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 Bureau of Indian Affairs (BIA), through its Indian Education Acquisition Office, is soliciting proposals for the design-build installation of 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 1700 local time.
Scope of Work
The contractor will provide all labor, materials, transportation, supervision, and incidentals for the installation of five emergency strobe towers. This includes A/E services for construction documents (civil, architectural, structural, electrical), site inspection, utility location, grading, and installation of Alpha Communications Alpha TPC-1 towers (or equal). The towers must comply with ADAABAAG requirements, provide 2-way voice communication, mass notification, audio, and camera capabilities that interface with the existing campus security system. The period of performance is 260 calendar days from the notice to proceed.
Contract Details
- Contract Type: Firm Fixed-Price Construction Contract
- Estimated Value: $100,000 to $250,000
- Period of Performance: 260 calendar days from notice to proceed
- NAICS Code: 238210 (Miscellaneous Alarm, Signal, And Security Detection Systems)
- Set-Aside: No specific set-aside designated in the provided documents; bidders should check SAM.gov for small business size standards.
- Bonds: Performance and Payment Bonds (SF-25 and SF-25A) are required.
Submission & Evaluation
- Proposal Due Date: March 13, 2026, at 1700 local time
- Submission Method: Electronically via email to Tanna Finley (tanna.finley@bie.edu)
- Registration: Offerors must be registered in SAM.gov.
- Evaluation: Lowest Price Technically Acceptable (LPTA) process. Technical proposals will be rated acceptable/unacceptable, with award to the lowest-priced technically acceptable offer.
Key Requirements & Notes
- Adherence to the Statement of Work (SOW) and technical specifications (Attachment 1).
- Compliance with Federal, State, City, and Local regulations.
- Background clearance required for two contractor project managers; employees require escort until cleared.
- Wage Determination KS20260048 (Douglas County, Kansas) applies, outlining prevailing wage rates and fringe benefits.
- SF1413 (Subcontractor Statement and Acknowledgment) is relevant for prime contractors utilizing subcontractors.
- A post-award conference is required within 15 days of contract award.
Contact Information
- Primary Contact: Finley, Tanna
- Email: tanna.finley@bie.edu
- Phone: 505-918-2285