2 TON ASPHALT DISTRIBUTOR COMPACTOR FOR EASTERN NE
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Bureau of Indian Affairs (BIA), Western Region, is soliciting proposals for a 2 Ton Asphalt Distributor Compactor for its Eastern Nevada Agency. This Combined Synopsis/Solicitation aims to procure a commercial product to support road maintenance activities, specifically paving potholes and highway cracks on BIA roads. This opportunity is 100% set-aside for Indian Small Business Economic Enterprises (ISBEEs). Quotes are due by May 21, 2026, at 5:00 PM PT.
Scope of Work
The requirement is for a 2-ton trailer-mounted, electric-brake, diesel-dump asphalt distributor compactor emulsion transporter, including optional items. This equipment will be used by the BIA Eastern Nevada Agency Roads/Transportation Department for:
- Paving potholes and highway cracks, primarily in springtime.
- Providing an asphalt transporter operated by qualified employees year-round and during emergencies. A detailed description of the machinery and options is provided in the Statement of Work (Attachment 1).
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Purchase Order.
- Set-Aside: 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside.
- NAICS Code: 333120 (Construction Machinery Manufacturing) with a 1,250 employee size standard.
- Product Service Code (PSC): 3805 (Earth Moving And Excavating Equipment) / 3895 (MISCELLANEOUS CONSTRUCTION EQUIPMENT).
- Delivery: Anticipated within 90 days after award.
- Period of Performance: Maximum of 180 days from notice-to-proceed.
- Place of Performance: Within the boundaries of the Shoshone-Paiute Indian Tribes, Owyhee, Nevada, Elko County.
- Warranty: Minimum one (1) year from purchase for all products, materials, and workmanship.
Submission & Evaluation
- Submission Requirements: Quotes must include Company Information (UEI, address, contact), RFQ Number, Quote Number, Quote Date, and detailed FFP pricing addressing all elements of the SOW (using Attachment 2 - Pricing Schedule). A signed IEE Representation Form (Attachment 3) and DIAR 1452.280-4 are mandatory. Offerors must be authorized resellers with an active SAM.gov profile.
- Submission Method: Email quotes to Danielle Bitsilly (danielle.bitsilly@bia.gov) with a specific subject line format.
- Evaluation Criteria: Award will be based on Lowest Price Technically Acceptable (LPTA).
Key Dates & Contacts
- Quote Due Date: May 21, 2026, at 5:00 PM PT.
- Contractor Inquiry Deadline: May 8, 2026, at 5:00 AM MST.
- Primary Contact: Danielle Bitsilly, danielle.bitsilly@bia.gov.
- COR (for SOW questions): Dalene Leyva, (775) 340-0173.
- Deliverables Address: Bureau of Indian Affairs-Eastern Nevada Agency, 2719-4 Argent Ave Elko, Nevada 89801.