Solar Street Light Replacement
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), specifically the AZ Navajo Central Agency, Chinle Office, has issued a Solicitation (140A2326Q0135) for the replacement of solar street lights around the BIE/BIA administrative campus in Chinle, Arizona. The current lighting system is non-functional and requires a complete replacement. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside. Proposals are due by June 12, 2026.
Scope of Work
The contractor will be responsible for providing all labor, supplies, design, materials, safety, personnel, and equipment necessary for the proper installation of new solar-powered streetlights. This includes replacing existing street lighting with seventeen (17) new solar-powered commercial LED street lighting systems. Ten fixtures will require new concrete base foundations, while seven will utilize existing bases. Key tasks involve demolition of nonfunctional components, debris transport, system startup, performance evaluation, functional testing, and site cleanup. Poles must be installed a minimum of 3ft into the ground and withstand 90mph winds.
Contract Details
This will be a Single Firm Fixed-Price Construction Purchase Order, with an estimated price range between $100,000 and $250,000. The period of performance is 120 calendar days from the Notice to Proceed (NTP), with work commencing within 10 calendar days of NTP. A 1-year warranty covering all parts, labor, shipping, and expenses is required from substantial completion. Performance and Payment Bonds (SF25, SF25A) are required within 10 calendar days after award.
Eligibility & Set-Aside
This is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside. Offerors must meet the definition of both an Indian Economic Enterprise (IEE) and an Indian Small Business Economic Enterprise, as per the Buy Indian Act. Bidders must complete the Indian Affairs IEE Representation Form (Attachment 9) and the DIAR 1452 Clause-Provision Supplement (Attachment 8), which addresses subcontracting limitations and IEE representation.
Submission & Evaluation
Proposals are due electronically by June 12, 2026. Submissions must include two volumes: a Price Proposal and a Technical Proposal. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) process. Technical proposals will be assessed as acceptable or unacceptable, while price proposals will be evaluated for completeness, reasonableness, and realism. A site visit is scheduled for May 20, 2026, at 10 am MDT (RSVP by May 19, 2026). Questions are due by May 27, 2026.
Key Requirements & Notes
Contractors must comply with prevailing wage rates as per Wage Determination AZ20260054 for heavy construction in Apache, Graham, Greenlee, and Navajo Counties, Arizona. Background investigations are required for personnel with regular contact with Indian children. Compliance with all applicable Tribal, Federal, State, and local laws, including NFPA 70, OSHA, EPA, NEPA, and NHPA Section 106, is mandatory.