Z--Window Replacement and Installation for Cheyenne River Agency

SOL #: 140A1626Q0018Award Notice

Overview

Buyer

Interior
Bureau Of Indian Affairs
BUREAU OF INDIAN AFFAIRS
RESTON, VA, 20192, United States

Place of Performance

Place of performance not available

NAICS

Glass and Glazing Contractors (238150)

PSC

Repair Or Alteration Of Other Administrative Facilities And Service Buildings (Z2AZ)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior) (ISBEE)

Timeline

1
Posted
Feb 12, 2026
2
Last Updated
Mar 13, 2026

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Bureau of Indian Affairs (BIA) is soliciting quotes for Window Replacement and Installation services at the Cheyenne River Agency, BIA Roads Building No. 2011 in Eagle Butte, South Dakota. This requirement is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside. The project involves replacing two broken windows with new, energy-efficient units. Quotes are due Thursday, February 19, 2026, at 9:00 AM Pacific.

Scope of Work

This project requires the contractor to furnish all labor, materials, tools, supervision, and incidentals to remove two existing broken windows and install two new HAYFIELD 201 Series, Single Slider windows (approx. 50" x 36"). The scope includes providing and installing all necessary framing, extension jambs, interior and exterior trim (Pine and White Azek), foam, silicone, and miscellaneous hardware. All replacement materials must meet current industry standards and NFPA 5000 Building Construction and Safety Code requirements. Windows must meet specified performance criteria (U-Factor, SHGC, Air Leakage, VT, CR, PG), and the color will be selected by the Agency Facility Manager. A one-year warranty on materials and workmanship is required.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP) Construction Purchase Order.
  • Estimated Magnitude: Between $2,000 and $25,000.
  • Period of Performance: 90 calendar days after receipt of order (ARO), specifically from March 2, 2026, to June 5, 2026.
  • Place of Performance: 2011 D Street, Eagle Butte, South Dakota 57625. Work hours are Monday through Friday, 40-hour work week, excluding federal holidays.
  • Set-Aside: 100% Indian Small Business Economic Enterprise (ISBEE). Offerors must have an active SAM.gov profile and submit the "Indian Affairs Indian Economic Enterprise Representation Form."
  • Wage Determination: Davis-Bacon Act Wage Determination SD20260012 dated January 2, 2026, is applicable, requiring adherence to prevailing wage rates for Dewey County, South Dakota.

Submission & Evaluation

  • Submission Method: Quotes must be emailed to jodi.zachary@bia.gov.
  • Subject Line: "Company Name Quote in Response to 140A1626Q0018, Window Replacement".
  • Quote Validity: Minimum of 30 calendar days after the due date.
  • Due Date/Time: Thursday, February 19, 2026, 9:00 AM Pacific.
  • Evaluation Factors: Lowest Priced Technically Acceptable (LPTA). Price will be evaluated first; only the lowest priced offer will be examined for technical acceptability. Technically unacceptable quotes will not be considered.
  • Questions: Must be submitted via email by Tuesday, February 17, 2026, Noon Pacific.

Special Requirements

Contractors are responsible for any required engineering services. Hazardous materials found must be reported immediately to the Contracting Officer's Representative. Products must be stored per manufacturer's recommendations, and work must proceed only when weather conditions permit. Contractors are required to pay tribal taxes and obtain a tribal business license from the Cheyenne River Sioux Tribe (CRST). Invoices must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).

People

Points of Contact

Kidd, JessicaPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 2Viewing
Award Notice
Posted: Mar 13, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
View
Z--Window Replacement and Installation for Cheyenne River Agency | GovScope