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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    R--Geographic Information Systems (GIS) Modernization
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking contractor support for the Geographic Information Systems (GIS) Modernization project, aimed at enhancing IT systems through data integration and workflow improvements. The primary objectives include addressing a backlog of mapping trust lands and developing GIS applications to manage natural resources on Indian lands, with specific tasks outlined for both experienced and basic GIS support roles. This project is critical for improving the management of tribal resources and ensuring compliance with various regulations. Interested parties must acknowledge the amendment to the solicitation and submit their proposals by the specified deadlines, with the contract period set from February 1, 2026, to January 31, 2027. For further inquiries, contact Nancy Shah at Nancy.Shah@bia.gov or call 703-390-6728.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The contract will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated exclusive use period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific technical specifications and personnel qualifications. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and should direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Transportation, Department Of
    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.
    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.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    Contractor shall furnish and install a water line extension for SR#6139 and SR#6734 in Bixby, OK (Tulsa Co.) in accordance with the attached Statement of Work and drawings.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water line extension for State Routes 6139 and 6734 in Bixby, Oklahoma. The project involves the installation of approximately 200 linear feet of 8-inch C900 DR14 PVC water main line and associated appurtenances, with a completion timeline of 90 calendar days from the Notice to Proceed. This procurement is a 100% Indian-owned set-aside under NAICS code 237110, with an estimated contract value between $25,000 and $100,000, emphasizing the importance of compliance with local and federal standards for water supply facilities. Interested contractors must submit their quotes by January 5, 2026, and are encouraged to contact Noleen Powell at noleen.powell@ihs.gov for further details and clarification.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.