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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    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 located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% 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 issuance of a Notice to Proceed. Proposals are due electronically by 2 PM Pacific Time on January 6, 2026, and interested parties should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or call 206-615-2452.
    TITLE IV PELL GRANT SPECIALIZED SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking a contractor to provide specialized services for Title IV Pell Grant processing at Haskell Indian Nations University (HINU). The primary objective is to enhance the efficiency of awarding Pell Grants to eligible students by utilizing the university's financial aid systems, including CAMS, COD, and EDConnect, while developing Standard Operating Procedures to streamline operations. This contract, set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), will be awarded as a Firm Fixed Price purchase order for a base year with an option for an additional year, with quotes due by December 19, 2025, at 2:00 PM CST. Interested parties can contact Jeff Morris at jeff.morris@bie.edu or by phone at 505-364-2130 for further details.
    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.
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new rooftop unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Zuni Quarters Sewer Improvement Project,
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is preparing to solicit proposals for the Zuni Quarters Sewer Improvement Project located in Zuni, New Mexico. This project involves the reconstruction of sewer lines, including demolition and replacement of existing infrastructure at the Zuni Comprehensive Community Health Center, and is expected to be completed within a 90-day period following the issuance of the Notice to Proceed. The contract will be awarded as a Firm Fixed Price (FFP) and is set aside exclusively for small businesses under NAICS code 237110, with an estimated project value between $100,000 and $250,000. Interested contractors should monitor https://sam.gov for the solicitation release, anticipated around December 23, 2025, and are encouraged to contact Shaukat Syed or Jenny Scroggins for further inquiries.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    OK-WICHITA MTNS RFG-CONCRETE DISPOSAL
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for a Firm Fixed Price Construction contract for concrete demolition debris removal at the Wichita Mountains Wildlife Refuge in Indiahoma, Oklahoma. The project entails the removal of approximately 15,000 tons of concrete debris, including rebar, brick, and cinderblock, with options for an additional 6,000 tons, and requires compliance with federal regulations such as the Buy American Act and Davis-Bacon Wage Rates. This contract is crucial for restoring the site to its natural state and ensuring environmental protection, with a performance period of 180 days from the notice to proceed, and work expected to commence within 5 days. Interested small businesses must contact Shanen Fox at shanenfox@fws.gov or call 503-736-4469 for further details, with the project valued between $250,000 and $500,000.
    73--Steam Kettle
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking quotes for the procurement, removal, and installation of a floor-mounted steam kettle for the Bureau of Indian Education's Turtle Mountain Elementary School in Belcourt, ND. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and requires the provision of new equipment, including a minimum one-year warranty, with a completion timeframe of 30-60 days after receipt of order. The steam kettle is essential for food preparation in educational settings, ensuring that students receive nutritious meals. Interested vendors must submit their all-inclusive firm fixed price quotes, along with necessary documentation, by the specified deadline, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.