PAVEMENT MARKINGS PROJECT N49-11 N9W N56
ID: 140A0925Q0017Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSNAVAJO REGIONGALLUP, NM, 87301, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 9:00 PM UTC
Description

The Bureau of Indian Affairs (BIA) is soliciting proposals for a pavement markings project on designated routes within the Eastern Navajo Agency, specifically focusing on retracing and re-striping existing road markings in Crownpoint, New Mexico. The contractor will be responsible for applying waterborne traffic paint with glass beads, adhering to federal standards, and ensuring the maintenance of safe and visible road markings from May 1, 2025, to August 31, 2025. This project is crucial for enhancing road safety and visibility in the community, with a strong emphasis on supporting Indian Small Business Economic Enterprises through set-aside provisions. Interested contractors must submit their proposals by April 4, 2025, and can direct inquiries to Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.

Point(s) of Contact
Begay, Elsie
(505) 863-8226
(505) 863-8382
Elsie.Begay@bia.gov
Files
Title
Posted
Apr 4, 2025, 7:08 PM UTC
The document outlines the Wage Determination No. 2015-5443 from the U.S. Department of Labor under the Service Contract Act. It specifies the minimum wage requirements for federal contracts in New Mexico, categorized by job titles and hourly rates, effective for contracts starting or renewed after January 30, 2022. For 2025, wages for covered employees must meet at least $17.75 per hour or a higher specified rate, depending on the contract's date. Additionally, all occupations listed will receive mandated fringe benefits, including health and welfare, paid vacation, and sick leave under Executive Order 13706. The document details occupational codes linked to various job titles and their corresponding rates, ensuring contractors comply with labor standards. The guidance emphasizes the importance of maintaining compliance regarding wages and employee benefits for federal contracts, with an outlined process for classifying unlisted occupations through a conformance request. This framework aims to protect workers’ rights and provide clear compensation structures for employees involved in government contracts, reflecting an effort to uphold labor standards in accordance with federal regulations.
Apr 4, 2025, 7:08 PM UTC
The document is a wage determination register by the U.S. Department of Labor for contracts under the Service Contract Act, specifically for New Mexico. It establishes the minimum wage rates required for various occupations effective in 2025. The rates are influenced by Executive Orders 14026 and 13658 which set minimum wage standards for federal contracts. Contracts initiated or extended after January 30, 2022, mandate a minimum wage of $17.75 per hour, while pre-2022 contracts without extensions require $13.30 per hour. Additional sections detail required fringe benefits consistent across occupations, healthcare contributions, vacation, and holiday policies. Special considerations include provisions for paid sick leave, uniform costs, and specific pay differentials for hazardous duties. The document serves as a vital resource for contractors and the workforce, ensuring compliance with wage and benefit guidelines within federal procurement processes. Its structured format provides clear wage rates linked to job titles and conditions specific to New Mexico, ensuring transparency and adherence to labor standards across various occupations.
Apr 4, 2025, 7:08 PM UTC
The document comprises navigation directions from Canoncito School Road to 11-9 Tohajiilee Overpass Road in Laguna, NM. The route spans approximately 7.9 miles and is projected to take around 11 minutes under live traffic conditions. While the file primarily focuses on providing specific travel instructions, it also includes imagery and map data sourced from Airbus, Landsat/Copernicus, and Maxar Technologies. However, it lacks detailed context or information regarding any government RFPs, grants, or programs. The inclusion of travel data may suggest relevance for logistical planning or site assessments related to governmental projects, although this is not explicitly stated in the document.
Apr 4, 2025, 7:08 PM UTC
The document provides navigational directions from BIA Route 49 in Smith Lake, NM, to Pinedale Road in Church Rock, NM, outlining a travel distance of approximately 24.5 miles with an estimated driving time of 25 minutes. The route directs users to head west toward Smith Lake Chapter Road and outlines subsequent turns onto various highways and routes. While it includes detailed step-by-step driving instructions, the content's primary focus appears to serve those needing guidance on regional travel, possibly within the context of federal, state, or local government activities. The precise nature of the journey—its purpose or relevance—remains unspecified; however, it suggests a practical resource for individuals engaged in government-related tasks or community participation where accurate navigation is essential. Overall, the document emphasizes navigation and accessibility within government-service routes while ensuring clarity and user-friendliness in instructional delivery.
Apr 4, 2025, 7:08 PM UTC
The Bureau of Indian Affairs (BIA) is seeking offers for retracting and restriping permanent pavement markings on BIA routes in Crownpoint, New Mexico. This solicitation, identified as Solicitation No. 140A0925Q0017, is conducted under FAR Part 12 for commercial items, and quotes are being requested without a formal written solicitation. Interested contractors must provide a breakdown of costs and fulfill various federal acquisition clauses, including those related to delinquent tax liabilities and felony convictions. Contractors are encouraged to submit their proposals, including proof of registration in the System for Award Management (SAM), to the designated contact by April 14, 2025. The procurement emphasizes supporting Indian economic enterprises and includes set-aside provisions for such businesses. The document serves as a formal request for quotes aimed at ensuring compliance with regulatory requirements while executing necessary pavement marking services.
Apr 4, 2025, 7:08 PM UTC
The document outlines a federal contract for maintenance of permanent pavement markings on Bureau of Indian Affairs (BIA) routes within the Eastern Navajo Agency. The performance period is from May 1, 2025, to August 31, 2025. The contractor is tasked with retracing and re-striping existing pavement markings using specified waterborne traffic paint with glass beads, adhering to the standards set in Section 634 of the Federal Highways Specifications. Key contractor responsibilities include mobilizing personnel and equipment, ensuring accurate field quantities, and removing debris prior to marking application. The contractor must also handle any spills, equipment malfunctions, or damages at their expense. The BIA will provide onsite personnel for traffic control and assist with technical aspects while verifying the accuracy of the work daily. The document specifies various types of pavement marking materials and their application conditions. It emphasizes compliance with the Manual on Uniform Traffic Control Devices (MUTCD) and includes detailed guidelines for measurement and payment terms. The overall purpose of this RFP is to ensure the maintenance of safe and visible road markings for the community while adhering to federal standards and specifications.
Apr 4, 2025, 7:08 PM UTC
This document outlines the requirements for a federal contract focused on highway striping in specified locations. It adheres to FP-14 specifications and includes detailed instructions for applying permanent pavement markings and glass beads, alongside necessary traffic control measures. Key procedures include government-staked limits for existing markings, mandatory field demonstrations to validate paint and bead application, and rigorous paint handling protocols concerning tamper-proof drum seals. Contractors must demonstrate compliance with manufacturer’s recommendations and achieve acceptable output before full production can commence. Additionally, there are meticulous guidelines for equipment calibration, quality control of materials, and criteria for repairing unacceptable work. The payment structure for completed work details various pay items based on the types of pavement markings installed. This contract underscores the government’s commitment to maintaining highway safety through strict adherence to standards and effective project management.
Apr 4, 2025, 7:08 PM UTC
The document provides navigational instructions from W Rte 9 in Crownpoint, NM, to a specific location identified by geographic coordinates (35.6962729, -108.1363537), detailing a distance of 18.5 miles requiring a 20-minute drive. The instructions begin with a direction to head east on Navajo Service Rte 9/W Rte 9 towards T-Well Springs Rd, accompanied by a note about live traffic conditions that may vary in speed. Though primarily focused on travel directions, the context suggests potential relevance for government projects, such as grants or RFPs involving transportation, infrastructure, or land use in the region. The concise presentation of the route provides quick access to essential travel information while emphasizing the importance of real-time traffic data in planning efficient travel to relevant locations, which may tie into broader governmental initiatives.
Apr 4, 2025, 7:08 PM UTC
The document outlines a Request for Proposal (RFP) related to the repair and alteration of highways, roads, streets, bridges, and railways, specifically focusing on pavement markings. It is an acquisition by the Bureau of Indian Affairs (BIA) in Navajo, New Mexico, set to be administered as an unrestricted procurement with special attention to Indian Small Business Economic Enterprises. The RFP specifies delivery of various types of pavement markings, with a performance period from May 1, 2025, to August 31, 2025. The items listed include broken yellow and solid white pavement markings, mobilization services, and applicable sales tax. Key details include the solicitation number (140A0925Q0017), the due date for proposals (April 4, 2025), and contact information for Elsie Begay for further inquiries. The contract is structured to comply with federal acquisition regulations, incorporating requirements for service-disabled veteran-owned small businesses and economically disadvantaged women-owned small businesses, ensuring inclusivity in procurement opportunities. The document aims to foster local development through small business participation in government contracts while highlighting systematic processes in acquiring public works services.
Apr 4, 2025, 7:08 PM UTC
The Bureau of Indian Affairs has provided estimated stripping quantities for road maintenance that includes the application of waterborne reflective paint on designated routes. The document outlines specific routes, such as N9 West and N11, detailing the estimated linear feet of three types of paint: broken yellow, solid yellow, and solid white. Across multiple routes, the total estimated quantities amount to 306,396 linear feet of broken yellow, 137,670 linear feet of solid yellow, and 571,845 linear feet of solid white paint. This summary highlights the distribution and application of road striping materials across various distances and jurisdictions, reflecting an effort to enhance road safety through improved visibility. All quantities are subject to change, underscoring the fluid nature of the project as it may adapt to changing conditions or requirements.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Z--NMNS/REPAVE MAIN ENTRANCE TURNOUT AT WHS
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting proposals for the repaving of the main entrance turnout at Wingate High School in Fort Wingate, New Mexico. The project aims to address severe disrepair issues, including deep potholes and narrow access that pose safety risks for school buses, requiring a qualified contractor to demolish existing asphalt, regrade the entrance, and construct wider concrete curbs with drainage. This initiative reflects the government's commitment to improving educational facilities on tribal lands, ensuring safety and accessibility for students and staff. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), must submit their proposals by April 28, 2025, with a project budget estimated between $100,000 and $250,000, and are encouraged to contact Carolyn Sulla at carolyn.sulla@bie.edu for further details.
BIE Chinle Agency Fencing Installation
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the installation of a chain-link fence and two gates at the Bureau of Indian Education's Chinle Agency in Arizona. The project entails erecting 1,995 linear feet of commercial-grade chain-link fencing to enhance security and protect property from vandalism and break-ins. This initiative is crucial for ensuring a safe environment for BIE operations and reflects the government's commitment to supporting Indian Economic Enterprises, as the solicitation is set aside for 100% Indian Small Business Economic Enterprises (ISBEE). Interested contractors must submit their proposals by the end of April 2025, with an estimated project value between $100,000 and $250,000. For further inquiries, potential bidders can contact Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933.
Carpet Installation for OIS at MIB
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for carpet installation services at the Office of Indian Services located in the Stewart Lee Udall Building, Washington, DC. The project involves replacing flooring across approximately 12,631.93 square feet, requiring contractors to provide all necessary labor, materials, and supervision, with completion expected by May 15, 2025. This opportunity is fully set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 238330, emphasizing the government's commitment to supporting small businesses owned by economically disadvantaged groups. Interested contractors must submit proposals by the specified deadline and can contact Adam Lowery at Adam.Lowery@bia.gov or 571-560-0622 for further information. A site visit is scheduled for April 17, 2025, and adherence to federal labor standards, including wage determinations, is mandatory throughout the contract duration.
INSTALL SOLAR STREET LIGHTS-CHINLE HDQTR
Buyer not available
The Department of the Interior, Bureau of Indian Affairs, is soliciting proposals for the installation of solar street lights at the Navajo Central Agency in Chinle, Arizona. This project specifically requires the installation of 17 solar LED streetlights and 3 traditional LED streetlights, aimed at enhancing safety and security in the community. The total contract value is estimated to be between $25,000 and $100,000, with a project timeline running from May 5, 2025, to August 1, 2025. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEEs), must submit their proposals by May 8, 2025, and can direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259.
DIGITIZATION PROJECT
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting proposals for a Digitization Project aimed at transitioning paper records to electronic formats within the Rocky Mountain Region, specifically at the Crow Agency in Montana. The project involves the on-site digitization of approximately 105 boxes of records, requiring contractors to possess at least ten years of experience in records management and to adhere to federal regulations, including NARA standards. This initiative is crucial for enhancing records management, ensuring data security, and improving accessibility to important documentation. Interested Indian Small Business Economic Enterprises must submit their proposals by May 8, 2025, at 1700 local time, and can contact Mary King at Mary.King@bia.gov or 406-247-7941 for further information.
LEAD PAINT AND ASBESTOS ASSESSMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a comprehensive lead paint and asbestos assessment for 48 BIA-owned buildings located on the Hopi Indian Reservation in Arizona. The project aims to ensure safety and compliance with environmental regulations by conducting thorough inspections and assessments of hazardous materials, with a focus on public health and safety prior to any construction or renovation activities. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and has a performance period of 180 days from the award date. Interested parties can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566 for further details.
FIRE RATED COUNTER DOORS
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting bids for the installation of fire-rated rolling counter doors at its Anadarko Agency in Oklahoma, under project number 140A0325Q0005. The project involves the demolition of existing structures, installation of new fire-rated doors compliant with NFPA 80 standards, and associated electrical work, with all materials required to be brand new. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), with an estimated contract value between $25,000 and $100,000, and bids are due by May 12, 2025, with an anticipated award date of June 1, 2025. Interested contractors should contact Jocelyn Littlechief at Jocelyn.LittleChief@bia.gov or call 405-247-1527 for further details.
Nimble Storage for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of Nimble Storage solutions for its Office of Information Technology (OIT). This opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance the IT storage capabilities through the acquisition of various HPE storage products and accessories, ensuring compliance with federal contracting standards. Proposals must be submitted by April 1, 2025, with a firm-fixed-price purchase order anticipated, and delivery of the products is expected within 90 days post-award to the Bureau's location in Albuquerque, NM. Interested vendors can reach out to Maggie Main at maggie.main@bia.gov for further inquiries.
Transport Trailers for Many Farms High School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for the procurement of two transport trailers to be delivered to Many Farms High School in Arizona. This initiative is part of the Indian Small Business Economic Enterprise (ISBEE) set-aside program, aimed at supporting small businesses within the Indian community. The transport trailers are essential for meeting the educational transportation needs of the school, ensuring students have reliable access to necessary resources. Interested vendors must submit their offers by the specified deadline, with a focus on providing the lowest-priced, technically acceptable proposals, and can direct inquiries to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
NM NP MULTI PMS(1), Pavement Preservation New Mexico
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.