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

Z--Mescalero Adult Detention Center Design/Build Cons

INTERIOR, DEPARTMENT OF THE 140A1626R0002
Response Deadline
Feb 18, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
Notice Type
Solicitation

Contract Opportunity Analysis

The Bureau of Indian Affairs, under the Department of the Interior, is soliciting bids for the design and construction of Facility Improvement & Repair (FI&R) activities at the Mescalero Adult Detention Center located in Mescalero, New Mexico. The project aims to enhance the operational capabilities of the 40-bed facility through various modifications, including the installation of thermostat guards, millwork in the processing room, and conduit for inmate communication systems, with a total estimated cost between $500,000 and $800,000. This procurement is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the importance of supporting tribal businesses in federal contracting. Interested contractors must submit their proposals by February 18, 2026, at 2:00 PM ET, and can direct inquiries to Laurie Sherrod at laurie.sherrod@bia.gov or by phone at 571-560-0313.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z2FF
REPAIR OR ALTERATION OF PENAL FACILITIES

Solicitation Documents

25 Files
B01_Synopsis_of_Prop_Contract_Action_-_140A1626R0002_1.pdf
PDF85 KBDec 10, 2025
AI Summary
The Department of the Interior (DOI), Indian Affairs (IA) is issuing a presolicitation notice for a Design/Build Construction Contract for the Mescalero Adult Detention Center in Mescalero, NM. This project, identified as 140A1626R0002, focuses on Facilities Improvement & Repair (FI&R) to bring the center to full functional completion, including design, construction, installation, and demolition. The magnitude of construction is estimated between $500,000 and $800,000. This is a competitive ISBEE (Indian-Owned Small Business Economic Enterprises) set-aside acquisition with a NAICS Code of 238210 (Electrical Contractors and Other Wiring Installation Contractors). The anticipated contract performance period is 120 days. A solicitation is expected to be issued around December 24, 2025, on beta.SAM.gov, and interested parties must have a UEI number and an active SAM registration.
Sol_140A1626R0002.pdf
PDF576 KBFeb 10, 2026
AI Summary
This government Request for Proposal (RFP) solicits bids for the design and construction of Facility Improvement & Repair (FI&R) activities at the Mescalero Adult Detention Center in Mescalero, New Mexico. The project, estimated between $500,000 and $800,000, aims to ensure the 40-bed facility is fully functional. Key tasks include installing thermostat guards, designing and installing millwork in the processing room, providing conduit for inmate communications, and reconfiguring wing walls in holding cells. The period of performance is 120 calendar days after the notice to proceed. A pre-proposal conference and site visit are scheduled for January 27, 2026, with proposals due by February 16, 2026. The document outlines detailed requirements for inspections, daily reporting, payment, insurance, and compliance with various federal and tribal regulations, including those concerning taxes, wage rates, and security.
Attach_15_BIA_Justice-Detention_Facilities_Space_Templates.pdf
PDF5253 KBFeb 10, 2026
AI Summary
The Bureau of Indian Affairs (BIA) Office of Facilities Management and Construction published “Justice / Detention Facilities Space Templates” on June 30, 2011. This document provides architects and designers with specific diagrammatic and programmatic information for designing spaces within BIA Justice | Detention Facilities. It includes spatial relationship diagrams, detailed space templates for various areas (e.g., administrative offices, workstations, reception, conference rooms, interview rooms, support spaces, storage, detention cells, and courtrooms), and criteria checklists for each space. The checklists cover architectural, mechanical, and electrical data, including daily occupancy, security zones, natural light, door specifications, finishes, HVAC, plumbing, fire suppression, lighting, power, communication, and structural requirements. The standards are advisory, requiring architects to have experience in correctional facility design or to include a consultant with such a background.
Attach_16_IA_-_IEE_Representation_Form.pdf
PDF1038 KBFeb 10, 2026
AI Summary
The "Indian Affairs Indian Economic Enterprise Representation Form" is a crucial document for businesses seeking to contract with the U.S. government under the Buy Indian Act (25 U.S.C. 47). This form facilitates self-certification for companies identifying as an "Indian Economic Enterprise (IEE)" as defined in the Department of the Interior Acquisition Regulation (DIAR) Part 1480. Businesses must meet IEE requirements when an offer is made, at contract award, and throughout the contract term. The form requires the Offeror to provide their federally recognized tribal entity name, Unique Entity ID (UEI), legal business name, and the name of the 51% (or greater) owner of the IEE firm. Submission of false or misleading information is punishable under 18 U.S.C. 1001, and false claims during contract performance are subject to penalties under 31 U.S.C. 3729-3731 and 18 U.S.C. 287. This ensures compliance and integrity in federal contracting with Indian Economic Enterprises.
Sol_140A1626R0002_Amd_0001.pdf
PDF207 KBFeb 10, 2026
AI Summary
This amendment (140A1626R0002/0001) to the Mescalero OJS Requirements Facilities, Improvements & Repairs (FI&R) RFP primarily reschedules the site visit and question due dates. The TORFP deadline remains February 16, 2026, at 2:00 P.M. ET. Questions must be submitted to Laurie Sherrod at laurie.sherrod@bia.gov by February 5, 2026. A pre-proposal conference/site visit, including a teleconference option and an on-site tour, is scheduled for Tuesday, February 3, 2026, at 11:00 AM MT. Contractors interested in attending the on-site tour must RSVP to laurie.sherrod@bia.gov by Monday, February 2, 2026, at 12:00 P.M. ET. Failure to receive RSVPs by this deadline will result in the cancellation of the site visit and a subsequent RFP amendment. All other terms and conditions of the solicitation remain unchanged. The document also outlines methods for offerors to acknowledge receipt of amendments, such as completing items 8 and 15, acknowledging on each offer copy, or via separate communication.
B03_DOL_WD_-_NM20260025_1_2_26.pdf
PDF280 KBFeb 10, 2026
AI Summary
The provided document outlines various government solicitations, primarily focusing on federal and state/local Request for Proposals (RFPs) and grants. It details requirements for different projects, including infrastructure upgrades, hazardous material surveys, and general service provisions. Key aspects involve adherence to specific government standards, safety regulations, and environmental compliance. The document emphasizes the need for comprehensive planning, accurate assessments, and the engagement of qualified personnel to ensure project success and regulatory adherence across a range of government initiatives.
Attach_3_SF-24_Bid_Bond_Form.pdf
PDF720 KBFeb 10, 2026
AI Summary
Standard Form 24 (SF 24) is a bid bond used when a bid guaranty is required in government contracting, including federal RFPs, grants, and state/local RFPs. This form binds the principal (bidder) and surety(ies) to the United States Government for a specified penal sum. The obligation becomes void if the principal, upon bid acceptance, executes the necessary contractual documents and provides required bonds within the stipulated timeframe (60 days for acceptance, 10 days for document execution if not otherwise specified). If the principal fails to do so, they must compensate the Government for any additional costs incurred in procuring the work that exceed the original bid amount. The form outlines instructions for filling it out, including details on corporate and individual sureties, penal sum declarations (which can be a percentage of the bid price with a maximum dollar limit), and the requirement for corporate seals. It also clarifies that sureties' obligations are not impaired by bid acceptance extensions, provided these extensions do not exceed 60 cumulative calendar days beyond the initial acceptance period. The document emphasizes that corporations acting as sureties must be on the Department of the Treasury's approved list. The form also notes that for negotiated contracts, "bid" and "bidder" should be interpreted as "proposal" and "offeror" respectively.
Attach_4_SF-25_Performance_Bond_Form.pdf
PDF605 KBFeb 10, 2026
AI Summary
The Standard Form 25 (SF-25) is a Performance Bond prescribed by the GSA-FAR, used for government contracts to ensure the Principal (contractor) fulfills all contractual obligations and pays federal taxes related to the contract. The bond binds the Principal and Surety(ies) to the United States for a specified penal sum, covering the original contract term, extensions, and modifications. Corporate sureties must be on the Department of the Treasury's approved list, and individual sureties require a completed Standard Form 28. The form details the responsibilities of both the Principal and Surety(ies), including conditions under which the obligation becomes void, such as complete contract performance and payment of taxes. Instructions specify requirements for signing, corporate seals, and handling multiple sureties.
Attach_5_SF-25A_Payment_Bond_Form.pdf
PDF596 KBFeb 10, 2026
AI Summary
Standard Form 25A is a payment bond used in federal government contracts, particularly for projects requiring protection for those supplying labor and materials, as mandated by 40 USC Chapter 31, Subchapter III. The form outlines the obligations of the principal and surety(ies) to the United States Government, ensuring payment to all persons involved in furnishing labor or materials for the specified contract. It includes sections for identifying the principal, surety(ies), contract details, and the penal sum of the bond. Instructions detail requirements for corporate and individual sureties, emphasizing adherence to Department of the Treasury's approved surety lists for corporations and the need for Standard Form 28 for individual sureties. The form also addresses co-surety arrangements, where multiple sureties can allocate liability, and provides guidance on signing and sealing the bond. This document is crucial for ensuring financial protection for subcontractors and laborers on federal projects.
Attach_13_BIA_Justice-Detention_Facilities_Design_Handbook.pdf
PDF6598 KBFeb 10, 2026
AI Summary
The Bureau of Indian Affairs (BIA) Office of Facilities Management and Construction (OFMC) Justice/Detention Facilities Design Handbook provides standardized procedures for designing, expanding, and renovating BIA Justice/Detention facilities. Published on June 30, 2011, this handbook, along with companion Space Criteria and Space Templates, ensures culturally adaptive facilities that meet tribal community needs. Key goals include cultural expression, sustainable design with LEED Silver certification, and standardization of spaces and programmatic requirements while allowing for aesthetic flexibility. The handbook details submittal requirements at 20%, 40%, 70%, 99%, and 100% completion for various disciplines, including general, civil, landscape, architectural, structural, mechanical/fire protection, electrical, and information technology. It emphasizes adherence to applicable codes, standards, and laws, with the BIA's Division of Safety and Risk Management (DSRM) overseeing compliance and inspections.
Attach_14_BIA_Justice-Detention_Facilities_Space_Criteria.pdf
PDF850 KBFeb 10, 2026
AI Summary
The Bureau of Indian Affairs (BIA) Justice Center Space Criteria Handbook, published on June 30, 2011, provides guidelines for planning, designing, and assessing Justice and Detention Facilities within Indian Country. This handbook outlines a methodology for determining programmatic space standards for new constructions, existing building analyses, and alterations, ensuring compliance with prescribed standards for general requirements, infrastructure, future expansion, architectural space standards, operational efficiency, and accessibility. The document is organized into chapters covering general information, criteria application for law enforcement, detention, and tribal courts, and specific space standards for each function and related support. It details a tiered system for detention facilities (Tier I, II, and III) based on population and criminal traffic, with this handbook focusing specifically on Tier I facilities for 48-hour detention and substation services. The handbook emphasizes a feasibility study approach, including mission statement development, goal identification, workload analysis, and bed capacity determination based on arrest records and demographic data, to inform facility design and operational considerations.
Sol_140A1626R0002_Amd_0002.pdf
PDF203 KBFeb 10, 2026
AI Summary
This amendment to solicitation 140A1626R0002 extends the deadline for offers to February 18, 2026, at 2:00 P.M. Eastern Time (ET). Its purpose is to provide crucial updated documents, including the site visit sign-in sheets, agenda, virtual call transcript from February 3, 2026, and the RFP questions and answers log dated February 10, 2026. Additionally, the amendment includes revised provisions and clauses (Rev 1 - Feb 10, 2026), a revised Statement of Work (SOW Rev 1 - Feb 6, 2026), and as-built drawings from May 29, 2025. Changes within the revised provisions, clauses, and SOW are highlighted in red font for easy identification. All other terms and conditions of the original solicitation remain unchanged. The document also outlines the methods for offerors to acknowledge receipt of this amendment.
Attach_21_As-Built_Drawings_5_29_25_0002.pdf
PDF29011 KBFeb 10, 2026
AI Summary
This document outlines the plans for the Mescalero Adult Detention Center in Mescalero, New Mexico, a Bureau of Indian Affairs project. It includes architectural, structural, fire protection, plumbing, mechanical, and electrical drawings, along with interior and kitchen layouts. The project focuses on constructing a new detention center, adhering to the 2021 NFPA 5000 Building Construction and Safety Code, the 2011 Justice/Detention Facilities Design Handbook, the 2020 National Electrical Code, and ADA accessibility guidelines. The facility is classified as Detention and Correctional occupancy, Type II (000) unprotected construction, and is sprinklered. The plans detail allowable height, stories, and building area, as well as occupant load and means of egress, all of which meet or exceed code requirements. The document also includes extensive abbreviations and symbology used throughout the plans.
Attach_18_B09_RFP_Ques_and_Ans_Log_2_10_26_0002.pdf
PDF121 KBFeb 10, 2026
AI Summary
This document is a comprehensive Q&A log for Request for Proposal #140A1626R0002 Mescalero OJS Requirements FI&R, addressing various contractor inquiries regarding a design-build contract. Key points include clarifications on proposal submission requirements, such as page limits and bond submissions. The project's logistics are detailed, confirming no inmates will be present during construction, setting working hours, and outlining contractor responsibilities for dust control and temporary facilities. Technical specifications are largely left to the contractor's design-build proposals for aspects like ceiling repairs, CMU wall modifications, conduit installation, and wall caps, emphasizing detention-grade construction and security. The document also provides specific details on power requirements for devices like the Intoxilyzer 9000 and kiosks, and confirms as-built drawings are subject to Controlled Unclassified Information (CUI) guidelines. Overall, the Q&A log aims to provide essential information to potential contractors, guiding them through the requirements and expectations of this federal government RFP.
Attach_20_A04_SOW_Rev_1_-_2_6_26_0002.pdf
PDF2365 KBFeb 10, 2026
AI Summary
The Bureau of Indian Affairs (BIA) Office of Justice Services (OJS) requires a contractor for design-build construction, facilities improvement, and repair (FI&R) at the Mescalero Adult Detention Center. The project involves modifications to support full operational capabilities, including installing thermostat guards, designing and installing millwork in the processing room, providing conduit and wiring for NCIC inmate communications and TV equipment, and reconfiguring wing walls in holding cells. The contractor must furnish all materials, equipment, and personnel, adhering to all applicable Tribal, Federal, State, and local laws and BIA Justice/Detention Facilities Design Handbook requirements. The project must be completed within 120 days of the Notice to Proceed, with bi-weekly construction schedules and progress meetings. Deliverables include close-out documents and as-builts. The statement of work also details NCIC Inmate Communications' proposal for inmate communication services across 19 BIA Direct Service detention centers, outlining their capabilities, fee structure, and commitment to meeting regulatory compliance and facility needs.
Attach_17_B11_Site_Visit_Docs_2_3_26_0002.pdf
PDF2449 KBFeb 10, 2026
AI Summary
The Mescalero OJS Requirements FI&R Site Visit meeting, held on February 3, 2026, discussed the design and construction for Facility Improvement & Repair (FI&R) activities at the Mescalero Adult Detention Center. This 40-bed facility, operated by the Mescalero Apache Reservation Corrections Department and constructed by the Bureau of Indian Affairs Office of Justice Services, requires upgrades to ensure full functionality. The project is an ISBEE Set-Aside Design/Build Construction Contract, with an estimated magnitude of $500,000 to $800,000. Key dates include a question due date of February 5, 2026, and an RFP close-out date of February 16, 2026, at 2:00 PM ET. The period of performance is 120 calendar days after the Notice to Proceed. Proposals will be evaluated as a lowest-price technically acceptable source selection, focusing on technical approach, key project management/technical support, and project schedule. Specific work items include installing thermostat covers, designing and installing millwork in the processing area, providing and installing conduit for the NCIC inmate communication system, and demolishing wing walls to improve visibility into cells. Attendees were instructed to submit all questions via email and conduct all discussions in a group forum, with no one-on-one conversations with government employees to ensure transparency and equal information dissemination.
Attach_19_B08_Sol_Prov_and_Clauses_Rev_1_-_2_10_26_0002.pdf
PDF448 KBFeb 10, 2026
AI Summary
The Bureau of Indian Affairs is seeking bids for Design Build Construction Facilities Improvement & Repair (FI&R) at the Mescalero Adult Detention Center. The project, located at 386 Sawmill Dr., Mescalero, NM, requires contractors to provide all labor, equipment, and materials for FI&R activities within a 120-calendar-day performance period. The scope of work includes installing guards for thermostats, designing and installing millwork in the processing room, providing and installing conduit for inmate communication equipment, and demolishing and reconfiguring wing walls in specific holding cells. The price schedule requires a firm fixed price for these items, along with subtotals for general conditions and TERO (if applicable). The document outlines procedures for change orders, emphasizing written authorization and detailed cost proposals. It also details packaging, marking, and inspection requirements, including contractor self-inspection and daily reporting. Key clauses address commencement and completion of work, construction schedules, suspension of work, continuity of operations, recycling and refuse disposal, contractor administration, required insurance (with specific liability amounts), tribal taxes, VOC compliance, wage rates, certification of payments, subcontract data, security requirements (including Real ID Act compliance), temporary facilities, and existing utilities.
Attach_1_SOW_1_7_26.pdf
PDF2614 KBFeb 10, 2026
AI Summary
The Bureau of Indian Affairs (BIA) Office of Justice Services (OJS) is seeking a contractor for Design Build Construction Facilities Improvement & Repair (FI&R) at the Mescalero Adult Detention Center. The project, outlined in a Statement of Work dated January 7, 2026, aims to modify and improve the newly constructed 40-bed facility to support full operational capabilities. Key tasks include installing thermostat guards, designing and installing millwork in the processing room, providing and installing conduit for NCIC Inmate Communications equipment, and re-configuring wing walls in holding cells. The contractor must provide all materials, equipment, and personnel, adhering to all applicable Tribal, Federal, State, and local laws, regulations, codes, and BIA Justice/Detention Facilities Design Handbook requirements. The project has a 120-day completion timeframe from the Notice to Proceed, with bi-weekly progress meetings and submittals required. Deliverables include a construction schedule, material approvals, and as-built documentation.
Attach_6_IA_Form_C113_Progress_Schedule.pdf
PDF206 KBFeb 10, 2026
AI Summary
The Department of the Interior, Indian Affairs Form IA-C113,
Attach_7_IA_Form_C713_Progress_Report.pdf
PDF233 KBFeb 10, 2026
AI Summary
The Department of the Interior, Indian Affairs Contract Progress Report (Form IA-C713) is a standardized form used by contractors to report on the progress of their projects. This form details the contract number, project number, period covered, and overall completion date. It requires contractors to itemize work elements, indicating the percentage of total work, percentage completed in the current period, and cumulative completion. The form includes a section for remarks and explicitly states that the information may be used for computing progress payments at the Contracting Officer's discretion. A certification section requires the contractor to attest to the satisfactory completion of the indicated percentage of the contract, with spaces for signatures and dates from both the submitter and the reviewing Contracting Officer. Additionally, it asks if payrolls have been submitted for the time period, ensuring compliance with labor reporting requirements. This document is crucial for tracking project milestones and facilitating payment processing in government contracts.
Attach_8_DSRM_Final_Inspection_and_Certificate_of_Occupancy_Guidelines.pdf
PDF852 KBFeb 10, 2026
AI Summary
The U.S. Department of the Interior's Division of Safety and Risk Management (DSRM) has issued updated guidelines for final inspections and Certificates of Occupancy (CO) for Indian Affairs (IA) facilities. These guidelines, effective May 2020, supersede the July 2015 version and aim to ensure compliance with federal regulations, national model codes, and IA-adopted standards for all new construction, alterations, and operations. DSRM is the
Attach_9_SF-1413_State_and_Acknowledge_Form_(Subcontract).pdf
PDF564 KBFeb 10, 2026
AI Summary
The Standard Form 1413 (Statement and Acknowledgment) is a government document used in federal contracting, specifically for subcontracts related to prime contracts. It collects essential information about the prime contractor and subcontractor, including their names, addresses, prime contract number, subcontract award date, and a description of the subcontracted work. The form's primary purpose is to ensure that subcontractors acknowledge and agree to comply with various labor standards clauses from the prime contract. These clauses cover critical areas such as the Contract Work Hours and Safety Standards Act (Overtime Compensation), Payrolls and Basic Records, Withholding of Funds, Disputes Concerning Labor Standards, and Compliance with Construction Wage Rate Requirements. The document also includes provisions for identifying any intermediate subcontractors. With an OMB Control Number of 9000-0014 and an expiration date of January 31, 2021, the form underscores the federal government's commitment to upholding labor standards and transparency in subcontracting, particularly within federal government RFPs and grants.
Attach_10_IA_Form_3000v2_Material_Approval_Submittal.pdf
PDF150 KBFeb 10, 2026
AI Summary
IA FORM 3000 V2 is a revised form from the Department of the Interior, Indian Affairs, used by contractors to submit materials for government approval. This form, titled "MATERIAL APPROVAL SUBMITTAL," is essential for federal government RFPs, federal grants, and state/local RFPs. Contractors must use it for submitting shop drawings, equipment data, manufacturer's literature, certificates, and material samples. It requires detailed descriptions, specification references, and proper identification of items for approval. The form outlines instructions for contractors, including preparing four copies, consecutively numbering submissions, and indicating resubmittals. It emphasizes that the submittal is only valid when signed by the contracting officer, ensuring compliance with contract specifications. The form is designed to streamline the approval process for materials incorporated into government-funded projects.
Attach_11_Value_Engineering_DOI_OMB_Circular_A-131.pdf
PDF330 KBFeb 10, 2026
AI Summary
OMB Circular No. A-131 (Revised), issued December 26, 2013, provides guidance for Federal Departments and Agencies on the sustained use of Value Engineering (VE). The circular aims to reduce program and acquisition costs, improve performance and quality, and foster innovation. VE, also known as value analysis or value management, is a methodology to determine "best value"—the optimal relationship between worth and lowest life-cycle cost while maintaining performance and quality. This revised circular supersedes the 1993 version and mandates agencies to integrate VE into planning and development of programs, projects, and contracts. It defines key terms such as life-cycle cost, cost savings, and the systematic phases of a VE study. Agencies subject to the CFO Act of 1990 must designate a senior accountable official to oversee VE implementation, including maintaining guidelines, ensuring training, developing VE plans, and reporting annually to OMB on VE activities and achieved savings.
Attach_12_Guiding_principles_for_sustainable_federal_buildings_122020.pdf
PDF816 KBFeb 10, 2026
AI Summary
The "Guiding Principles for Sustainable Federal Buildings and Associated Instructions" (December 2020) by the Council on Environmental Quality (CEQ) outlines comprehensive guidelines for federal agencies to design, construct, operate, and maintain sustainable and high-performance buildings. This document consolidates previous guidance, aiming for improved usability and consistency without altering policy. It emphasizes six core principles: integrated design, optimized energy performance, water protection and conservation, enhanced indoor environment, reduced environmental impact of materials, and building resilience. Agencies can demonstrate compliance through checklists for new construction/modernization and existing buildings, or via third-party certification systems. The guidance also details requirements for life cycle cost-effectiveness, mission considerations, and accountability, ensuring federal buildings are efficient, healthy, and environmentally sound while generating cost savings and mitigating risks.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 10, 2025
amendedAmendment #1· Description UpdatedJan 26, 2026
amendedLatest AmendmentFeb 10, 2026
deadlineResponse DeadlineFeb 18, 2026
expiryArchive DateFeb 18, 2027

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
BUREAU OF INDIAN AFFAIRS
Office
BUREAU OF INDIAN AFFAIRS

Point of Contact

Name
Sherrod, Laurie

Place of Performance

Mescalero, New Mexico, UNITED STATES
386 Sawmill Dr

Official Sources