Z--NMNS/REPAVE MAIN ENTRANCE TURNOUT AT WHS
ID: 140A2325Q0091Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF SCHOOLS (Z1CA)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 11:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 15, 2025, 10:05 PM UTC
The document outlines a Request for Proposals (RFP) for repaving the main entrance turn-in at Wingate High School, located on the Navajo Indian Reservation in New Mexico. The existing entrance is characterized by deep potholes and damage caused by heavy school buses, necessitating professional repair. The scope of work includes demolishing the current asphalt and curbing, regrading the entrance, and constructing wider concrete curbs with drainage features. Contractors are required to provide all materials and manage site safety, traffic control, and cleanup, adhering to local regulations. Key responsibilities include the demolition of existing structures, installation of a new asphalt surface, and ensuring all work is compliant with NMDOT standards. The project emphasizes the need for coordination with school operations and requires work to be completed during school hours on weekdays. A warranty for one year post-completion is mandated, covering potential defects in workmanship. For consultation during the project, specific contacts are provided, with Stanley Henderson designated as the technical assistance representative. This RFP highlights the importance of infrastructure improvement in educational facilities to ensure safe access for students and staff.
Apr 15, 2025, 10:05 PM UTC
The New Mexico Navajo South Agency has issued a Request for Proposals (RFP) for the repaving of the turn-in entrance at Wingate High School due to severe disrepair, including deep potholes and narrow access causing safety issues for school buses. The project requires a qualified repaving contractor to demolish existing asphalt, regrade the entrance's slope, and construct wider concrete curbs with drainage. Contractors are responsible for all aspects of the job, including labor, materials, permits, and adherence to safety regulations. Bidders must demonstrate qualifications and proximity, follow NMDOT performance standards, and conduct work during weekdays without disruptions to school operations. Close-out requirements involve thorough cleanup and notification of project completion. The contractor warrants their work for one year against defects. The project location is at Wingate High School in Fort Wingate, New Mexico, serving grades 9-12, with guidance and oversight from designated BIE and facility management staff. This RFP reflects the government's commitment to improving educational facilities on tribal lands, ensuring accessibility and safety for students and staff.
Apr 15, 2025, 10:05 PM UTC
Apr 15, 2025, 10:05 PM UTC
The document presents a BID BOND form used in federal contracting, specifically for construction, supplies, or services. The main purpose is to serve as a guarantee that the bidder, referred to as the Principal, will fulfill the obligations of their bid to the U.S. Government. It establishes that both the Principal and Surety(ies) are bound to pay a specified penal sum if the conditions outlined within the bid are not met. The bond becomes void if the Principal executes further contractual documents and provides any necessary bonds within the specified timeframe after the bid acceptance. The document details the information required from the Principal, including legal name, address, organization type, and state of incorporation. It also specifies the Surety's obligations, requiring corporations acting as Sureties to be approved by the Department of the Treasury. Furthermore, the bond stipulates requirements for signature placements and the need for corporate seals. It includes an instruction section that clarifies the process for completion and execution of the bond. This form is critical in ensuring compliance with federal contracting requirements and safeguarding government interests during the bidding process.
Apr 15, 2025, 10:05 PM UTC
The document is a Standard Form 25, a Performance Bond required for government contracts that guarantees the completion of contractual obligations by the Principal and Sureties. It outlines the parties involved, including the Principal (the contractor), individual and corporate Sureties, as well as the legal obligations and conditions under which the bond is rendered void. The Principal commits to fulfilling the terms of the contract, including taxes, and the Sureties agree to ensure performance and payment guarantees up to a specified penal sum. The form includes detailed instructions for completion, including the need for corporate seals, authorized signatures, and compliance with the Department of the Treasury's approval requirements for sureties. This document emphasizes the legal framework supporting federal grants and contract bidding processes, ensuring that necessary protections are in place for the government against contractor default.
Apr 15, 2025, 10:05 PM UTC
The document is a Payment Bond form, Standard Form 25A, required under U.S. federal law to protect labor and material suppliers involved in government contracts. It outlines the obligations of the Principal (the contractor) and Sureties (the guarantors) to the U.S. Government for payment of a specified penal sum. The bond becomes void if the Principal pays all parties involved in the contract work promptly. Procedures and requirements for execution, including the necessity for corporate seals and evidence of authority for signatories, are detailed. Corporations as sureties must be listed on the approved Treasury list and their liability limits must total 100% of the bond's penal sum. The form also includes instructions for providing additional documentation when individual sureties are involved, ensuring compliance with financial requirements set by the government. This form is integral for safeguarding against non-payment in public contracts, highlighting its importance in federal and state procurement processes.
Apr 15, 2025, 10:05 PM UTC
The document outlines requirements for offerors responding to federal solicitations under the "Buy Indian Act." It mandates offerors to disclose their subcontracting plans concerning Indian Economic Enterprises (IEEs), including the percentage of work to be performed by IEEs versus non-IEEs. Offerors must also provide the qualifications of key personnel assigned to the contract. Written assurance of compliance with these requirements is necessary before contract award and upon completion, ensuring the integrity of the contract process. Non-compliance may render offers non-responsive. Additionally, it requires offerors to represent their status as an IEE and report any ownership changes. Misrepresentation carries legal penalties under federal law. The document serves to promote economic opportunities for IEEs while ensuring accountability in federal contracting practices.
Apr 15, 2025, 10:05 PM UTC
The document pertains to Request for Proposal (RFP) number 140A2325Q0003, which focuses on the installation of radon mitigation equipment. The primary objective is to solicit proposals from qualified contractors to implement systems that reduce radon levels in buildings, ensuring compliance with health and safety standards. Key aspects include specifying the necessary equipment, installation procedures, and adherence to regulatory requirements. The RFP outlines the qualifications required for bidders, the evaluation criteria for proposals, and the timeline for project completion. It emphasizes the importance of effective radon mitigation to protect public health, especially in areas known to have elevated radon levels. The initiative reflects the government's commitment to addressing environmental health risks and ensuring safe living conditions for residents through proactive measures.
The document is a Statement and Acknowledgment form related to federal contracts, capturing essential details regarding prime contractors and subcontractors. It includes areas to fill out the prime contract number, subcontract details, and the involved parties' information, such as names and addresses. The form outlines any clauses from the prime contract that are included in the subcontract, emphasizing compliance with key labor standards such as the Contract Work Hours and Safety Standards Act and construction wage rate requirements. Additionally, it requests acknowledgment from subcontractors regarding their understanding of these clauses and any intermediate subcontractors involved. The form is linked to the Paperwork Reduction Act, providing information about the estimated time for completion and its OMB control number. Overall, it serves as a formal acknowledgment of subcontract agreements and compliance with federal contracting regulations, ensuring transparency in the procurement process.
Apr 15, 2025, 10:05 PM UTC
This document outlines an amendment to a federal solicitation, specifically identified as 140A2325Q0091, for services from the Indian Education Acquisition Office in Albuquerque, NM. The amendment requires all offers to acknowledge receipt of the amendment by specific means before the stated deadline to avoid rejection, emphasizing the importance of proper communication. The amendments serve to modify the existing contract or order, reflecting changes in administrative details and adding Attachments 1-9. The period of performance for this solicitation is from April 30, 2025, to June 29, 2025. The document follows structured guidelines as per federal regulations, maintaining integrity and transparency in the solicitation process. Overall, this amendment ensures clarity regarding the conditions under which offers are submitted and the modification of existing contracts, reinforcing compliance and accountability within the federal procurement framework.
Apr 15, 2025, 10:05 PM UTC
The document pertains to the amendment of a federal solicitation, identified as 140A2325Q0091, which impacts the submission timeline and requirements for offers. Effective immediately, the due date for receipt of quotes has been extended to April 30, 2025, at 1700 MDT. The amendment includes instructions for acknowledging receipt, which can be done via copies of the amendment or electronic correspondence referencing the relevant solicitation numbers. Additionally, a revised Statement of Work is attached, outlining adjustments to the project scope. The period of performance remains set from May 5, 2025, to July 4, 2025. The amendment serves to ensure clear communication regarding the modifications and expectations for potential contractors, emphasizing adherence to deadlines and acknowledgment protocols. Overall, the purpose of this document is to facilitate a more streamlined process for bidders while maintaining compliance with federal requirements and enhancing project clarity.
Apr 15, 2025, 10:05 PM UTC
The document outlines a Request for Proposal (RFP) issued by the Indian Education Acquisition Office for a construction project aimed at repaving the main entrance of Wingate High School in Ft. Wingate, NM. This solicitation is set aside for Indian Small Business Economic Enterprises (ISBEE). Key details include a firm fixed-price task order with a proposal deadline of April 28, 2025. Prospective contractors are invited to submit their offers via email, with a site visit scheduled for April 14, 2025. Important aspects of the solicitation include a requirement for compliance with Davis-Bacon Wage Determinations, bonding requirements, and background screening for workers with access to the school. The contract's performance timeframe is limited to 60 calendar days post-notice to proceed, with the project budget estimated between $100,000 and $250,000. Offerors must ensure adherence to various federal clauses including those regarding labor standards and the necessary submission of representative documents. The RFP exemplifies the government's effort to promote local and Indian-owned businesses while maintaining strict compliance and regulatory standards throughout the project lifecycle.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
Y--BIE Chinle Agency Fencing Installation
Buyer not available
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.
Z--IE 150 SSIS LAGOON AERATOR
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 installation of a permanent TITUS Aerator System at St. Stephens Indian School in Wyoming. This project aims to enhance the school's facilities by constructing concrete slabs, performing electrical demolition, and installing a new electrical system, all while adhering to the National Electrical Code and ensuring cultural sensitivity. The contract is set aside for small businesses, with an estimated budget between $25,000 and $100,000, and proposals are due by April 21, 2025, following a site visit on April 7, 2025. Interested contractors should contact Carolyn Sulla at carolyn.sulla@bie.edu for further details and to ensure compliance with all solicitation requirements, including acknowledgment of amendments and adherence to safety regulations.
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.
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.
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.
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.
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.
Math, Reading, and Science PD Services for Nenahne
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide professional development services in Math, Reading, and Science for the Nenahnezad Community School located in Fruitland, NM. The contract, which is set aside for Indian Small Business Economic Enterprises (ISBEE), aims to enhance educational outcomes through monthly consultant support focused on curriculum mapping, assessments, and teaching strategies over a performance period from June 1, 2025, to May 31, 2026. This initiative is crucial for improving educational services within the community while ensuring compliance with federal regulations, including the protection of Personally Identifiable Information (PII). Interested parties should contact Michael Drinkwater at michael.drinkwater@bie.edu for further details and must submit their proposals, including technical capabilities and pricing, by the specified deadlines.
Z--Navajo MATOC Ceiling Increase
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking to increase the ceiling for the Navajo Multiple Award Task Order Contract (MATOC) by $13 million to accommodate ongoing construction activities and modifications linked to existing task orders. This increase is necessary due to the initial ceiling of $40 million being exceeded, with funds allocated for over-obligation, school facility repairs, and contingencies for unforeseen modifications. The urgency of this procurement is underscored by the critical need to maintain infrastructure that supports student health and safety at Many Farms High School, particularly as project timelines are crucial to avoid operational disruptions during winter months. Interested parties can contact Jessica Kidd at jessica.kidd@bia.gov for further details regarding this opportunity.