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 23, 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 the construction of 1,995 linear feet of commercial-grade chain-link fencing, aimed at enhancing security and protecting property from vandalism and break-ins. This initiative is part of the government's commitment to improving safety on tribal lands and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), promoting economic opportunities for qualified Indian-owned businesses. 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 23, 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 23, 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 23, 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 23, 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 23, 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 23, 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 23, 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 23, 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 23, 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 23, 2025, 3:06 PM UTC
Apr 23, 2025, 3:06 PM UTC
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.
Apr 23, 2025, 3:06 PM UTC
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.
Apr 23, 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
Chain-link Fence Replacement, Red Rock Day School
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the replacement of a chain-link fence at the Red Rock Day School in Arizona. This project is a fixed-price contract with an estimated total cost of under $25,000, and it requires compliance with specific federal regulations, including the Davis Bacon Wage Determinations and safety standards. The procurement process includes a site visit scheduled for April 23, 2025, with proposals due by May 9, 2025, and inquiries must be submitted by April 28, 2025. Interested contractors can reach out to Yui Hoptowit at yui.hoptowit@bie.edu or call 808-978-2605 for further information.
INSTALL SOLAR STREET LIGHTS-CHINLE HDQTR
Buyer not available
The Department of the Interior, Bureau of Indian Affairs, is soliciting proposals for the installation of solar street lights at the Navajo Central Agency in Chinle, Arizona. This project specifically requires the installation of 17 solar LED streetlights and 3 traditional LED streetlights, aimed at enhancing safety and security in the community. The total contract value is estimated to be between $25,000 and $100,000, with a project timeline running from May 5, 2025, to August 1, 2025. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEEs), must submit their proposals by May 8, 2025, and can direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259.
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 significant disrepair, including deep potholes and narrow access that pose safety risks for school buses, by demolishing existing asphalt, regrading the entrance, and constructing wider concrete curbs with drainage features. This initiative underscores the government's commitment to improving educational infrastructure on tribal lands, ensuring safe access for students and staff. Interested contractors, particularly those qualifying as Indian Small Business Economic Enterprises (ISBEE), must submit their proposals by April 30, 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 information.
WHITE MOUNTAIN APACHE ADULT DETENTION - WALL REPAI
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for a wall repair project at the White Mountain Apache Adult Detention Center in Whiteriver, Arizona. The project involves significant structural repairs, including addressing cracks in concrete masonry units and restoring structural integrity, with a completion timeline of 60 calendar days following the notice to proceed. This initiative is crucial for enhancing the safety and stability of the correctional facility and is part of a broader effort to support local businesses through Indian Small Business Economic Enterprise (ISBEE) set-asides. Interested bidders must submit sealed offers by May 9, 2025, and can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or 602-241-4566 for further information.
FIRE RATED COUNTER DOORS
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting bids for the installation of fire-rated rolling counter doors at its Anadarko Agency in Oklahoma, under project number 140A0325Q0005. The project involves the demolition of existing structures, installation of new fire-rated doors compliant with NFPA 80 standards, and associated electrical work, with all materials required to be brand new. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), with an estimated contract value between $25,000 and $100,000, and bids are due by May 12, 2025, with an anticipated award date of June 1, 2025. Interested contractors should contact Jocelyn Littlechief at Jocelyn.LittleChief@bia.gov or call 405-247-1527 for further details.
Roof Repair - Beclabito Day School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a roof repair project at Beclabito Day School in Shiprock, New Mexico. The project entails the removal and repair of approximately 37,000 square feet of damaged roofing using TPO materials, with the objective of ensuring compliance with Indian Affairs life safety codes and extending the roof's lifespan. This procurement is crucial for maintaining safe and functional educational facilities for the community, with a project budget estimated between $250,000 and $500,000. Interested contractors must submit sealed bids by May 15, 2025, and are encouraged to direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259 before the question deadline of May 5, 2025.
Z--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 opportunity is designated as a 100% Indian Economic Enterprise (IEE) set-aside, requiring contractors to replace the existing roof with a new TPO roofing system while adhering to safety regulations and quality assurance practices. The project is crucial for maintaining the integrity and safety of educational facilities, with an estimated contract value between $250,000 and $500,000. Interested contractors must submit proposals by May 16, 2025, following a mandatory site visit on April 16, 2025, and are encouraged to direct any inquiries to Krisanne Dernago at krisanne.dernago@bie.edu.
CON Roof Repair for Fire Station at Dennehotso
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for labor services to repair the roof of the fire station at Dennehotso Boarding School in Arizona. The project involves the removal of existing asphalt shingles and the installation of a Metal Roof Panel System, with a focus on compliance with current building codes and safety regulations. This initiative is crucial for maintaining the functionality and safety of the fire station, which plays a vital role in supporting fire service operations in the community. Interested contractors must attend a site visit on April 29, 2025, and submit their proposals by May 16, 2025, with a contract performance period expected from May 26 to June 27, 2025. For further inquiries, contact Mary Jane Johnson at maryjane.johnson@bie.edu or call 505-803-4259.
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.
Vinyl Tile Installation
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for vinyl tile installation services at the Main Interior Building in Washington, DC. The project involves the installation of approximately 350 square feet of Luxury Vinyl Tile (LVT), requiring contractors to remove existing debris, prepare the surface, and ensure compliance with safety and environmental standards. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 238330, emphasizing the government's commitment to supporting small businesses and Indian economic enterprises. Proposals are due by April 25, 2025, with a pre-bid site visit scheduled for May 1, 2025; interested contractors can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or 571-560-0519 for further details.