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
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due May 8, 2025, 6:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 8:08 PM UTC
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.
Apr 9, 2025, 8:08 PM UTC
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.
Apr 9, 2025, 8:08 PM UTC
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.
Apr 9, 2025, 8:08 PM UTC
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.
Apr 9, 2025, 8:08 PM UTC
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.
Apr 9, 2025, 8:08 PM UTC
Apr 9, 2025, 8:08 PM UTC
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.
Apr 9, 2025, 8:08 PM UTC
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.
Apr 9, 2025, 8:08 PM UTC
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.
Apr 9, 2025, 8:08 PM UTC
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.
Apr 9, 2025, 8:08 PM UTC
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.
Apr 9, 2025, 8:08 PM UTC
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.
Apr 9, 2025, 8:08 PM UTC
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.
Apr 9, 2025, 8:08 PM UTC
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.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
LED LIGHTS
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking proposals for the installation of LED lighting fixtures at the Dennehotso Boarding School in Arizona. This procurement involves the removal of existing lighting and the installation of new LED lights across various school facilities, including dormitories and hallways, with all associated costs, such as labor and travel, included in the pricing. The initiative underscores the importance of enhancing educational infrastructure while supporting Indian Small Business Economic Enterprises (ISBEE) in the process. Interested vendors must submit a two-volume quote, including a technical volume and a price volume, and can reach out to Michael Drinkwater at michael.drinkwater@bie.edu for further information. The solicitation emphasizes compliance with federal acquisition regulations and mandates background investigations for contractor employees working with children.
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 erecting 1,995 linear feet of commercial-grade chain-link fencing to enhance security and protect property from vandalism and break-ins. This initiative is crucial for ensuring a safe environment for BIE operations and reflects the government's commitment to supporting Indian Economic Enterprises, as the solicitation is set aside for 100% Indian Small Business Economic Enterprises (ISBEE). 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.
Ductile iron utility poles and related electrical
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for the procurement of ductile iron utility poles and related electrical hardware intended for the Colorado River Agency in Parker, Arizona. The procurement requires various sizes of utility poles and specific hardware parts that must meet stringent quality and material standards, including ASTM and ANSI classifications, with all materials required to be new. This initiative supports the federal government's commitment to high-quality standards and economic opportunities for local enterprises, particularly targeting Indian Economic Enterprises. Interested parties must submit their quotes by April 16, 2025, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
Roof Repair - Beclabito Day School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a roof repair project at Beclabito Day School in Shiprock, New Mexico. The project entails the removal and repair of approximately 37,000 square feet of damaged roofing using TPO materials, with the objective of ensuring compliance with Indian Affairs life safety codes and extending the roof's lifespan. This procurement is crucial for maintaining safe and functional educational facilities for the community, with a project budget estimated between $250,000 and $500,000. Interested contractors must submit sealed bids by May 15, 2025, and are encouraged to direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259 before the question deadline of May 5, 2025.
Z--NMNS/REPAVE MAIN ENTRANCE TURNOUT AT WHS
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting proposals for the repaving of the main entrance turnout at Wingate High School in Fort Wingate, New Mexico. The project aims to address significant disrepair, including deep potholes and narrow access that pose safety risks for school buses, by demolishing existing asphalt, regrading the entrance, and constructing wider concrete curbs with drainage features. This initiative underscores the government's commitment to improving educational infrastructure on tribal lands, ensuring safe access for students and staff. Interested contractors, particularly those qualifying as Indian Small Business Economic Enterprises (ISBEE), must submit their proposals by April 30, 2025, with a project budget estimated between $100,000 and $250,000, and are encouraged to contact Carolyn Sulla at carolyn.sulla@bie.edu for further information.
61--IA OJS BUILDING 1134 & 1135 REPLACEMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the replacement and installation of generators at the OJS Buildings 1134 and 1135 located at the Wind River Agency in Fort Washakie, Wyoming. This project aims to ensure reliable backup power for emergency services, with a focus on utilizing Indian Small Business Economic Enterprises (ISBEE) through a 100% set-aside for qualified small businesses. The contractor will be responsible for site verification, purchasing, and installing a new Genrac generator, as well as removing the existing unit, with a performance period scheduled from May 1, 2025, to May 30, 2025. Proposals are due by April 24, 2025, and interested parties should contact Mary King at Mary.King@bia.gov or call 406-247-7941 for further inquiries.
Z--NEW REQ ROOF REPLACEMENT COTTONWOOD DS
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the roof replacement project at Cottonwood Day School located in Chinle, Arizona. This opportunity is designated as a 100% Indian Economic Enterprise (IEE) set-aside, requiring contractors to replace the existing roof with a new TPO roofing system while adhering to safety regulations and quality assurance practices. The project is crucial for maintaining the integrity and safety of educational facilities, with an estimated contract value between $250,000 and $500,000. Interested contractors must submit proposals by May 16, 2025, following a mandatory site visit on April 16, 2025, and are encouraged to direct any inquiries to Krisanne Dernago at krisanne.dernago@bie.edu.
CON Roof Repair for Fire Station at Dennehotso
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for labor services to repair the roof of the fire station at Dennehotso Boarding School in Arizona. The project involves the removal of existing asphalt shingles and the installation of a Metal Roof Panel System, with a focus on compliance with current building codes and safety regulations. This initiative is crucial for maintaining the functionality and safety of the fire station, which plays a vital role in supporting fire service operations in the community. Interested contractors must attend a site visit on April 29, 2025, and submit their proposals by May 16, 2025, with a contract performance period expected from May 26 to June 27, 2025. For further inquiries, contact Mary Jane Johnson at maryjane.johnson@bie.edu or call 505-803-4259.
Ductile iron utility poles and electrical wire
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Western Region, is seeking quotes for the procurement of ductile iron utility poles and electrical wire under a Combined Synopsis/Solicitation notice. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), requiring that participating businesses have at least 51% ownership and control by enrolled members of federally recognized tribes. The goods are essential for utility infrastructure, supporting the delivery of electrical services in various applications. Interested vendors must submit their quotes by April 21, 2025, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
HVAC Replacement & Repairs and Building Automation
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for HVAC replacement and repair, along with the installation of a Building Automation System at San Simon Elementary School in Sells, Arizona. The project requires contractors to provide design-build services for the replacement and repair of HVAC systems across multiple buildings on the school campus, ensuring compliance with safety and health codes while minimizing disruption to school operations. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEEs), promoting economic development within the community. Interested contractors must submit their proposals by May 16, 2025, following a mandatory site visit on April 29, 2025, and can direct inquiries to Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933. The estimated project budget ranges from $100,000 to $250,000.