Y--INSTALL SOLAR STREET LIGHTS-CHINLE HDQTR
ID: 140A2325Q0115Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

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, Bureau of Indian Affairs, is soliciting proposals for the installation of solar street lights at the Chinle Agency Headquarters in Arizona. The project involves the installation of 17 solar LED streetlights and 3 traditional LED streetlights, aimed at enhancing safety and security for the community. This initiative is particularly significant as it supports sustainable infrastructure and is set aside for Indian Small Business Economic Enterprises (ISBEE), promoting economic opportunities for Indian-owned businesses. Interested contractors must submit their proposals by May 22, 2025, with a total contract value estimated between $25,000 and $100,000, and can direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Indian Education (BIE) is soliciting licensed Electrical Contractors for the installation of twenty streetlights in the housing area of Chinle, Arizona. This project includes the installation of seventeen solar LED streetlights and three traditional LED streetlights to enhance safety and security for residents. The scope encompasses design, civil work, commissioning, and one year of warranty maintenance for the lights. Contractors are responsible for all aspects of the project, including equipment, labor, adherence to safety regulations, and compliance with federal, state, and local laws. They must submit detailed project schedules and insurance certificates prior to commencing work, which is to be completed within 90 days of receiving the Notice to Proceed. The document outlines extensive requirements for contractor responsibilities, safety protocols, and procedures for handling emergencies and site management. The project aims to reduce accidents, enhance visibility, and deter crime by improving lighting in the community. Additionally, it emphasizes the importance of compliance with various safety and environmental standards while ensuring proper site coordination to minimize disruptions. The work must align with the specifications established by the BIE and adhere to relevant codes and guidelines throughout the installation process.
    The document outlines the contractual progress schedule required for projects under the Department of the Interior, Indian Affairs. It details the necessary steps for contractors to complete and submit the IA-C113 form, which tracks work elements, percentages of completion, and planned progress for each phase of a project. Contractors must enter specific project information including contract number, dates, project title, and provide a detailed breakdown of work elements in logical order, indicating their respective percentages. Additionally, the document emphasizes the importance of timely progress reports, and adjustments to the schedule in case of modifications initiated by the contracting officer. The collection of accurate data through these forms is crucial for contract administration, partial payment approvals, and ensuring project adherence to original timelines. Overall, this file serves as a guideline for contractors on how to monitor and report their work progress effectively, contributing to successful contract management within government projects.
    The file pertains to a Contract Progress Report from the Department of the Interior, specifically for Indian Affairs. It serves to document and certify the completion status of a contractor’s obligations under a government contract. The report includes crucial details such as contractor information, reporting period, project and contract numbers, and the completion percentages of various work elements. It is structured to allow the Contracting Officer to use the information for computing progress payments, depending on contractual terms. Additionally, a certification section confirms satisfactory completion by the contractor, requiring both contractor and contracting official signatures. The report also prompts for payroll submission status, ensuring compliance with labor requirements. Overall, the document functions as a formal mechanism to track and evaluate contractor performance while maintaining transparency and accountability in federal contract management.
    The IA FORM 3000 V2 is a standardized document used by contractors to submit materials for approval in compliance with federal contracts under the Department of the Interior, Indian Affairs. The form facilitates the approval process for various materials and components intended for incorporation into contract work, requiring clear identification of the materials and their specifications, including type, model number, and manufacturer. Contractors must complete the form in four copies, ensuring that submissions are numbered and organized for efficient evaluation. The approval of submitted materials is mandated to be signed by the contracting officer, emphasizing the necessity for validation as stipulated in the contract terms. This form enhances the quality control measures within federal contracting, confirming that materials meet all defined specifications before being utilized in projects. It plays a critical role in managing government resources effectively by ensuring compliance and adherence to set standards throughout the project's lifecycle.
    The document outlines a series of questions and responses related to the Request for Proposals (RFP) for a solar and LED street lighting project (140A2325Q0115). Key inquiries from the contractor include specifications for waste disposal, restroom facilities, staging and parking areas, and the liability regarding existing structures. The government responses clarify arrangements for trash disposal, availability of porta-potties, and staging areas on-site. It is noted that the project prioritizes Native-owned businesses and all lights must be LED. Furthermore, any cleanouts for concrete trucks cannot occur on-site, and coordination with Central Office is essential for change orders. The document also addresses the importance of adhering to the Buy American Act and details on the accuracy of the site plans for the project. The main purpose is to resolve logistical queries from the contractor to facilitate a clear understanding before project commencement, ensuring compliance and effective execution of the lighting installation.
    The document contains a log of questions and government responses related to the Request for Proposal (RFP) 140A2325Q0115, which seeks contractors to provide solar LED street lights. It reflects a collaborative effort between contractors and the government to clarify project expectations and requirements. The responses address specific inquiries raised by contractors, ensuring that they understand the technical specifications, operational guidelines, and compliance criteria associated with the project. The focus is on providing clear, actionable information to facilitate the bidding process for contractors interested in supplying solar LED street lights, thereby promoting transparency and efficiency in public procurement. Ultimately, the document serves as a critical resource for potential bidders, illustrating the government's commitment to sustainable infrastructure while addressing contractors' concerns in real-time.
    The document outlines General Decision Number AZ20250054 pertaining to minimum wage rates and worker protections under the Davis-Bacon Act for construction contracts in specific Arizona counties, effective January 3, 2025. It details the applicable wage rates for various labor positions, influenced by Executive Orders 14026 and 13658, requiring contractors to pay covered workers at least $17.75 per hour or the higher rate specified. Additionally, the document includes information on the appeals process for wage determinations and conformance requests related to classifications not listed.
    The document is a Bid Bond Form used in government contracting, specifically for construction, supplies, or services. It establishes a financial guarantee from the Principal and Surety(ies) to the U.S. Government regarding a proposed bid. The key points include the requirement for the Principal to execute a contractual agreement within a specified timeframe upon bid acceptance or to compensate the Government for any excess procurement costs if they fail to meet this obligation. The form outlines the responsibilities and limits of liability for the Surety(ies), which must be approved by the Department of the Treasury, and also includes instructions for completion, such as the need for corporate seals and identification of sureties. The document emphasizes that extensions for bid acceptance will not impair the Surety(ies) obligations, clarifying their role in the event of complications during the bidding process. Overall, this Bid Bond Form serves as a critical component in ensuring financial accountability and adherence to government contracting standards, reinforcing the integrity of the bidding process.
    This document is a Standard Form 25, which serves as a performance bond for government contracts. The principal (contractor) and surety (guarantor) are jointly bound to the United States in a specified penal sum, ensuring the fulfillment of the contract's terms. The bond outlines the obligations of both the principal and surety, including performing all contract conditions, modifying agreements, and paying any applicable government taxes during contract execution. The document specifies that it must be signed by authorized individuals and requires detail about the organizational type of the principal and the sureties, including names, addresses, and liability limits. Specific instructions include compliance with regulations regarding corporate sureties and requirements for individual sureties. The bond is void if the principal fulfills all contractual obligations. This performance bond serves as a critical instrument to safeguard the government’s interests in contracts awarded, ensuring accountability and adherence to contractual commitments by all parties involved. It supports the framework of federal grants and local RFPs, providing a formal mechanism for financial assurance in government projects.
    The document outlines the Standard Form 25A, used for ensuring payment bonds associated with government contracts under 40 USC Chapter 31, Subchapter III. It requires the details of the Principal, including legal name, address, and corporate type, as well as Surety details, which could be corporate or individual. The form specifies that the bond must guarantee payments to all individuals supplying labor or materials in accordance with the contract. The Principal and Sureties affirm their obligation to the U.S. Government in defined penal sums. Variations from the form are not permitted without specific approval, and the corporate sureties must be listed in the Treasury's approved list. Additionally, the document instructs on the appropriate signing procedure, seal requirements, and provides a Paperwork Reduction Act statement regarding the estimated time for completion. Overall, the form serves as a critical instrument for mitigating financial risk in government contracts involving labor and material supply.
    The document serves as a Statement and Acknowledgment form for prime contractors and subcontractors under federal contracts. It includes necessary details such as the prime contract number, the date of subcontract award, contractor names, addresses, and specifics regarding compliance with labor standards, including the Contract Work Hours and Safety Standards Act. The prime contractor confirms the subcontract awarded, while the subcontractor acknowledges acceptance of key regulations from the prime contract, which cover aspects like wage rate compliance and termination regulations. The filing incorporates a Paperwork Reduction Act statement, indicating the estimated time for completing the form, and provides a valid OMB control number for regulatory tracking. This document is essential for maintaining compliance with labor laws in government contracting and facilitates proper management of subcontracts within federal and state procurement activities.
    The document outlines requirements for offerors responding to solicitations under the Notice of Indian Economic Enterprise (IEE) Set-Aside. It stipulates that offerors must specify the percentage of work that will be performed by themselves versus subcontracted to Indian Economic Enterprises and detail any subcontracting arrangements. Offerors are also required to provide qualifications of key personnel assigned to the contract unless determined otherwise by the Contracting Officer. A written assurance of compliance with these requirements is mandatory before contract award and completion. Furthermore, any indication of non-compliance can result in the offer being deemed non-responsive. The document also demands offerors to confirm their status as an Indian Economic Enterprise, with legal repercussions for submitting false information. This reflects the government's commitment to supporting Indian businesses through structured procurement processes, emphasizing integrity and compliance within contract submissions.
    The provided document is a Release of Claims form used by the United States Department of the Interior. This form is a contractual requirement wherein the contractor, upon completing work, must furnish a release of any claims against the U.S. government before receiving final payment. It specifies that the contractor discharges the U.S., including its officers and employees, from any debts or demands related to the contract, with potential exceptions noted. The document outlines the need for contractor identification, including their title and corporate status if applicable. The structured layout includes sections for signatures and certifications, ensuring the release is legally binding. This release form plays a vital role in affirming the contractor's satisfaction with completed work and the finalized payment, a common practice in federal contracting within RFPs and grants to manage liabilities effectively.
    The document outlines the health and safety codes and standards applicable to contractors and grantees working with the Bureau of Indian Affairs, focusing on compliance with federal, tribal, and state regulations. Key areas covered include OSHA compliance, fire safety, accessibility standards, building safety codes, installation of mechanical systems, plumbing, environmental quality, and energy conservation. Each section specifies requirements for new constructions, major alterations, and improvements to ensure safety, accessibility, and sustainability, such as automatic sprinkler systems for larger buildings, compliance with the Americans with Disabilities Act (ADA), and adherence to energy efficiency standards set by ASHRAE. The standards aim to promote safe, accessible, and environmentally responsible building practices. Additionally, the document contains revisions acknowledging updates in regulations and standards over the years, emphasizing the commitment to maintain high safety and health standards in all related construction and renovation projects. This guidance is integral for federal RFPs and grants, ensuring that projects meet stringent compliance to foster safe and efficient facilities within Indian Affairs.
    The Bureau of Indian Education (BIE) in Chinle, Arizona, seeks a contractor to replace its nonfunctional street lighting system with seventeen new solar-powered LED fixtures at the BIE campus. The objective is to establish a compliant, reliable lighting system that ensures safety. The contractor is responsible for all labor, materials, and submittals in alignment with safety codes and operational guidelines. The scope includes demolishing existing components, installing new lighting, conducting performance evaluations, and providing maintenance training for staff. Work must coordinate with school operations, largely occurring after hours to minimize disruption. The contractor must adhere to various regulatory standards, including environmental laws and OSHA safety guidelines. A detailed work schedule is required within ten business days of the Notice to Proceed, alongside a Quality Control Plan to guarantee compliance. The project emphasizes the use of original equipment manufacturers and mandates extensive documentation upon completion, including warranties and operational manuals. In summary, this initiative underscores the commitment to enhance the educational environment through energy-efficient and sustainable street lighting solutions.
    The document is an amendment to solicitation number 140A2325Q0115, regarding the installation of solar street lights at the Chinle Agency Headquarters. It outlines critical updates, including an extension of the response deadline to May 22, 2025, at 12:00 PM, and incorporates the government’s responses to questions received about the project. A revised statement of work is also included to provide detailed specifications for the solar street light installation. The period of performance for the project spans from June 2, 2025, to October 1, 2025. Contractors must acknowledge the receipt of this amendment through specified methods, and failure to do so may result in the rejection of their offers. The amendment reiterates that all other terms and conditions of the solicitation remain unchanged. This document serves an essential role in the procurement process by clarifying requirements and timelines for potential contractors involved in federal projects.
    The government document outlines Amendment 2 for solicitation number 140A2325Q0115, which pertains to the installation of solar street lights at the Chinle Agency Headquarters. The amendment specifies that the solicitation has been updated to attach a corrected revised Scope of Work (SOW) detailing the installation requirements. It mandates that contractors acknowledge receipt of this amendment before the designated deadline to avoid rejection of their offers. The timeline of the contract is established, indicating a performance period from June 2, 2025, to October 1, 2025. Additionally, the document includes contact information for the Contracting Officer's Representative and Contracting Officer, ensuring communication is maintained for any inquiries. Overall, the amendment serves to clarify the contract obligations and ensure compliance with adjusted specifications related to the solar street lights project.
    The document outlines a Request for Proposal (RFP) issued by the U.S. Department of the Interior, Bureau of Indian Education, for the installation of solar street lights at the Navajo Central Agency in Chinle, Arizona. This project is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs), ensuring that only eligible Indian economic enterprises can submit proposals. Vendors must be registered in the System for Award Management and adhere to various guidelines, including labor and safety regulations. The contractor is tasked with installing 17 Solar LED streetlights and 3 regular LED streetlights, with a total contract value estimated between $25,000 and $100,000. The timeline for project completion runs from May 5, 2025, to August 1, 2025. Detailed sections encompass project specifications, terms for inspections, acceptance criteria, safety requirements, and invoicing procedures. Potential bidders must comply with various requirements, including tribal tax regulations and contractor safety protocols. Additionally, the document emphasizes the importance of proper certification and self-representation as an Indian Economic Enterprise throughout the contract's duration. Overall, it serves as a comprehensive guide for small Indian businesses interested in participating in this government-funded infrastructure project supporting solar energy initiatives.
    The document outlines a Statement of Work (SOW) for the installation of solar lighting and fire-rated doors at the Bureau of Indian Education (BIE) Chinle Agency Headquarters in Arizona. It addresses ongoing issues with break-ins, theft, and vandalism at Agency Buildings 136C and 137, emphasizing the need to improve safety and security for employees and protect equipment. The project involves selling and installing 24 fire-rated doors to enhance interior safety and comply with fire safety codes. The selected vendor must adhere to safety regulations and is responsible for all associated local and state taxes. A crucial aspect includes a 120-day construction timeline post-approval by the BIE's designated Contracting Officer's Representative (COR). Vendors are encouraged to conduct site visits for thorough assessment. The overall aim is to create safer workspaces while ensuring compliance with established codes and standards. This document exemplifies the federal government's commitment to enhancing facility safety and security through reputable contracting processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    Z--Mescalero Adult Detention Center FI&R
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for a Design/Build Construction Contract aimed at completing the Mescalero Adult Detention Center in Mescalero, New Mexico. This project involves various Facility Improvements & Repair (FI&R) activities, including design, construction, installation, and demolition, with an estimated construction magnitude between $500,000 and $800,000. The contract is set aside for Indian-Owned Small Business Economic Enterprises (ISBEE) and falls under NAICS Code 238210, which pertains to Electrical Contractors and Other Wiring Installation Contractors. Interested parties should prepare for a solicitation expected to be issued around December 24, 2025, and must ensure they have a Unique Entity Identifier (UEI) number and active registration in the System for Award Management (SAM). For further inquiries, contact Laurie Sherrod at laurie.sherrod@bia.gov or call 571-560-0313.
    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.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.