarters Renovation for Mariano Lake, Crownpoint, and Pueblo Pintado Project:
Renovation and Repairs: The Design/Build Contractor shall prepare design documents (performance specifications, drawing details and notes to extent needed & detailed cost estimate) to renovate project buildings. Submit design documents to the COR for review and approval, and the COR will provide comments and recommendations to the Contractor to be consolidated into the final design submittal.
1. Final Documents: Drawings and specifications must depict/describe all construction work and shall be in final form, to fully support the minimum needs of the construction contractor.
2. Specifications: Project specifications shall be sufficiently detailed and edited to direct the construction contractor to execute the scope of work outlined in this Statement of Work. The performance specifications will specify type of materials, furnishings, fixtures, and heating/cooling equipment specified to be incorporated into the project.
3. Testing and commissioning of new heating and cooling equipment installed under this contract. The Contractor will provide a minimum or 2-hours training for BIE maintenance staff on each type of new heating and cooling equipment installed. Training will be conducted on-site and will cover adjustment, servicing, troubleshooting, and maintenance of new heating and cooling equipment.
4. Weekly Reports: The Contractor shall provide weekly reports to the designated Contracting Officer Representative (COR). The reports will outline the work activities of the Contractor and various Subcontractor(s) and will include any issues that occurred on the project or contact with BIA/BIE personnel, project schedules, etc.
The minimum/special capabilities required for this project are:
1. Prime Contractor experience with residential renovations.
2. Prime Contractor experience shall include significant recent experience related to onsite repairs and renovation of upgrade utility systems; exterior Struc O Flex ; Fencing; framing/Installation/Floors; Windows Jeld-Wen ; Kitchen; Bathroom: Lighting; Interior Painting; Interior Doors; and Exterior Doors.
3. Construction: Upon approval of project design the construction Contractor will begin demolition activities on portions of the project buildings taking care to not demolish beyond that specified. Renovation of project building shall be completed in compliance with Uniform Plumbing Code, National Electric Code, Uniform Mechanical Code (UMC), and Uniform Building Code (latest editions).
4. Quality Control Compliance: A list of materials specified for use on the project will be submitted to the COR for review and approval before ordering and installation. This requirement includes project control systems, quality control, and cost management.
5. At project end, submittal of the manufacturer s product warranties and operation and maintenance manuals for new equipment, fixtures and furnishings installed under this contract is required.
6. Properly dispose of trash, removed fixtures, and construction debris generated during demolition phase and transport it to an approved/permitted landfill located outside Navajo Nation lands in compliance with 40 CFR 258 Standards.
NOTICE RESPONSE
It is requested that all interested Indian Small Business Economic Enterprise, Indian Economic Enterprise and small businesses submit to the Contracting Officer a brief capabilities statement package including all the information contained in this notice in order to demonstrate the ability to perform the services described. The Firm s response to this notice shall include the following information:
1. Firm s name, address, point of contact, phone number, and e-mail address.
2. Firm s capability to perform a contract of this magnitude and complexity same or similar to the Quarters Renovation for Mariano Lake, Crownpoint, and Pueblo Pintado (include firm s capability to execute construction, comparable work performed within the past 5 years).
2. Brief descriptions of at least three example projects, including: customer name, timeliness of performance, customer satisfaction, and dollar value of the project.
3. Firm s experience with the minimum capabilities listed in this Sources Sought Notice.
4. Firm s Business Type ISBEE, IEE, SB, 8(a), WOSB, HUBZone, SDVOSB, LB, etc.
5. Joint Ventures (existing), including Mentor Prot g s should submit information about the Joint Venture structure and team members. Other teaming arrangement information should be submitted such that the Government can understand the relationships, responsibilities, and roles of team members.
6. Firm s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Indicate whether the firm can bond to the estimated construction price range of this project.
All interested firms must be registered in SAM.gov to be eligible for award of Government contracts.
The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via solicitation for these services as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance.
Anticipated solicitation issuance date is on or about August 2025. The official synopsis citing the solicitation number will be issued under Contract Opportunities on SAM.gov.
NOTICE RESPONSES ARE DUE NO LATER THAN: August 4, 2025, at 12:00 PM Mountain Daylight Time (MDT)
The package shall be sent via electronic mail (e-mail) to Mary Jane Johnson at maryjane.johnson@bie.edu.
Background
The Department of the Interior (DOI), Bureau of Indian Education (BIE), Division of Acquisitions is issuing a Source Sought Notice to seek potential Indian Small Business Economic Enterprises (ISBEE), Indian Economic Enterprises (IEE), or Small Businesses (SB) to determine if there is sufficient interest to set aside this requirement. This notice serves as a market research tool only, and responses will help decide whether the requirement will be set aside for small businesses or solicited to large businesses.
The project involves residential renovations with an estimated construction price range exceeding $10,000,000.
Work Details
The Bureau of Indian Education intends to solicit licensed Contractors for Design/Build Services to renovate and refurbish government-furnished staff quarters in New Mexico at Mariano Lake (4 Quarters), Crownpoint (29 Quarters), and Pueblo Pintado (9 Quarters). The Contractor will provide supervision, labor, equipment, materials, insurance, and transportation necessary for the completion of major repair and improvement projects.
Key tasks include:
1. Preparing design documents that include performance specifications and detailed cost estimates for renovation;
2. Ensuring final documents depict all construction work in a form that supports contractor needs;
3. Providing detailed specifications directing construction execution;
4. Testing and commissioning new heating/cooling equipment with on-site training for BIE maintenance staff;
5. Submitting weekly reports outlining work activities and issues;
6. Complying with various building codes during renovation;
7. Ensuring quality control compliance by submitting material lists for approval;
8. Properly disposing of construction debris according to regulations.
Period of Performance
The anticipated solicitation issuance date is on or about August 2025, with responses due by August 4, 2025.
Place of Performance
The construction projects will be performed in New Mexico at Mariano Lake, Crownpoint, and Pueblo Pintado.