WHITE MOUNTAIN APACHE ADULT DETENTION - WALL REPAI
ID: 140A1125B0001Type: Combined Synopsis/Solicitation
AwardedJul 11, 2025
$98.6K$98,625
AwardeeNATIVE NATIONS BUILDERS LLC 7637 E LEONORA ST MESA AZ 85207 USA
Award #:140A1125C0002
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSWESTERN REGIONPHOENIX, AZ, 85004, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF PENAL FACILITIES (Z2FF)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Bureau of Indian Affairs (BIA) is seeking qualified contractors to perform critical exterior repairs at the White Mountain Apache Adult Detention Facility in Whiteriver, Arizona, specifically addressing significant structural issues at Door Entry #104A. The project involves extensive repairs, including the demolition of damaged masonry, reinforcement of steel columns, and restoration of concrete masonry units (CMUs), with a performance period of 60 calendar days upon notice to proceed. This initiative is vital for maintaining the safety and operational integrity of the correctional facility, reflecting the government's commitment to infrastructure improvement within tribal jurisdictions. Interested contractors must comply with Indian Small Business Economic Enterprise (ISBEE) requirements, adhere to federal wage determinations, and submit their proposals by the revised deadline of June 9, 2025. For further inquiries, potential bidders can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or call 480-744-4870.

    Point(s) of Contact
    Schiaveto, Melanie
    (602) 241-4566
    (602) 379-6763
    Melanie.Schiaveto@bia.gov
    Files
    Title
    Posted
    The report provides a Facility Condition Assessment for Structure - 85 at the White Mountain Apache Department of Corrections, conducted by Keres | Faithful+Gould for the Bureau of Indian Affairs. It includes a comprehensive analysis of the facility's current condition, a ten-year capital expenditure forecast, and a Facility Condition Needs Index (FCNI) calculation of 9.58%, indicating potential significant infrastructure needs. Immediate capital needs are estimated at $564,443, with future requirements totaling $190,329, culminating in a total capital requirement of $754,772. Key findings highlight urgent repairs, including a $308,423 roof replacement, an engineering study for wall settling issues costing $15,000, and multiple updates to security and kitchen equipment. The report categorizes the identified needs based on urgency, allowing for strategic planning and funding allocation. This assessment emphasizes the critical need for ongoing maintenance and capital investments to ensure operational safety and facility longevity, serving as a strategic framework for future funding and repairs.
    The document serves as a Questions and Answers Log for the federal RFP #140A1125B0001 concerning Corrective Wall Repair. It outlines a mechanism for contractors to submit inquiries related to the RFP, with the aim of clarifying project requirements and expectations. Each entry in this log is structured by a sequential number, date received, contractor name, the questions posed, the corresponding answers, and the date the answers were provided. The log represents an essential component of the bidding process, ensuring transparency and effective communication between the contracting agency and potential bidders. It facilitates the exchange of information that could impact the contractors' proposals, ultimately helping to align project execution with federal standards and guidelines. This document underscores the importance of clear dialogue in federal procurement, fostering an equitable bidding environment for various stakeholders involved in the wall repair project.
    The document pertains to an amendment for solicitation number 140A1125B0001, issued by the Bureau of Indian Affairs (BIA) in Phoenix, Arizona. The primary purpose of this amendment is to extend the deadline for proposal submissions due to revisions in the statement of work. The new submission deadline is set for June 9, 2025, at 1500 Pacific Daylight Time (PDT). Additionally, a revised statement of work has been incorporated as attachment number 4 in this amendment. Interested contractors are encouraged to submit their proposals via email or mail before the updated deadline. On-site access requirements have also been outlined, mandating submission of personnel information to the Contract Specialist, with a recommendation for a site visit to understand existing conditions better. Overall, the amendment maintains that all other terms and conditions of the original solicitation remain unchanged. This document highlights critical procedural aspects related to government Request for Proposals (RFPs), particularly in the context of amendments, which are standard in federal contracting processes.
    The document outlines Amendment No. 2 to a solicitation identified as 140A1125B0001, issued by the Bureau of Indian Affairs (BIA) in Phoenix, Arizona. It specifies the procedures for acknowledging receipt of the amendment, citing the importance of timely acknowledgment to avoid rejection of offers. Key amendments include responses to specific questions regarding the provided Statement of Work (SOW). The first question pertains to the availability of drawings, to which the response indicates that relevant attachments are provided. The second question asks whether the government can supply photos of items in scope, and the response confirms that attachments are available for review. It concludes by affirming that all other terms and conditions from previous documents remain unchanged, emphasizing the need for adherence to established protocols and timelines in the contract modification process. This amendment serves to clarify details essential for potential contractors and maintain transparency throughout the bidding process.
    The document outlines Amendment No. 3 to solicitation 140A1125B0001, providing key updates regarding a government construction project. It details the procedures for acknowledging receipt of the amendment and responses to several contractor inquiries related to project specifications. Notably, the government has not engaged a structural engineer to confirm the proposed scope as a permanent solution, nor will it provide a standard warranty template. The contractor is responsible for a five-year warranty covering only the workmanship of repairs. The amendment also confirms that full-time onsite escorts will be provided, and entry/exit inspections of workers and equipment will be implemented. Questions regarding prior structural assessments revealed no available documentation, which is critical for the contractor’s understanding of pre-existing conditions. Overall, the amendment serves to clarify project requirements and contractor responsibilities, maintaining all other terms unchanged. This document plays a vital role in ensuring transparency and project compliance within the framework of federal grant and RFP processes.
    The document outlines a solicitation for contractor bids for a construction project involving corrective wall repairs at the White Mountain Apache Detention Center in Whiteriver, Arizona. A firm-fixed price contract will be awarded following sealed bid procedures, with a deadline for submission set for May 9, 2025. The project, funded under federal guidelines, is estimated to cost between $25,000 and $100,000, requiring compliance with the Davis-Bacon wage determination. Contractors must start work within 10 days of receiving notice to proceed, with an expected completion period of 60 calendar days. Bidders are instructed to submit sealed offers, including necessary documentation such as bid bonds and a completed original SF 1442 form, by email or mail. The contract emphasizes Indian preference for subcontracting and mandates adherence to various federal regulations, including safety, performance, and inspection standards. The document serves as a crucial guideline for interested bidders, ensuring regulatory compliance and community engagement in federally funded projects focused on infrastructure improvement within tribal jurisdictions. Overall, it reflects the government's structured approach to managing construction projects while supporting local businesses and complying with legal frameworks.
    The Bureau of Indian Affairs (BIA) is soliciting a qualified contractor for exterior repairs at the White Mountain Apache Department of Correctional Facility, specifically addressing significant structural issues at Door Entry #104A. The project involves correcting cracks in the concrete masonry units (CMUs) that have exposed a steel column, requiring removal of adjacent blocks and installation of rebar to restore structural integrity. The contractor must perform repairs that include filling joints, applying fiber-reinforced concrete, conducting interior drywall work, and ensuring aesthetic matches to the existing finishes. Work is to be completed within 60 calendar days under strict conditions, including the potential need for background checks and coordination with the facility's management. A site visit is encouraged for potential bidders to better understand the project’s requirements, and a preconstruction conference is mandated. The overall aim is to enhance the safety and stability of the correctional facility while adhering to Tribal employment and licensing regulations.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor, specifically for contracts in Arizona counties of Apache, Gila, and Navajo. It stipulates that contracts initiated or extended after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.75 per hour or the applicable listed wage rate. For contracts awarded between January 1, 2015, and January 29, 2022, the wage is set at $13.30 for similar conditions. The document provides an extensive list of occupational classifications, each with specified wage rates and benefits, including paid sick leave, health and welfare benefits, vacation, and holidays. Additionally, it discusses compliance requirements for contract workers, including provisions for uniforms, hazardous pay, and conformance processes for unlisted occupations. This comprehensive guidance serves to ensure contract workers receive proper compensation and benefits while adhering to federal employment standards, thus supporting the overarching goals of fair labor practices in government contracts.
    The Bureau of Indian Affairs (BIA) seeks a qualified contractor for exterior repairs at the White Mountain Apache Department of Correctional Facility. The project involves critical repairs to address structural issues, particularly at Door Entry #104A and the northeast corner near the generator, where significant cracking and deterioration have occurred. Essential tasks include demolishing damaged masonry, reinforcing steel columns, restoring CMU blocks, and applying waterproof coatings. The performance period is set for 90 calendar days upon notice to proceed. Contractors must meet specific qualifications, including a minimum 10 years of relevant experience and adherence to correctional facility security protocols. The work will require coordination with facility security due to the nature of the corrections environment. Additionally, contractors must comply with tribal requirements, including TERO fees and the evidence of Indian Preference Policy compliance. The project adheres to various building codes and standards to ensure safety and durability. Completion of thorough documentation, quality control testing, and a warranty on workmanship is mandated. The initiative reflects the government's commitment to maintaining secure and operational correctional facilities through competent management of construction and repair activities.
    Similar Opportunities
    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.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@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.
    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.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    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.
    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.
    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.
    S--Waste Management Services for Blackfeet Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking to negotiate a sole source contract with the Blackfeet Tribe for Waste Management Services for the Blackfeet Agency. The BIA has determined that the Blackfeet Tribe is the only entity capable of fulfilling the specific requirements outlined in the procurement specifications. This contract is crucial for ensuring effective waste management services within the Blackfeet Agency, which is vital for maintaining environmental standards and community health. Interested parties who believe they can meet the requirements are encouraged to submit their capabilities and specifications by the deadline to the primary contact, Lara Wood, at lara.wood@bia.gov, as the government will consider these responses to assess the feasibility of competitive procurement. The contract will be processed using Simplified Acquisition Procedures (FAR 13) and FAR Part 12, Acquisition of Commercial Items, with no solicitation package available.