Window Replacement and Installation
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), Central Office, has issued a Combined Synopsis/Solicitation (140A1626Q0018) for Window Replacement and Installation services at the Cheyenne River Agency, BIA Roads Building No. 2011. This requirement is 100% set-aside for Indian Small Business Economic Enterprises (ISBEEs). The project involves replacing two existing broken windows with new, energy-efficient units. Quotes are due by Thursday, February 19, 2026, at 9:00 AM Pacific.
Scope of Work
The contractor will be responsible for furnishing 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"). This includes providing and installing framing, extension jambs, interior trim (Pine), and exterior trim (White Azek), along with insulation foam and clear silicone. All replacement materials must meet current industry standards and NFPA 5000 Building Construction and Safety Code requirements, with specific performance criteria for U-Factor, Solar Heat Gain Coefficient, Air Leakage, Visible Transmittance, Condensation Resistance, and Performance Grade. The work will be performed at 2011 D Street, Eagle Butte, South Dakota 57625.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Construction Purchase Order.
- Estimated Magnitude: Between $2,000 and $25,000.
- Period of Performance: Within 90 calendar days after receipt of order (ARO), specifically from March 2, 2026, to June 5, 2026.
- Set-Aside: 100% Indian Small Business Economic Enterprise (ISBEE).
Submission & Evaluation
- Submission Method: Email quotes to Jodi.Zachary@bia.gov.
- Subject Line: "Company Name Quote in Response to 140A1626Q0018, Window Replacement".
- Quote Due Date: Thursday, February 19, 2026, 9:00 AM Pacific.
- Quote Validity: Minimum of 30 calendar days after the due date.
- Evaluation Factors: Lowest Priced Technically Acceptable (LPTA). Price will be evaluated first; only the lowest priced offer will be examined for technical acceptability.
- Eligibility: Offerors must have an active SAM.gov profile and complete the "Indian Affairs Indian Economic Enterprise Representation Form" to confirm ISBEE status.
Key Requirements & Notes
- The Davis-Bacon Act Wage Determination SD20260012 (dated 1/2/2026) is applicable, requiring adherence to specified prevailing wage rates for Dewey County, South Dakota.
- Invoices must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).
- Contractors are required to pay tribal taxes and obtain a tribal business license from the Cheyenne River Sioux Tribe (CRST).
- Questions regarding the requirement must be submitted via email by Tuesday, February 17, 2026, Noon Pacific.
- A one-year warranty on materials and workmanship is required.