Z--Mescalero Adult Detention Center FI&R
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), Department of the Interior, is soliciting proposals for a Design/Build Construction Facilities Improvement & Repair (FI&R) Project at the Mescalero Adult Detention Center in Mescalero, New Mexico. This project aims to bring the 40-bed facility to full operational capability through various design, construction, installation, and demolition activities. This is an Indian Small Business Economic Enterprise (ISBEE) Set-Aside acquisition.
Scope of Work
The contractor will furnish all materials, equipment, and personnel for FI&R activities, including design, construction, installation, and demolition. Key tasks include:
- Providing and installing detention-grade guards for thermostats in inmate-occupied spaces.
- Designing, constructing, and installing millwork in the Processing Room (Room 182) to meet Office of Justice Services (OJS) requirements for workstations, an Intoxilyzer 9000, and an IDEMIA TouchPrint Enterprise system.
- Providing and installing conduit, wire pulls, and termination boxes for NCIC inmate communications equipment (phones, kiosks, WAPs) in specified rooms, with all wiring terminating in the IT room (190).
- Demolishing and re-configuring the top portion of wing walls in group and individual holding cells (172, 176, 185, 186) to improve camera sightlines.
- Providing and installing conduit, wire pulls, and termination boxes for TV infrastructure in specific rooms. All work must comply with applicable Tribal, Federal, State, and local laws, regulations, codes, and directives, including the BIA Justice/Detention Facilities Design Handbook. The detention center will be vacant during the contract period.
Contract Details
- Contract Type: Firm Fixed Price
- Estimated Value: Between $500,000 and $800,000
- Period of Performance: 120 calendar days after the Notice to Proceed (NTP)
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Small Business Size Standard: $45 Million
- Set-Aside: Indian Small Business Economic Enterprise (ISBEE)
Submission & Evaluation
- Proposal Submission Deadline: February 18, 2026, at 2:00 PM Eastern Time.
- Proposals must be submitted electronically in two separate volumes: Volume I - Price Proposal and Volume II - Technical Proposal.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA), where technical proposals are rated "acceptable" or "unacceptable."
- Bonds: Bid bonds are required with proposal submission. Performance and Payment Bonds are required within 10 calendar days after contract award.
- Proposal Validity: 90 days past the TORFP closing date.
Important Considerations
Offerors must coordinate with tribal tax authorities and TERO offices. Compliance with various codes and standards (e.g., NFPA 5000, National Electrical Codes, ASHRAE Standards, ADA ABAAG, OSHA, EPA) is mandatory. Submittals for materials and a bi-weekly construction schedule are required, along with bi-weekly progress meetings. As-built drawings must be provided upon completion.
Key Contacts
For questions, contact Laurie Sherrod at laurie.sherrod@bia.gov or 571-560-0313.