BIE Chinle Agency Fencing Installation
ID: 140A2325R0027Type: Solicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

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 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 11:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 3:06 PM UTC
The statement of work outlines the installation of a chainlink fence aimed at improving security at the Bureau of Indian Education's Chinle Agency Headquarters in Arizona, responding to persistent issues of break-ins and vandalism. The project involves erecting 1,995 linear feet of commercial-grade chainlink fencing and two gates to enhance safety for employees and protect property. Licensed contractors are invited to submit proposals, ensuring compliance with technical specifications and coordination with the contracting officer. The contractor will handle all aspects of construction, including obtaining necessary permits, conducting site visits, and adhering to safety regulations. Specific materials and construction methods are detailed, including fabric specifications, post and gate designs, and concrete footing requirements. The installation must follow guidelines to ensure durability and compliance with local standards, including the Navajo Nation regulations. Key objectives include establishing a secure environment for BIE operations and ensuring effective quality control and safety measures throughout the construction process. The project is set to be completed within 120 days, with a construction timeline of 90 days following approval of materials. This initiative reflects the government's commitment to safeguarding facilities and promoting efficient use of federal funds in enhancing safety measures on tribal lands.
Apr 2, 2025, 3:06 PM UTC
The document is a Questions and Answers Log related to Request for Proposal # 140A2325R0027 for the BIE Chinle Agency concerning fence and gate installation. It outlines the process for addressing inquiries from contractors regarding the RFP, including the sequence of received questions and their corresponding answers. Each entry is structured to include the question number, date received, the contractor asking the question, the date sent to the Contracting Officer Representative (COR), the answer provided, and the date the answer was delivered. This log serves as a vital reference for ensuring transparency and clarity in the bidding process, facilitating communication between the agency and potential contractors. Ultimately, it reflects the agency's commitment to a fair procurement process by addressing contractor concerns and queries in a systematic manner.
Apr 2, 2025, 3:06 PM UTC
The document outlines self-certification requirements for Offerors under the Buy Indian Act, emphasizing the definition of an "Indian Economic Enterprise" (IEE) as per the Department of the Interior Acquisition Regulation (DIAR) Part 1480. Offerors must confirm that they meet specified requirements at three critical points: when submitting a bid, at contract award, and throughout the contract duration. Contracting Officers may request further documentation at any stage of the acquisition process. The document underscores that submitting false or misleading information can lead to severe legal consequences under U.S. law. The section includes an Offeror Representation form, which requires details like the Federally Recognized Tribal Entity name and the Legal Business Name, alongside a certifying signature. This framework is integral to ensuring compliance with federal procurement standards and enhancing opportunities for Indian Economic Enterprises within government-related contracts.
Apr 2, 2025, 3:06 PM UTC
The document outlines compliance requirements for contractors and grantees involved in new construction and renovations under the Indian Affairs Division of Facilities Management, emphasizing adherence to various federal, tribal, and state health and safety standards. Key requirements include adherence to OSHA guidelines, fire safety regulations (NFPA standards), accessibility standards under the ADA, and building codes (NFPA 5000). It mandates compliance with environmental quality standards concerning food services, sanitation, and water facilities, along with energy conservation measures as specified by federal regulations. Additionally, contractors must ensure compliance with mechanical systems standards for heating, plumbing, and electrical installations and integrate pest and vector controls. The document also stresses the importance of sustainable building practices, such as achieving ENERGY STAR certification and using energy-efficient products. Overall, it establishes a comprehensive framework to ensure safety, accessibility, and environmental responsibility in the management of facilities and construction projects funded by federal grants and RFPs.
The document outlines the "Final Inspection and Certificate of Occupancy Guidelines" issued by the U.S. Department of the Interior, aimed at ensuring compliance with safety and health codes for facilities under Indian Affairs. It details the responsibilities of the Division of Safety and Risk Management (DSRM) and specifies pre-inspection requirements, on-site inspection procedures, and post-inspection protocols. The guidelines emphasize that all new constructions and alterations must meet federal regulations, including building safety codes and accessibility for individuals with disabilities. Before requesting a final inspection, contractors must submit necessary certifications and documentation, confirming substantial completion and operational status of systems. On-site inspections require relevant personnel to be present, with DSRM inspectors empowered to halt inspections if projects are incomplete. Post-inspection, a final report is generated, noting deficiencies that need correction before a certificate of occupancy can be issued. This document ensures that all facilities adhere to mandatory standards, promoting safety and regulatory compliance, reflecting the government's commitment to maintaining safe environments for operations within Indian Affairs jurisdiction.
The IA FORM 3000 V2 is a form issued by the Department of the Interior, Indian Affairs, designed for contractors to submit material approvals for projects governed by federal contracts. The form facilitates the approval process for various materials, including articles, supplies, and equipment, intended for incorporation into the contract work. Contractors must complete this form in four copies, clearly identifying material items, tabbing submission data, and marking resubmissions as needed. The document emphasizes the importance of precise documentation to ensure efficient evaluation by the contracting authority. The approval of these materials is mandatory as per contract specifications and must be acknowledged by the contracting officer, underscoring its role in compliance and project integrity. This process is critical in the context of government RFPs and grants, ensuring that only approved materials are utilized, adhering to federal standards and enhancing accountability in public project delivery.
Apr 2, 2025, 3:06 PM UTC
The document pertains to federal and state/local Requests for Proposals (RFPs) and grants. It outlines the procedural guidelines and requirements for organizations seeking funding for public projects. Key areas include eligibility criteria, application processes, and the importance of adherence to compliance standards. The document emphasizes accountability and transparency in fund allocation, aiming to foster fair competition among bidders. It highlights the evaluation metrics used to assess proposals, including the significance of project impact, cost-effectiveness, and alignment with governmental objectives. Furthermore, it discusses the necessity of environmental considerations and socio-economic impacts, urging applicants to address these factors in their proposals. This structured approach aims to guide stakeholders in navigating the complexities of funding opportunities while ensuring optimal use of public resources.
Apr 2, 2025, 3:06 PM UTC
The BID BOND form is a necessary document used in federal bids, ensuring that the Principal (bidder) and Surety(ies) are obligated to the U.S. Government to uphold the terms of their bid. The document outlines essential requirements and conditions for execution, highlighting the legal binding of the parties involved. The bond is void if the Principal completes further contractual documents and fulfills bond requirements within specified timeframes upon bid acceptance. It includes spaces to provide details such as the Principal's name, organization type, Surety information, bid identification, and liability limits. The form also notes that any necessary adjustments or deviations from its prescribed structure need prior approval from the General Services Administrator. Overall, the BID BOND serves as a financial security assurance within the context of RFPs, federal grants, and local contracts, reinforcing the obligation of contractors in government procurement processes.
Apr 2, 2025, 3:06 PM UTC
The document outlines the Performance Bond, a critical requirement for federal contracting, ensuring the Principal (contractor) and Surety(ies) (guarantors) are bound to the United States Government for a specified penal sum. The form captures necessary information such as the legal name and address of the Principal, the type of organization, the sureties involved, and their liability limits. The bond serves as a financial guarantee that the Principal will fulfill obligations under the contract, including performance and tax payments. The bond becomes void if the Principal meets all contractual covenants and conditions. The form must be signed by an authorized representative, with specific requirements for corporate and individual sureties, and may include multiple sureties with shared liability arrangements. The instructions emphasize adherence to the prescribed format and the necessity of including corporate seals and signatures. This document is substantial for government RFPs and contracts, promoting accountability and financial security in government-funded projects, safeguarding against failures in project completion or financial responsibility.
Apr 2, 2025, 3:06 PM UTC
This document outlines the requirements and conditions for a payment bond, typically required under federal contracts according to 40 USC Chapter 31, Subchapter III. The payment bond serves to protect individuals and entities supplying labor and materials for contract work. It details the need for the Principal's legal name and address, the surety or sureties involved, and their respective liability limits. The bond stipulates that the obligation is void if the Principal meets payment requirements to suppliers, with clauses for joint and several liabilities for the Principal and sureties. It also includes instructions for signing, corporate seals, and necessary documentation for approval by the General Services Administration (GSA). The form is formatted to include spaces for signatures and various corporate details, ensuring compliance with federal regulations. The document is indicative of the government’s procedures to mitigate risks associated with contract compliance in federal grants and RFPs.
Apr 2, 2025, 3:06 PM UTC
The Indian Affairs Division of Facilities Management and Construction outlines minimum qualification standards for Project Manager Employees engaged under P.L. 93-638 contracts or P.L. 100-297 grants. The primary purpose of these standards is to ensure that Tribes and tribal organizations hire qualified individuals for managing construction projects, which encompass various facilities funded by the Bureau of Indian Affairs (BIA). The document details experience and educational requirements differentiated by project budgets, specifically those costing $10 million or more and those less than $10 million. For larger projects, candidates must have at least ten years of relevant experience and a Bachelor’s degree in Engineering or Architecture, while smaller projects require seven years of experience and at least 30 credit hours in relevant courses. Certification as a Design-Build Associate or LEED professional is preferred. Overall, this framework aims to facilitate effective project management, ensuring appropriate use of public funds and benefiting both tribes and governmental interests by promoting qualified project oversight in the execution of substantial construction initiatives.
Apr 2, 2025, 3:06 PM UTC
The document is a solicitation for a construction project involving fence and gate installation for Bureau of Indian Education (BIE) buildings in Chinle, AZ. The project requires the installation of 1,995 lineal feet of commercial chain-link fence and two gates, with strict adherence to specifications outlined in the Statement of Work. This solicitation is set aside for 100% Indian Small Business Economic Enterprises (ISBEE), promoting participation from qualified Indian-owned businesses. A site visit is scheduled for April 9, 2025, with offer submissions due later in the month. Contractors must provide performance and payment bonds, and there are specific requirements for tribal taxes and safety protocols to ensure compliance with regulations. The estimated project value is between $100,000 and $250,000. Offers will be evaluated based on submission completeness, including compliance with subcontracting limitations and IEE representation, along with adherence to contractual obligations. The structure includes sections detailing project requirements, terms of performance, payment procedures, bonding conditions, and applicable clauses that govern the contract. This RFP emphasizes the government’s commitment to enhancing Indian economic enterprises while ensuring safety and fiscal accountability.
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.
PAVEMENT MARKINGS PROJECT N49-11 N9W N56
Buyer not available
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.
NEW REQ ROOF REPLACEMENT COTTONWOOD DS
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the roof replacement project at Cottonwood Day School located in Chinle, Arizona. This project, designated as a 100% Indian Economic Enterprise (IEE) set-aside, requires contractors to replace the existing roof with a new TPO roofing system, adhering to strict safety and quality standards, including compliance with OSHA regulations and Davis-Bacon Wage Determinations. The estimated contract value ranges from $250,000 to $500,000, with proposals due by April 30, 2025, and a mandatory site visit scheduled for April 16, 2025. Interested contractors should direct inquiries to Krisanne Dernago at krisanne.dernago@bie.edu and ensure they are registered in the System for Award Management (SAM) prior to submission.
59--FY-25 Electrical Materials
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for the procurement of electrical materials under the solicitation titled "FY-25 Electrical Materials." This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to acquire a variety of electrical components and supplies essential for infrastructure projects, including cables, insulators, and safety equipment. The procurement is crucial for enhancing operational efficiencies within the BIA's initiatives, supporting infrastructure upgrades and maintenance efforts. Interested vendors must submit their quotes by April 7, 2025, at 9:00 AM MD time, and can direct inquiries to the primary contact, Randall Brown, at Randall.Brown@bia.gov or by phone at 520-723-6208.
QTRS 1010 ROOF REPLACEMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is soliciting proposals for a roof replacement project at Government Quarters 1010 located in Crow Agency, Montana. The project requires a contractor to provide all necessary labor, materials, and equipment for a complete roof replacement, including the installation of metal roofing panels and gutters, while adhering to local labor regulations and BIA policies. This initiative underscores the importance of supporting Indian Small Business Economic Enterprises (ISBEE) and ensuring compliance with federal acquisition clauses, particularly those related to minority participation. Proposals are due by April 9, 2025, and interested contractors can contact Mary King at Mary.King@bia.gov or by phone at 406-247-7941 for further information.
Security Fencing - OLANCHA FIRE STATION FENCE INST
Buyer not available
The Bureau of Land Management (BLM) is soliciting quotes for the installation of a security fence and curb repair at the Olancha Fire Facility in Inyo County, California, under Request for Quotation (RFQ) No. 140L1225Q0007. The project involves the installation of an 80-foot section of 72-inch galvanized steel chain-link fence, the replacement of a damaged 10-foot section, and the repair of a section of driveway curbing, with a total project cost expected to be less than $25,000. This opportunity is set aside for small businesses, emphasizing compliance with the Buy American Act and federal wage regulations, with a performance period from June 1, 2025, to August 30, 2025. Interested contractors must submit their quotations by May 5, 2025, and can contact John Cabral at jcabral@blm.gov or 707-438-5293 for further information.
Book Displays for Tuba City Boarding School
Buyer not available
The U.S. Department of the Interior, Bureau of Indian Affairs, is soliciting proposals for the procurement of book displays for the Tuba City Boarding School. The project specifically seeks to acquire commercial display bins and shelving through a Firm Fixed Price purchase order, which is set aside for Indian Small Business Economic Enterprises (ISBEE). These book displays are essential for enhancing the educational environment at the boarding school, facilitating better organization and accessibility of educational materials. Interested contractors must ensure delivery within 30 days after receipt of order and comply with federal regulations, including submission of electronic invoices and adherence to labor standards. For further inquiries, potential bidders can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
IE 150 SSIS LAGOON AERATOR
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the installation of a permanent TITUS Aerator System at St. Stephens Indian School in Wyoming, aimed at enhancing the school's facilities for its predominantly Native American student population. The project entails significant construction activities, including the installation of concrete slabs, electrical work, and the integration of a new 15 HP blower with a Variable Frequency Drive (VFD), all while adhering to safety regulations and the National Electrical Code. This procurement is particularly important as it reflects the Bureau of Indian Education's commitment to providing quality educational opportunities, with a project budget estimated between $25,000 and $100,000. Interested small businesses must submit their proposals by April 21, 2025, following a site visit on April 7, 2025, and can direct inquiries to Carolyn Sulla at carolyn.sulla@bie.edu.
J--Electrical underground boring IDIQ
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified Indian small business economic enterprises (ISBEE) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on electrical underground boring work for the San Carlos Irrigation Project in southern Arizona. The contract will encompass various tasks including directional boring, utility pot-holing, trenching, conduit installation, and electrical services, with a duration of 60 months. Contractors must adhere to U.S. Department of Labor Wage Decisions, respond to emergencies within 24 hours, and manage environmental and safety considerations throughout the project. Interested ISBEE firms are encouraged to submit capability statements and records of past performance, along with Arizona contractor's licenses, to Randall Brown at Randall.Brown@bia.gov by the specified deadline.
B--SCIP-IW BUILDING TRANSFER ESA/ LEAD/ASB
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals from qualified Indian Economic Enterprises for a Phase I Environmental Site Assessment (ESA) and related evaluations for the transfer of three buildings to the Gila River Indian Community in Sacaton, Arizona. The project requires comprehensive assessments, including a Phase I ESA, a Comprehensive Asbestos Survey, and a Lead-Based Paint Inspection, all adhering to established ASTM standards to ensure environmental safety and regulatory compliance. This initiative underscores the BIA's commitment to responsible property management prior to transfer, with a contract anticipated to be awarded as a Firm Fixed Price Purchase Order, and proposals due by April 8th at 1700 Pacific Daylight Time. Interested vendors can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566 for further details.