Z--REPLACE/INSTALL CHAIN LINK FENCE LAGOON
ID: 140A2325Q0142Type: Solicitation
AwardedAug 13, 2025
$170.6K$170,642
AwardeeTIIS YA TOH, INC 11 ROAD 1497 La Plata NM 87418 USA
Award #:140A2325P0266
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

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 replacement and installation of a chain link fence around the sewer lagoon at BIE Wingate High School in Fort Wingate, New Mexico. This fixed-price construction project is set aside for Indian Small Business Economic Enterprises (ISBEE) and requires contractors to remove the existing deteriorating fence and install a new 6-foot high fence with galvanized posts and barbed wire, ensuring compliance with safety and regulatory standards. The project budget is estimated between $100,000 and $250,000, with a performance period of 60 days from the Notice to Proceed, and proposals must be submitted by June 16, 2025, at 12:00 p.m. MDT. Interested contractors 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 document pertains to federal RFP 140A2325Q0142, which focuses on fencing requirements. It appears as a question log related to this solicitation, suggesting an inquiry process regarding details of the fencing project. Although specific questions and answers are not included in the provided text, the context implies a structured process where potential vendors might seek clarification on specifics about the fencing's technical specifications, placement, and associated regulatory standards. This log serves to facilitate communication between the government agency and interested contractors, ensuring that all parties have a clear understanding of project expectations. The emphasis lies in adhering to federal guidelines, fostering transparency in the bidding process, and ultimately enabling the selection of qualified vendors for this fencing initiative.
    The New Mexico Navajo South Agency is seeking proposals for the replacement and upgrade of the perimeter fencing surrounding the wastewater sewer lagoon at Wingate High School. The existing chain-link fencing measures approximately 3,894 feet and is deteriorating. The project requires the removal of the old fence and installation of new 6-foot high fencing with galvanized posts and 3-strand barbed wire to enhance security and safety. Key responsibilities of the selected contractor include providing all materials and labor, clearing vegetation for installation, and ensuring compliance with relevant regulatory standards. Work must be conducted during designated weekdays, and the project must be completed within 60 days of receiving the Notice to Proceed. The contractor is also responsible for any damages incurred during the project and must notify the agency following job completion for inspection. The project emphasizes the importance of maintaining safety for both the school community and the surrounding environment.
    The document outlines requirements for submissions from offerors in response to a solicitation under the Buy Indian Act, specifically regarding the Indian Economic Enterprise (IEE) set-aside. Offerors must indicate their subcontracting plans, specifying the percentage of work to be performed by their company and any non-IEE subcontractors. Key personnel qualifications may need to be provided unless exempted. Additionally, a written assurance of compliance with IEE definitions and requirements is mandatory before contract award and at completion. Non-compliance with guidelines may result in rejection of the offer. The document emphasizes the legal ramifications for submitting false information regarding IEE status. This solicitation reflects the government's commitment to supporting Indian Economic Enterprises through specific contracting provisions.
    The document outlines a series of inquiries related to the installation and removal of a fence on a specified property. Key topics include erosion control measures, the logistics of fence removal and installation, responsibilities during the unfenced period, and handling of vegetation. Specific questions address whether the fence can be completely taken down at once and who will manage the ensuing risks. The document clarifies that storing T-Posts will occur on-site, and notes the option of mulching over completely removing vegetation. Engineering responsibilities for slope modifications are assigned to the contractor, emphasizing adherence to grading requirements. A designated staging area for materials is also mentioned. Overall, this question log provides insights into the procedural and operational considerations for the fence project, indicative of typical logistical and regulatory deliberations within government contracts and proposals.
    The document outlines the requirements and processes for submitting offers in response to solicitations under the Buy Indian Act. It stipulates that contracting officers may request additional documentation to verify eligibility at various stages, including pre-award and throughout the contract duration. The submission of false information violates legal statutes and may incur criminal penalties. The form includes sections for self-certification as an "Indian Economic Enterprise" (IEE), requiring detailed information such as the name of the federally recognized tribal entity, the legal business name, and ownership details. Signatures on the form signify compliance with the acquisition regulation criteria outlined in DIAR Part 1480. This document aims to ensure transparency, accountability, and adherence to the Buy Indian Act in government contracting activities.
    The IA FORM 3000 V2 is a material approval submittal form utilized by contractors submitting materials for government contracts, specifically for projects under the Department of the Interior, Indian Affairs/Indian Education. The form requires contractors to detail the materials they intend to use, including specifications such as type, model number, manufacturer, and other identifying information. Each submittal must be prepared in four copies and clearly tabbed or identified to facilitate evaluation. Key sections include certification of compliance by contractors and recommendations for approval or disapproval from government representatives. The document emphasizes the need for signatures from contracting officers to validate the submission. This standardized process supports compliance with contract provisions and streamlines the approval of materials within government RFPs and grants, ensuring adherence to specifications and quality in project implementation. Ultimately, the form serves as a critical tool for managing the materials incorporated into government contracts, thereby promoting accountability and quality assurance.
    The document outlines the progress schedule contract form IA-C113 used by the Department of the Interior, Indian Affairs, for contractors involved in federal projects. Its primary purpose is to facilitate the tracking of project timelines and work elements through structured reporting. Contractors must provide critical details such as contract number, project title, work elements, scheduled timelines, and signatures from authorized representatives at specified intervals. Each work element must be detailed with corresponding percentages of the total job, ensuring the cumulative percentage equals 100%. The report also requires a precise breakdown of planned work progress across various weeks, allowing contracting officers to monitor advancements. In the case of contract modifications, contractors are obliged to submit a revised schedule to reflect altered timelines or projects. Additionally, contractors must submit a Contract Progress Report (IA-C713) periodically, documenting the percentage of work completed. This progress is vital for contract administration and eligibility for partial payments. The nature of the document indicates its importance in ensuring efficiency and accountability in managing federal contracts and projects.
    The document is a Contract Progress Report from the Department of the Interior, Indian Affairs, designed to track and certify the progress of contractors on federal projects. It includes key information such as contractor details, project timelines, completion percentages, and remarks related to project execution. The contracting officer can use the information provided to calculate progress payments, which underscores the fiscal importance of the report. Additionally, it includes a certification area where the contractor affirms the completion status and requires acknowledgment from the contracting officer. The report also prompts the contractor to indicate whether payrolls for the reporting period have been submitted, reflecting compliance with labor requirements. This document plays a critical role within the framework of federal contracts, ensuring accountability and transparency in project management while facilitating oversight in accordance with government standards.
    The document is a Request for Information (RFI) report, part of federal contracting processes. It outlines the procedure for contractors to seek clarifications regarding project specifications or potential issues that might impact cost or schedule. Each RFI includes sections for contractor details, questions posed, recommended actions, and space for government responses. The document emphasizes that RFIs serve as a mechanism for information exchange but do not authorize new work beyond the original contract. Contractors must formally notify the contracting officer if they perceive any responses as changes to the contract conditions. The report aims to foster clear communication and ensure compliance with contract provisions during project execution, reflecting the government's commitment to efficient management in federal and state contracting environments.
    The document is a "Statement and Acknowledgment" form associated with federal contract management, specifically addressing subcontracting under a prime contract. It outlines essential elements such as identification of the prime contractor and subcontractor, contract numbers, and date of subcontract award. The form requires verification of compliance with relevant labor standards and clauses, including the Contract Work Hours and Safety Standards Act. The prime contractor must confirm if specific labor-related conditions are present in the main contract. The subcontractor acknowledges these conditions, ensuring adherence to labor standards, wage rates, and related regulations. The document also details the visibility for intermediate subcontractors involved in the workflow. It is structured into two parts: the statement from the prime contractor and the acknowledgment from the subcontractor, promoting transparency in subcontract agreements. The purpose of this document aligns with compliance and accountability in federally funded projects, ensuring proper labor practices are followed. The information collected serves regulatory oversight and accountability requirements mandated by the Paperwork Reduction Act.
    The document is a Bid Bond Form, specifically Standard Form 24, utilized in federal procurement processes requiring a bid guaranty. It establishes an obligation between the Principal—who submits a bid—and the Surety, affirming their commitment to adhere to the terms of the submission. The form requires detailed information including the Principal's legal name, address, type of organization, and the Surety’s details along with the penal sum of the bond, which can be expressed as a percentage of the bid price with a stated maximum. Furthermore, it outlines the conditions under which the bond is considered valid, typically involving timely execution of a contract upon bid acceptance and necessary financial coverage in case of default. The instructions clarify the signing authority and requirements for corporate seals, individual sureties, and co-surety arrangements. This document plays a critical role in ensuring that contractors can meet obligations in federal contracts, thus facilitating a reliable procurement environment.
    The document is a Performance Bond Form (Standard Form 25) required for government contracts, affirming a legal agreement between the Principal (the contractor) and Sureties (guarantors) to ensure contract fulfillment. The bond guarantees that the Principal will meet all contract terms, including any modifications and tax obligations, binding both parties jointly and severally. Key sections include identifying the Principal's legal name, organizational type, and contact details; detailing Sureties' information; and stipulating the liability limits. The document outlines necessary signatures, including those of Corporate and Individual Sureties, and mandates adherence to the Department of Treasury’s approval list for sureties. The main purpose of the bond is to protect the government from financial loss if the Principal fails to perform as contracted. The form must be completed in accordance with specific regulations, with corporate seals affixed to demonstrate authority. Complying with this bond is pivotal for contractors seeking federal grants or engaging in state or local requests for proposals (RFPs). Overall, it establishes legal accountability and ensures contract performance in public sector projects.
    The document provides a standardized format for a payment bond form (Standard Form 25A), required under federal law to ensure the protection of individuals supplying labor and materials for government contracts. The principal and sureties bind themselves to a penal sum that guarantees payment to subcontractors and suppliers associated with the contracted work. It specifies necessary details such as the legal name and address of the principal, state of incorporation, and the sureties involved. The bond becomes void if the principal pays all parties with a direct relationship to the contract in a timely manner. Instructions are included to guide users on correctly completing the form, particularly regarding the requirements for corporate sureties and individual sureties. The document emphasizes adherence to federal regulations as outlined in 40 USC Chapter 31, and encourages communication with the General Services Administration for procedural clarifications. Overall, this payment bond form is critical in the context of federal RFPs and grants, ensuring financial accountability and protection for all entities involved in public works.
    This document is an amendment (P00001) to solicitation number 140A2325Q0142 issued by the federal government, specifically regarding a project at BIE Wingate High School, New Mexico. It outlines the procedures for acknowledging the amendment and stipulates that offers must be modified or acknowledged before the specified deadline to avoid rejection. A site visit is scheduled for May 27, 2025, at 11:00 a.m. MDT for interested contractors, with a deadline for questions set for May 30, 2025, by COB. All inquiries must be directed to designated contacts. The performance period for the contract is specified to be from June 30, 2025, to July 14, 2025. Key contacts for the project include Stanley Henderson, the Acting Supervisory Facility Operation Specialist, and Mary Jane Johnson, the Contracting Officer, both of whom are available for communication via email or telephone. The document maintains standard government protocol regarding modifications to contracts while ensuring clarity around solicitation amendments.
    This document details an amendment to solicitation number 140A2325Q0142, specifically amendment number P00002. It outlines the procedures contractors must follow to acknowledge receipt of the amendment, with implications for submitted offers. Key changes include the extension of the response date to June 23, 2025, at 12:00 p.m. Mountain Daylight Time, and a government response to previously received questions, indicating no further inquiries will be accepted. The period of performance for the contract is specified as June 30, 2025, to July 14, 2025. Contractors are required to acknowledge the amendment to ensure their offers are considered valid. The document emphasizes maintaining the existing terms and conditions, thus ensuring continuity in the solicitation process. The contact points for further information are also provided, reinforcing clear lines of communication for involved parties. This amendment highlights administrative adjustments and critical timelines necessary for compliance in government contracting processes.
    The Department of the Interior's Bureau of Indian Education issued a Request for Proposal (RFP) for the removal and installation of fencing around a sewer lagoon at Wingate High School in Fort Wingate, New Mexico. This project, denoted by solicitation number 140A2325Q0142, is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE). Interested offerors must be active in the System for Award Management and comply with various submission guidelines, including additional certifications regarding their status as Indian Economic Enterprises. The project budget is estimated between $100,000 and $250,000, with a performance period of 60 days from the notice to proceed, and detailed specifications provided in the Statement of Work. Contractors are required to submit complete proposals with all applicable costs and are advised of strict adherence to safety protocols, contractor safety programs, and any tribal tax obligations. The document emphasizes the importance of compliance with federal regulations and guidelines while fostering economic participation from Indian enterprises, reflecting the government's commitment to support Indian businesses through targeted procurement initiatives.
    Lifecycle
    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.
    Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade – Construction (Gallup, NM)
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade project located in Gallup, New Mexico. The objective is to redesign and install a new fire alarm system that complies with NFPA codes, replacing the existing obsolete system, with a contract value estimated between $1,000,000 and $5,000,000. This project is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, emphasizing the importance of engaging small businesses in the construction sector. Proposals are due by December 29, 2025, at 2:00 PM PST, and interested parties should contact Joshua VanSkike at joshua.vanskike@ihs.gov for further information.
    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.
    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.
    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.
    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.
    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.
    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.
    F--Noxious Weed Treatment for Chickasaw Agency
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) Chickasaw Agency is seeking contractors for a Noxious Weed Treatment program targeting approximately 1,966 acres of trust and restricted lands within the Chickasaw Nation, primarily focusing on Musk Thistle. The project aims for a 90% kill rate of the targeted weed and requires contractors to be licensed applicators who adhere to federal, state, and tribal pesticide laws while providing a comprehensive work plan and bi-weekly reports that include GPS data and photos. This initiative is part of a broader effort to manage noxious weeds across 74,000 acres in Southern Oklahoma, enhancing land productivity and economic value. Interested parties must submit their proposals by December 17, 2025, at 1700 EST, and can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.