Chain-link Fence Replacement, Red Rock Day School
ID: 140A2325R0034Type: Solicitation
AwardedJun 27, 2025
$19K$18,965
AwardeeMOOWEEP LLC 121 E 400 N Wellsville UT 84339 USA
Award #:140A2325P0240
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER EDUCATIONAL BUILDINGS (C1CZ)
Timeline
    Description

    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. The project entails the installation of a six-foot high fence, with specific dimensions for the northeast and northwest sides, and does not require the removal of any existing fencing. This initiative is part of the federal government's commitment to enhancing educational infrastructure while ensuring compliance with safety and labor standards, including adherence to the Davis Bacon Wage Determinations. Proposals are due by May 9, 2025, with a site visit scheduled for April 23, 2025, and interested contractors should direct inquiries to Yui Hoptowit at yui.hoptowit@bie.edu or call 808-978-2605.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement and Acknowledgment form utilized in federal contracting, specifically related to subcontracting agreements. It includes essential fields for both the prime contractor and subcontractor, detailing contract numbers, dates, involved parties, and project descriptions. The form requires acknowledgment of key labor-related clauses, such as the Contract Work Hours and Safety Standards Act and compliance with wage rate requirements, which must be incorporated into the subcontract. The document reflects regulatory compliance and transparency within federal contracts, ensuring that all parties are aware of their obligations. Furthermore, it complies with the Paperwork Reduction Act, providing information on the estimated burden associated with data collection. This form is critical for maintaining labor standards and proper documentation in the context of government RFPs and grants, ensuring accountability amongst contractors and subcontractors.
    The document outlines the requirements for Indian economic enterprises responding to a federal solicitation under the Buy Indian Act. It emphasizes that to qualify, enterprises must meet specific eligibility criteria as defined in applicable regulations. The notice requires that the contractor remains compliant with these criteria throughout the solicitation process, including when the offer is made, at the time of contract award, and during the full term of the contract. Any loss of eligibility must be promptly communicated to the contracting officer. It is crucial that all provided information is accurate; false claims will lead to legal enforcement under federal law, including potential penalties. The document concludes with spaces for the submitting business's name and certification signature.
    The document is a Questions and Answers Log for Request for Proposal (RFP) # 140A2325R00034, detailing inquiries from contractors regarding the RFP. It includes a structured format listing serial numbers for each question, submission dates, the name of the contractor who posed the question, and respective dates for responses. This log serves as a communication tool to ensure clarity and transparency between the government and potential bidders during the procurement process. By addressing questions, the document helps clarify requirements and expectations, aiding contractors in submitting informed proposals. The main purpose of this log is to facilitate a fair bidding process by providing all interested parties with consistent information, thereby enhancing the overall efficiency and effectiveness of the federal contracting system.
    The document serves as a Questions and Answers Log for Request for Proposal #140A2325R00034. It pertains to a project involving fence installation with Mooweep, LLC as the contractor. Key inquiries include specifications about fence dimensions, clarifications on post sizes, and verification of the fence removal process. The proposed height of the fence is six feet, and there is no requirement for fence removal, with specific lengths for the northeast and northwest sides provided (130 ft and 110 ft, respectively). Additionally, the log confirms that pictures were attached to the proposal. The document reflects the standard process of addressing vendor queries about RFP specifics within the context of federal and local government contracting, ensuring clarity and compliance with project requirements. The attention to detail regarding measurements indicates the importance of accuracy in contractual obligations.
    This document is an amendment to solicitation number 140A2325R0034, issued by the Indian Education Acquisition Office in Albuquerque, NM. Its primary purpose is to provide updates to the original solicitation, requiring contractors to acknowledge receipt of this amendment to ensure their offers are considered. Offers must include references to the amendment and be submitted before the specified deadline (04/09/2025). The amendment adds new attachments, specifically a Request for Information (RFI) and related pictures to the Statement of Work (SOW). The period of performance specified in this amendment is from 05/19/2025 to 07/31/2025. The document reinforces the importance of compliance with submission protocols and provides details on the modification process, ensuring all terms and conditions remain intact unless explicitly altered. Overall, it serves to clarify procedures and expectations for contractors responding to the solicitation, facilitating the ongoing procurement process.
    The solicitation document (140A2325R0034) outlines a Request for Proposal (RFP) for the construction of a fencing project at the Red Rock Day School in Arizona. The contract will be a fixed-price purchase order, with proposals due by May 9, 2025. The process includes a site visit on April 23, 2025, and proposals must comply with specific Davis Bacon Wage Determinations. Interested contractors must submit inquiries by April 28, 2025. The performance period is ten days from the notice to proceed, and the total project cost is estimated to be under $25,000. Key elements include: the requirement for compliance with all relevant federal clauses, procurement regulations, and the necessity for contractors to have a designated point of contact for administration. It emphasizes the obligation to maintain safety standards, address any permitting responsibilities, and submit required documentation. Additionally, participation as an Indian Economic Enterprise is a stipulation under the Buy Indian Act. The contractor must also ensure all personnel undergo background investigations if they have contact with children. Overall, the RFP reflects the federal government's commitment to supporting local education infrastructure while prioritizing compliance and safety in contractor performances.
    Similar Opportunities
    Trash Pickup for Rocky Ridge Boarding School
    Interior, Department Of The
    The Bureau of Indian Affairs is seeking quotations for trash pickup services at the Rocky Ridge Boarding School, as part of a procurement initiative aimed at supporting Indian Small Business Economic Enterprises (ISBEE). The contract will cover refuse pickup and recycling services, structured as a Firm Fixed Price purchase order for a base year from January 1, 2026, to December 31, 2026, with the possibility of four additional option years. This service is crucial for maintaining cleanliness and environmental standards at the school, ensuring a healthy learning environment for students. Interested contractors must submit their all-inclusive offers electronically to Ashleigh Cleveland by December 16, 2025, at 1700 EST, and must be registered in SAM.gov to comply with applicable federal regulations.
    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.
    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.
    44--Replacement Heat Pumps for Seba Delkai Boarding Sc
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors to provide replacement heat pumps for the Seba Delkai Boarding School located in Winslow, Arizona. This procurement aims to supply heating equipment essential for maintaining a conducive learning environment at the boarding school, which serves Native American students. The solicitation is set aside for small businesses, specifically under the Indian Small Business Economic Enterprise (ISBEE) program, with a closing date for offers extended to December 16, 2025, at 5:00 PM ET. Interested parties must acknowledge receipt of the solicitation amendments and submit their proposals electronically, ensuring compliance with all applicable federal regulations.
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    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.
    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.
    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.
    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.
    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.