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
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the installation of a chain-link fence and two gates at the Chinle Agency Headquarters in Arizona. The project entails the installation of approximately 1,995 linear feet of 9-gauge chain-link fencing, aimed at enhancing security due to ongoing issues with break-ins and vandalism. This procurement is particularly significant as it is set aside for 100% Indian Small Business Economic Enterprises (ISBEE), promoting participation from qualified Indian-owned businesses. Interested contractors must acknowledge receipt of amendments, attend a scheduled site visit on August 12, 2025, and submit their proposals by September 5, 2025, with an estimated project value between $100,000 and $250,000. For further inquiries, contact Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The Statement of Work (SOW) outlines the requirements for the installation of a chain-link fence at the Chinle Agency Headquarters in Arizona, aimed at improving security due to ongoing break-ins and vandalism. The project involves the installation of approximately 1,995 linear feet of 9-gauge chain-link fencing, accompanied by various gates and related hardware. Responsibilities include material procurement, labor, and adherence to safety standards, with contractors also required to manage local permit regulations. The primary objective is to create a safe working environment for Bureau of Indian Education employees and protect property. The contractor must coordinate with the designated Contracting Officer's Representative (COR) and is encouraged to conduct a site visit during the bidding process. Construction is to be completed within a 90-day timeframe once notice is given, incorporating quality control measures and compliance with Navajo Nation environmental regulations. Key materials and construction standards are specified to ensure a durable installation that meets safety codes. Overall, the document serves as a formal procurement request, establishing a framework for contractors to follow in delivering construction services that enhance security for government facilities.
    The document is a Questions and Answers Log for Request for Proposal # 140A2325R0027 regarding the installation of a fence and gate at the BIE Chinle Agency. The log includes various inquiries from contractors about project details. Key questions noted are from contractors TatCo and Mooweep LLC, seeking information on the availability of a fence layout and site visit requirements, respectively. The responses indicate that a fence layout is available as an attachment, and a site visit is not required. Additionally, Mooweep LLC inquires about project drawings, to which the answer refers to additional attachments provided. The document serves to clarify specific requests from contractors, facilitating their understanding of project requirements and logistics in the RFP process. This summary reflects the essential details, highlighting key contractor questions and the corresponding answers regarding the proposal for the fence and gate installation.
    The document pertains to an amendment of a solicitation related to a contract modification. It outlines procedures and requirements for acknowledging receipt of the amendment, which includes submitting the acknowledgment in designated formats before a specified deadline to avoid rejection of offers. The amendment serves to incorporate questions and answers as well as a potential fence layout, thus modifying the terms of the original solicitation. The contracting officer's details are provided, signaling official changes and any administrative updates under the Federal Acquisition Regulation. Contractors are informed whether they need to sign the document and return copies. Overall, the amendment is critical for ensuring compliance and accuracy in the bidding process for this contract.
    This document serves as an amendment to a solicitation or contract, specifically referenced as 140A2325R0027. It outlines the requirements for acknowledging receipt of the amendment through various means, such as inclusion in offer copies or separate communication. It emphasizes that failure to acknowledge may lead to rejection of offers. The amendment includes administrative adjustments, is associated with the Albuquerque NM Indian Education Acquisition Office, and states that changes to offers can also be made via electronic communication. The main purpose is to incorporate an amended Statement of Work. The document specifies compliance with federal regulations and reiterates that, aside from the changes made within this amendment, all original terms and conditions remain effective. This amendment process is crucial for maintaining compliance in federal and state solicitations and contracts, ensuring that all parties are aligned with project requirements and updates.
    Amendment 0003 to solicitation 140A2325R0027, issued by the Indian Education Acquisition Office, modifies the original solicitation with three key changes. First, the solicitation is now designated as a 100% Small Business Set-Aside. Second, an official site visit has been scheduled for August 12, 2025, at 9 AM MDT, with questions related to the site visit due by August 19, 2025, at 5 PM MDT. Third, the closing date for offers has been extended to September 5, 2025, at 12 PM MDT. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, or by other specified methods, to ensure their offer is not rejected.
    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
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    F--Noxious Weed Treatment for Chickasaw Agency
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) Chickasaw Agency is seeking contractors for a Noxious Weed Treatment program targeting approximately 1,966 acres of trust and restricted lands within the Chickasaw Nation, primarily focusing on Musk Thistle. The project aims for a 90% kill rate of the targeted weed and requires contractors to be licensed applicators who adhere to federal, state, and tribal pesticide laws while providing a comprehensive work plan and bi-weekly reports that include GPS data and photos. This initiative is part of a broader effort to manage noxious weeds across 74,000 acres in Southern Oklahoma, enhancing land productivity and economic value. Interested parties must submit their proposals by December 17, 2025, at 1700 EST, and can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    Pine Ridge Multi Phase Door Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi-Phase Door Replacement project in South Dakota. This project aims to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed Price contract, with a performance period of 270 calendar days following the Notice to Proceed. Interested contractors must submit their proposals electronically by December 17, 2025, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or by phone at 206-615-2452.
    Trash Pickup for Kaibeto Boarding School
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking quotations for trash pickup services at the Kaibeto Boarding School. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, with a focus on solid waste collection under NAICS code 562111. The contract will be structured as a Firm Fixed Price purchase order for a base year starting January 1, 2026, with the possibility of four additional option years extending through 2030. Interested contractors must submit a comprehensive quote that includes their qualifications and ability to perform, with evaluations based on technical capability and price. For further inquiries, potential offerors can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    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.
    68--Propane for Tohono O'odham Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking proposals for a firm fixed-price contract to supply propane to the Tohono O'odham Agency in Sells, Arizona. The procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), requiring that offerors qualify as both Indian Economic Enterprises and small businesses. The propane will be utilized for heating and kitchen appliances across various facilities, including the Tohono O'odham Agency Quarters and the Adult Detention Center, ensuring uninterrupted service is maintained. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 480-744-4870.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.