63--EMERGENCY STROBE TOWERS - HINU
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 Department of the Interior, Bureau of Indian Affairs (BIA), through its Indian Education Acquisition Office, is soliciting proposals for the design-build installation of five emergency strobe towers at Haskell Indian Nations University (HINU) in Lawrence, Kansas. This is a Combined Synopsis/Solicitation for a firm fixed-price construction contract with an estimated value between $100,000 and $250,000. Proposals are due March 13, 2026, at 5:00 PM local time.
Scope of Work
The contractor will provide all labor, materials, equipment, and supervision for the design and installation of five emergency strobe towers. This includes electrical wiring, connection to existing phone lines (wireless or wired), and adherence to the Statement of Work (SOW) and technical specifications. Key requirements include:
- A/E Services: Provision of construction documents, specifications, and calculations for civil, architectural, structural, and electrical aspects by Kansas-licensed professionals.
- Tower Specifications: Towers must be ADAABAAG compliant, provide 2-way voice communication, mass notification, audio, and camera capabilities that interface with HINU's existing security system. They must be weather and vandal-resistant.
- Solar Option: Solar-powered emergency towers are acceptable as a cost-saving measure, provided they meet specific technical requirements, including 3-5 days of battery autonomy and use of quality components like monocrystalline silicon panels.
- Site Work: Locating underground utilities, evaluating campus for optimal tower placement, grading, site utility routing, structural foundations, electrical installations, data cabling, and site restoration.
Contract & Timeline
- Type: Firm Fixed-Price Construction Contract
- Estimated Value: $100,000 to $250,000
- Period of Performance: 260 calendar days from notice to proceed.
- Set-Aside: Not set aside for ISBEE (Indian Small Business Economic Enterprises).
- NAICS Code: 238210 (Building Equipment Contractors)
- Proposal Due: March 13, 2026, 5:00 PM local time.
- Published: March 5, 2026 (Amendment 0001)
Evaluation
Proposals will be evaluated using a Lowest Price Technically Acceptable (LPTA) process. Technical proposals will be rated as acceptable or unacceptable, with the award going to the lowest-priced technically acceptable offeror. Offerors must be registered in SAM.gov.
Additional Notes
- Bonds: Performance and Payment Bonds (SF-25 and SF-25A) are required.
- Wage Determination: Bidders must comply with General Decision Number KS20260048 for prevailing wage rates in Douglas County, Kansas.
- Personnel Requirements: Background clearance is required for two contractor project managers, and un-cleared employees require escorts. All employees must complete HINU's Safety Orientation.
- Amendment 0001: This amendment incorporates questions and answers, clarifying that the solicitation is not set aside for ISBEE and explicitly allowing solar-powered towers if technical requirements are met. Offerors must acknowledge receipt of this amendment.
- Contact: Tanna Finley, tanna.finley@bie.edu, 505-918-2285.