IE056 HAVASUPAI QUARTERS AC UNIT REPLACE
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 is soliciting proposals for HVAC Unit Replacement and Renovation at the Havasupai Quarters in Supai, AZ. This is a fixed-price Design/Build opportunity specifically set aside for Indian Small Business Economic Enterprise (ISBEE) firms. Proposals are due on May 11, 2026, at 12:00 P.M. Mountain Daylight Time (MDT).
Opportunity Overview
This solicitation (140A2326Q0105) seeks a qualified contractor to provide Design/Build Services for the major repair and improvement of HVAC systems within the Havasupai Elementary Living Quarters (Units #1028-1 & #1029-2) located in Supai, Coconino County, Arizona, within the Grand Canyon National Park. The project involves the removal and replacement of two specific air conditioning and air handling units.
Scope of Work
The contractor shall furnish all supervision, labor, equipment, materials, insurance, and transportation. Key tasks include:
- Thorough inspection and evaluation of existing HVAC units.
- Submission of a detailed demolition plan.
- Preparation and submission of project documents, including performance specifications and cost estimates.
- Replacement of existing 1.5-ton cooling, 60,000 BTU/Hr. heating + Air Conditioner Split Systems, potentially involving ductwork, concrete pads, and drainage layers.
- Ensuring all work complies with current building codes (IECC, NEC, UMC, NFPA 90B, NFPA 5000, CABO, OSHA, BIA Safety Guidelines).
- Providing manufacturer's warranties, O&M manuals, installation instructions, permits, testing/commissioning reports, and weekly progress reports.
- Delivering 2 hours of training for BIE maintenance staff on new equipment.
Contract Details
- Contract Type: Firm Fixed-Price Construction Purchase Order.
- Period of Performance: 45 calendar days after Notice to Proceed (NTP), with the SOW estimating 15 workdays for the core work.
- Set-Aside: 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside. Offerors must meet specific ownership, earnings, and management control requirements as defined in DIAR 1452.280-2.
- Bonding Requirements: Mandatory Bid Bond (SF24) with proposal submission. Performance Bond (SF25) and Payment Bond (SF25A) will be required for contract execution.
- Wage Rates: Compliance with General Decision Number AZ20260012 for residential construction in Coconino and Yavapai Counties, Arizona, is required.
Submission & Evaluation
Proposals must be submitted via email to maryjane.johnson@bie.edu. Evaluation will proceed in two phases: Preliminary Screening followed by Proposal Evaluation using a Lowest Price Technically Acceptable (LPTA) process. Offerors must present their best and final price. Key submission requirements include:
- Signed Standard Form 1442.
- Fully priced Section B - Schedule of Items.
- DIAR 1452.280-3(c) and (d) submissions and assurance.
- Section K - Offeror Representations and Certifications.
- Acknowledgment of solicitation amendments.
- Scanned copy of fully executed Bid Guarantee (SF24).
- Technical proposals are limited to 20 pages, addressing Technical Approach and Key Project Management/Technical Support.
Special Conditions & Site Information
The project site in Supai, AZ, is highly remote, accessible only by helicopter, pack-mule, or hiking. Contractors are responsible for arranging their own travel, lodging, and flights. Utilities (electricity and water) will not be available on-site; contractors must provide their own power and water arrangements. All construction debris must be transported off tribal lands for proper disposal at an approved landfill (e.g., Mohave County Landfill), with permits/receipts required. No site visits will be granted; bidders should utilize the provided Photos-Plans.pdf for visual assessment.
Key Dates & Contact
- Questions Due: April 22, 2025, by 4:30 p.m. MDT. Use the attached Question Log.
- Proposals Due: May 11, 2026, at 12:00 P.M. MDT.
- Contact: Mary Jane Johnson, Contracting Officer, maryjane.johnson@bie.edu, 505-803-4259.