R--BIA, Demolition of Tonalea Building, Tonalea, AZ
SOL #: 140A0926Q0008Combined Synopsis/Solicitation
Overview
Buyer
Interior
Bureau Of Indian Affairs
NAVAJO REGION
GALLUP, NM, 87301, United States
Place of Performance
Place of performance not available
NAICS
Engineering Services (541330)
PSC
Engineering And Technical Services (R425)
Set Aside
Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior) (ISBEE)
Original Source
Timeline
1
Posted
Feb 3, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Feb 19, 2026, 10:00 PM
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 Department of the Interior, Bureau of Indian Affairs (BIA), Navajo Region, is soliciting proposals for the abatement, demolition, and disposal of a deteriorating Indian Health Service (IHS) building in Tonalea, Arizona. This is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside under the Buy Indian Act. The project aims to address environmental and safety concerns posed by the abandoned structure near a school and community. Proposals are due by February 19, 2026, at 3:00 p.m. MST.
Scope of Work
The selected contractor will be responsible for:
- Hazardous Materials Abatement: Sampling for lead paint and asbestos, followed by abatement. The contractor shall sample paint for lead and piping/interior for asbestos before abatement. Disposal costs for hazardous materials may be covered by contract modifications.
- Demolition: Complete demolition of the IHS building (approximately 1265 sq ft) and its foundation, adhering to NESHAPS and 40 CFR environmental regulations.
- Waste Management: Proper disposal of all debris, including hazardous/toxic materials (e.g., asbestos, lead, PCBs, mercury, petroleum products, paint, electrical devices, tires), in permitted landfills, with weigh tickets or documentation measuring loads by cubic yards/loads required. Recycling of metal and wood where possible.
- Site Restoration: Backfilling voids with clean fill, compacting to 90% proctor density, grading, and contouring the area, with dust control.
- Pre-Work Submittals: Development and submission of a Work Plan, site-specific Health and Safety Plan (HASP), Fencing Plan, and Traffic Control Plan for BIA approval.
- Utilities Management: Identification and marking of utilities, with responsibility for repairing any damaged utilities and procuring own water and power. Waterlines to be cut and capped 6 feet from the building; sewer lines removed unless impacting active service.
- Reporting: Submission of 80% draft and 100% final reports, certified by a professional engineer, detailing work performed, materials disposed, and site conditions. The BIA will handle historical surveys, tribal review, and environmental assessments.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation
- Set-Aside: 100% Indian Small Business Economic Enterprise (ISBEE)
- NAICS Code: 562910 (Environmental Remediation Services), Size Standard $25 million.
- Period of Performance: 120 calendar days from the Notice to Proceed (NTP). Work must commence within five (5) days of NTP. This is designated as a "TIME CRITICAL PROJECT."
- Special Requirements: Contractor must be licensed for hazardous materials abatement and demolition. No Payment and Performance Bonds are required. The U.S. Department of Labor Wage Determination for Apache, Gila, and Navajo Counties, AZ, applies.
Submission & Evaluation
- Submission Deadline: February 19, 2026, at 3:00 p.m. MST.
- Submission Method: Electronically to Lynelle.Benallie@bia.gov.
- Required Documents: An itemized breakdown of costs, an ISBEE Certification Form, and SAM registration are mandatory. Proposal preparation instructions are located in the "Combined Synopsis" attachment.
- Evaluation Factors (descending order of importance): Technical Approach, Key Project Management/Technical Support, Past Performance, and Price.
- Award Basis: Best Value, considering price and other factors.
- Questions: Further questions should be submitted in writing to Lynelle.Benallie@bia.gov; responses will be posted via future amendment.
Key Dates & Contact
- Response Due: February 19, 2026, 3:00 p.m. MST
- Published Date: February 17, 2026
- Primary Contact: Lynelle Benallie, Lynelle.Benallie@bia.gov, 505-863-8404
People
Points of Contact
BENALLIE, LYNELLEPRIMARY