Z--Qtrs Renovation Havasupai
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 Design/Build Services to renovate and modernize staff quarters at Havasupai Elementary School in Supai, Arizona. This is a Firm Fixed-Price contract, 100% set aside for Indian Small Business Economic Enterprises (ISBEE). The project aims to bring government-furnished staff quarters and associated utility systems into compliance with current building codes. Proposals are due by March 19, 2026, at 12:00 P.M. (MST).
Scope of Work
The contractor will provide comprehensive Design/Build services for the renovation of 8 staff quarter units (4-plex buildings #1028 & #1029), including 1-bedroom (approx. 705 sq ft) and 2-bedroom (approx. 1,034 sq ft) units. Work involves upgrading interior/exterior utility systems (electrical, HVAC), painting, roofing, gutters, decking, framing, insulation, windows, kitchens, bathrooms, lighting, and doors. All work must comply with current building codes (NFPA 5000, UPC, UMC, UBC/IBC, NEC, CABO, NFPA 54, OSHA, BIA Guidelines). Deliverables include design submissions, weekly reports, manufacturer warranties, and O&M manuals.
Contract Details
- Contract Type: Firm Fixed-Price Construction Contract
- Period of Performance: 210 calendar days from Notice to Proceed
- Estimated Price Range: $500,000 to $1,000,000
- Bonds Required: Bid Bond (20%), Performance Bond (100%), Payment Bond (100%)
Submission & Evaluation
Proposals must include a Price Schedule (Volume I) and a Response to Evaluation Factors (Volume II), along with the required Bid Bond. Submissions are due via email to maryjane.johnson@bie.edu. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) process, where technical proposals are assessed as "acceptable" or "unacceptable." Offerors must be actively registered in SAM and complete the "Indian Economic Enterprise Representation" form.
Key Logistics & Requirements
The project location in Havasupai, within Grand Canyon National Park, presents unique logistical challenges, with limited access via helicopter, pack-mule, or hiking. A site visit is not permissible; bidders must rely on provided drawings, specifications, and exploratory data. Contractors must supply their own power (e.g., generator) and coordinate water arrangements with the School Facility Manager. Waste material must be transported off-Reservation for proper disposal. Bidders are responsible for coordinating directly with the Havasupai Tribe for water/sewage pricing, staging areas, helicopter use, equipment rental, and worker housing/land. Milenda Yaibi (928.433.8130) is the tribal liaison. All personnel with regular contact with Indian children require background investigations. Prevailing wage rates for Coconino and Yavapai Counties, Arizona, apply.
Amendments & Clarifications
Amendment 0001 extended the proposal deadline to March 19, 2026, 12:00 P.M. MST. Amendment 0002 and previous Q&A logs provided responses to vendor questions, including confirmation of attached second-floor plans and additional images, and critical details regarding logistical coordination with the Havasupai Tribe.