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 Design/Build Services for the renovation and modernization of staff quarters at Havasupai Elementary School in Supai, AZ. This is a Firm Fixed-Price contract, exclusively set aside for Indian Small Business Economic Enterprises (ISBEE). Proposals are due by April 26, 2026, at 5:00 PM MST/MDT.
Scope of Work
The project involves renovating and refurbishing eight government-furnished staff quarter units (4-plex buildings #1028 and #1029), bringing them into compliance with current building codes, and upgrading associated utility systems. The units include 1-bedroom (approx. 705 sq ft) and 2-bedroom (approx. 1,034 sq ft) configurations. Work encompasses electrical, HVAC, painting, roofing, gutters, decking, framing, insulation, windows, kitchens, bathrooms, lighting, interior/exterior doors, and laundry rooms. The contractor will provide all supervision, labor, equipment, materials, insurance, and transportation. The period of performance is 210 calendar days from the Notice to Proceed, following a 60-day design phase and BIE review.
Contract Details
This is a Firm Fixed-Price Construction Contract with an estimated price range of $500,000 to $1,000,000. It is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside, requiring offerors to meet both Indian Economic Enterprise and Indian Small Business Economic Enterprise definitions. Required bonds include a 20% Bid Bond, 100% Performance Bond, and 100% Payment Bond.
Submission & Evaluation
Proposals will be evaluated using a Lowest Price Technically Acceptable (LPTA) process, where technical proposals are assessed on an "acceptable" or "unacceptable" basis. Submissions must include a Price Schedule (Volume I), a Response to Evaluation Factors (Volume II), and the Bid Bond. Offerors must be actively registered in the System for Award Management (SAM). A site visit is not permissible; bidders must rely on provided documentation. Questions and answers logs have been released, providing clarifications on logistics and additional architectural plans.
Key Logistical Considerations
The project location in Havasupai, within Grand Canyon National Park, presents unique access challenges (helicopter, pack-mule, hiking). The government will not provide electricity; contractors must supply their own power. Coordination with the Havasupai Tribe is critical for water/sewage pricing, staging areas (Long Mesa recommended), equipment rental, worker housing, and waste material staging. Milenda Yaibi (928.433.8130) is the tribal liaison for these agreements. Background investigations are required for personnel interacting with Indian children.
Relevant Documents
The solicitation package includes detailed architectural plans (first and second floor plans, reflected ceiling plans, roof plan, door/window schedules, room finish schedule), a Statement of Work, wage rates for Coconino and Yavapai Counties, safety and health codes, and various required forms (SF24, SF25, SF25A, SF1413, IA Form 3000, IA-C113, IA-C713, Indian Economic Enterprise Representation). The IA Design Handbook for BIE School Facilities provides design principles and standards.