EMERGENCY STROBE TOWERS
ID: 140A2325R0037Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for the construction of Emergency Strobe Towers at Haskell Indian Nations University in Lawrence, Kansas. The project aims to enhance campus security through the installation of five strobe towers equipped with two-way communication, mass notification, audio, and camera capabilities, with a firm-fixed price contract estimated between $100,000 and $250,000. This initiative underscores the federal commitment to improving safety infrastructure in educational institutions, ensuring compliance with federal regulations, including the Buy Indian Act, which restricts eligibility to Indian Economic Enterprises. Interested contractors must submit their bids by June 6, 2025, and are encouraged to participate in a site visit on May 15, 2025; for further inquiries, they can contact Tanna Finley at tanna.finley@bie.edu or call 505-918-2285.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Indian Education (BIE) is issuing a Statement of Work (SOW) for a design-build project at Haskell Indian Nations University (HINU) to install five emergency strobe towers on campus. This initiative aims to enhance campus security through the installation of towers equipped with two-way communication, mass notification, audio, and camera capabilities. The selected contractor will be responsible for providing all necessary materials, labor, and design documents, with strict adherence to local codes and standards. The project spans 260 calendar days from the notice to proceed. The contractor’s appointed architectural and engineering team must ensure feasibility based on site conditions, finalize tower locations for optimal performance, and submit comprehensive plans for approval. Throughout the project, all work must be coordinated with the Contracting Officer (CO) and Contractor Representative (COR). Other requirements include ensuring safety orientations for all employees and adherence to federal travel regulations for reimbursements. Finally, deliverables and inspections must be reviewed and documented promptly to secure the contract’s final approval. This project underscores the federal commitment to improving safety infrastructure in educational institutions.
    The document outlines the General Decision Number KS20250048, which establishes wage determinations for construction projects in Douglas County, Kansas, under the Davis-Bacon Act. It specifies that contractors must adhere to minimum wage requirements set by Executive Orders 14026 and 13658, depending on contract dates, with hourly rates for covered workers in 2025 starting at $17.75 or $13.30 based on contract criteria. The wage determination lists various construction classifications and their respective wage rates and fringes, including specific roles such as electricians, carpenters, and laborers. All classifications are listed under identifiers showing if rates are union, survey, or state-adopted. The document also addresses worker protections under Executive Order 13706 regarding paid sick leave for federal contractors. Appeals regarding wage determinations are detailed, providing a pathway for dissatisfaction and the process for requesting reviews. The file's essential purpose is to guide contractors in meeting wage obligations and ensuring compliance with federal mandates, thereby facilitating the administration of federally funded construction projects. This supports transparency and fairness in labor practices within government contracting frameworks.
    The document is a Questions and Answers Log related to a Purchase Order Request for Proposal (RFP). It is structured as a table detailing inquiries from contractors regarding the RFP, including the sequence number, date received, contractor’s name, specific questions, dates sent to the Contracting Officer Representative (COR), and dates the responses were provided. The main purpose of the document is to ensure transparency and clarity in the procurement process by documenting communications and answering potential queries from contractors. The inclusion of response dates is indicative of timely communication, which is critical in maintaining the integrity of the procurement process. This log serves as a reference for both the government and contractors, facilitating a clear understanding of expectations and requirements associated with the RFP. Overall, it underscores the importance of effective communication in government contracting and the proactive management of contractor inquiries to support the RFP's objectives.
    The document is a "Statement and Acknowledgment" form related to federal contracting, specifically addressing the relationship between prime contractors and subcontractors. It requires the prime contractor to provide essential details such as the prime contract number, subcontract date, and the involved parties' information. The document confirms whether the prime contract includes the "Contract Work Hours and Safety Standards Act -- Overtime Compensation" clause and outlines various clauses that the subcontractor acknowledges are incorporated into their agreement. Additionally, it prompts the subcontractor to provide any intermediate subcontractors involved in the project. The information collected aims to ensure compliance with labor standards and regulations specified in construction-related contracts, aligning with federal guidelines for reporting and accountability. The document is in compliance with the Paperwork Reduction Act, allowing for a structured collection of information necessary for federal contracting processes, and facilitates transparency and oversight in managing contract labor standards. The expiration date for the document is set for May 31, 2025.
    The document pertains to the Buy Indian Act, stipulating that entities responding to federal solicitations must self-certify as an "Indian Economic Enterprise" (IEE). Offerors must fulfill specific eligibility criteria at the time of the offer, contract award, and throughout the contract duration. Contracting Officers may request additional documentation to verify eligibility during any phase of the acquisition process. Submission of false information is deemed a legal violation under U.S. law, with severe penalties for misleading claims. The document includes a representation form where the Offeror specifies their identity, legal business name, ownership details, and provides a certifying signature, confirming their status as a federally recognized IEE. This framework aims to ensure that federal contracts designated for Indian enterprises are awarded fairly and in compliance with relevant regulations.
    The document outlines the requirements and conditions for executing a payment bond as mandated under 40 USC Chapter 31, Subchapter III. This form ensures protection for individuals providing labor and materials for contracts with the U.S. Government. It necessitates the inclusion of the legal name and address of the principal, type of organization, details about sureties, and the penal sum of the bond. The principal and sureties are jointly and severally bound to the government for payment of this sum, contingent upon timely payment to those supplying labor or materials. The document also specifies that sureties must be on the Department of the Treasury's approved list, with provisions for individual sureties requiring additional forms. Important procedural instructions include the necessity of affixing corporate seals and required signatures, emphasizing compliance with legal obligations. The context of this form is critical in federal grants and RFPs, as it solidifies the financial responsibilities of contractors in government projects, ensuring the protection of laborers and suppliers involved in federal contracts.
    The document is a solicitation for bids regarding the construction of Emergency Strobe Towers at Haskell Indian Nations University in Lawrence, Kansas. The project, with an estimated budget between $100,000 and $250,000, requires a firm-fixed price contract. Bids are due by June 6, 2025, with a proposal acceptance period extending 90 days thereafter. Contractors are encouraged to participate in a site visit on May 15, 2025, to assess existing conditions. Compliance with wage determinations and adherence to safety regulations are mandatory, along with required bonding and performance guarantees. The solicitation mandates submission of a written safety program and background checks for personnel with access to Indian children, as per federal regulations. Additionally, only Indian Economic Enterprises, as defined under the Buy Indian Act, are eligible to submit bids. The contractor must ensure that project executions align with specified timelines, starting within 10 calendar days of notice to proceed and completing work within 260 calendar days. Compliance with numerous FAR clauses is required to ensure transparency, labor standards, and environmental considerations throughout the construction process. This solicitation exemplifies efforts to enhance site safety while ensuring community and governmental compliance.
    Lifecycle
    Title
    Type
    EMERGENCY STROBE TOWERS
    Currently viewing
    Solicitation
    Similar Opportunities
    TITLE IV PELL GRANT SPECIALIZED SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking a contractor to provide specialized services for Title IV Pell Grant processing at Haskell Indian Nations University (HINU). The primary objective is to enhance the efficiency of awarding Pell Grants to eligible students by utilizing the university's financial aid systems, including CAMS, COD, and EDConnect, while developing Standard Operating Procedures to streamline operations. This contract, set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), will be awarded as a Firm Fixed Price purchase order for a base year with an option for an additional year, with quotes due by December 19, 2025, at 2:00 PM CST. Interested parties can contact Jeff Morris at jeff.morris@bie.edu or by phone at 505-364-2130 for further details.
    Haskell Indian Health Center Generator Gas Line Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the replacement of a natural gas line at the Haskell Indian Health Center in Lawrence, Kansas. The project involves furnishing, replacing, and installing a new 3-inch gas line with a meter and regulator to ensure the generator operates at full capacity, addressing current limitations posed by the existing undersized line. This procurement is a 100% Small Business set-aside under NAICS code 238220, with an estimated contract value between $25,000 and $100,000, and a performance period of 120 calendar days from the Notice to Proceed. Interested parties must submit their quotes by January 12, 2026, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.
    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.
    Trash Pickup for Kaibeto Boarding School
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking quotations for trash pickup services at the Kaibeto Boarding School. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, with a focus on solid waste collection under NAICS code 562111. The contract will be structured as a Firm Fixed Price purchase order for a base year starting January 1, 2026, with the possibility of four additional option years extending through 2030. Interested contractors must submit a comprehensive quote that includes their qualifications and ability to perform, with evaluations based on technical capability and price. For further inquiries, potential offerors can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    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.
    Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade – Construction (Gallup, NM)
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade project located in Gallup, New Mexico. The objective is to redesign and install a new fire alarm system that complies with NFPA codes, replacing the existing obsolete system, with a contract value estimated between $1,000,000 and $5,000,000. This project is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, emphasizing the importance of engaging small businesses in the construction sector. Proposals are due by December 29, 2025, at 2:00 PM PST, and interested parties should contact Joshua VanSkike at joshua.vanskike@ihs.gov for further information.
    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.
    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.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.