Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Saving Project...
Published March 19, 2025 at 8:00 PM
Updated October 1, 2024
Renovation of a municipal facility in Fort Defiance, Arizona. Conceptual plans call for the renovation of a municipal facility.
Navajo Tribal Utility Authority (NTUA) is a special purpose government entity, multiutility enterprise of the Navajo Nation which provides electric, water, wastewater, natural gas, photovoltaic, and telecommunication services covering approximately 27,000 square miles across northeastern Arizona, northwestern New Mexico, and Utah. NTUA has seven main district offices located in strategic communities spanning the Navajo Reservation, with its corporate headquarters located in Fort Defiance, Arizona. Type of Service: NTUA is hereby contacting qualified engineering firms/design contractors to design Fiber to the Home (FTTH); inclusive of spur fiber optic lines at various locations across the Navajo Nation. Firms are to provide cost for design/engineering of fiber to the home. Project location will be determined, cost should be generic to cost of fiber to each home. Schedule of Activities: 1. Questions Due: March 14, 2025 @ 5:00 pm (MDST) 2. Answers to Questions: March 19, 2025 3. Evaluation of Proposals: March 26 - March 31, 2025 4. Execution of Contract: April 21, 2025 Inquiries: Ifthere are questions, contact Andrea Hale,Contract Administrator, at via email andreah@ntua.com. NTUA will only respond to questions related to this RFP prior to the date indicated above. All emails should have "Fiber to Home/Design & Engineering- QUESTIONS" in the subject line. Proposer(s) will risk jeopardizing their eligibility if any person other than the Contract Administrator is contacted for clarification. Any interaction with NTUA staff or on-site contractor by the Proposer will constitute disqualification. Proposal submission, firms must submit as required: 1. An Original proposal (marked 'Original') with one (1) electronic copy on flash drive identical to the original by the due date at the address provided above. Any supporting documentation and supplemental information may be included in subsequent appendices. Each page of the proposal shall include the company name and page numbering. All proposals shall be submitted using standard 8 1/2 x 11-inch paper, printed double-sided and organized with tabs delineating each criterion as noted in Section II. Proposal Evaluation Criteria. 2. One Original cost (marked 'Original' and to not be included on the flash drive) in a separate sealed envelope to be opened only after determination the proposal satisfies the requirements of this RFP. Each page of the cost shall include the company name and page numbering. The cost must be firm and cannot be increased, unless there is a change in NTUA requirements after the RFP submission, once a firm is selected. 3. Ensure the proposal response is properly labeled on the outer part of the shipping package (Fed Ex/UPS/Hand-Delivered). NTUA will not be responsible for the premature opening of proposal responses which have not been properly labeled. F. Proposers mailing their proposals shall allow sufficient time for delivery to ensure receipt by the due date and time. Late, facsimiled, or electronic mailed proposals will not be accepted. G. Only responsive proposals will be considered for award. In order for a proposal to be considered responsive, the proposal and cost must address the items listed in Section II, Proposal Evaluation Criteria. H. Addendum to the Proposal: In the event it becomes necessary to revise any part of the proposal, the Contract Administrator shall issue a written addendum on the specifics of the change and inform all concerned. Proposers shall ensure a signed copy of acknowledgment of any addendum is included with the proposal. I. All costs incurred by the proposer in preparing and responding to this solicitation are the sole responsibility of the proposer. Any proposal submitted pursuant to this solicitation is at the sole risk and responsibility of the party submitting such proposal. Rejection of Proposals: NTUA reservesthe right to reject any or all proposals and to waive informalities in the proposals received whenever such rejection or waiver is in the best interest of NTUA. The NTUA reserves the right to reject any proposal based on deficient past performance, including projects conducted with NTUA, other Navajo Nation agencies, the federal, state or local governments, or any commercial project. K. NTUA reserves the right to select more than one winning proposal. NTUA will select the winning proposal(s) on the best value basis, not strictly on a cost basis analysis e.g., the lowest cost, will be selected. As described in Section II, Proposal Evaluation Criteria and Section III. - Scope of Work, the winning proposer(s) will best meet the evaluation criteria's, including, but not limited to, qualification, past performance, timeline to complete project, and cost. A successful proposer(s)is expected to perform at a high level to meet NTUA's contractual requirements. L. Contractual Clauses: In order for NTUA to contract for services of this nature, the successful Proposer must agree to include as part of the Agreement the following two clauses: 1. Governing Law: The governing law and dispute jurisdiction will be the Navajo Nation Law and Courts. No provision of the contract shall constitute a waiver of sovereign immunity of the Navajo Nation. 2. Navajo Nation Sales Tax: The successful proposer shall include the Navajo Nation tax within their cost proposal. It will be the successful proposer's responsibility to pay the sales receipt tax to the Navajo Nation. M. Award of Contract: Upon selection, a purchase order together with a negotiated agreement of the terms and conditions (Agreement) will be prepared between NTUA and the successful proposer. The proposal submitted by the proposer(s) may also become part of the contract. N. Preference will be made in accordance with the Navajo Business and Procurement Act (12 N.N.C. 1501 et seq.); the Navajo Nation Procurement Act (12 N.N.C. 301 et seq.); the Navajo Nation Business Opportunity Act (5 N.N.C. 201, et seq.) and other applicable statutory and regulatory requirements. Proposers shall submit evidence of their Preference Priority Certification if applicable. O. Proposers who plan to subcontract any portion of the work or submits a proposal in which subcontracting of any portion of the work, will not be considered. P. Debarment and Suspension: Proposer acknowledges that to the best of his/her knowledge their Company and principal participants on the Agreement have not been suspended or debarred from proposing on a Federal or Navajo Nation contract. Further, proposer acknowledges, understands, and attests that: 1. The undersigned/proposer understands and certifies that proposal submission shall act as certification that neither the proposer's/contract company nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. 2. The undersigned/proposer certifies that it is eligible to do business with the Navajo Nation pursuant to 12 N.N.C. 1505(A)-(D). 3. If the proposer/company is unable to certify or has been debarred or suspended in the past, then the proposer/company shall attach an explanation to its proposal submission as an addendum. The following language shall be included in such addendum: I hereby certify that I am authorized to execute this certification on behalf of the company and certify the truthfulness and accuracy of the contents herein or attached hereto to the best of my belief. All proposers are encouraged to seek legal advice to ensure compliance with this requirement.
Conceptual
Municipal
$1,870,000.00
Public - Federal
Renovation
Documents for this project are exclusively Specifications. If Plans become available, we will add them here.
3
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
May 30, 2026
Multiple Locations, Fort Defiance, AZ
Related To This Project
Fort Defiance, AZ
Bid Date: Mar 12 2025
Fort Defiance, AZ
--
Fort Defiance, AZ
Bid Date: May 15 2025
Fort Defiance, AZ
Bid Date: May 16 2025
Fort Defiance, AZ
Bid Date: Jun 06 2025
Fort Defiance, AZ
--
Fort Defiance, AZ
Bid Date: Feb 28 2025
Fort Defiance, AZ
--
Fort Defiance, AZ
--
Fort Defiance, AZ
Bid Date: Jan 17 2025
Fort Defiance, AZ
Bid Date: Jan 07 2025
Fort Defiance, AZ
Bid Date: Nov 26 2024
Fort Defiance, AZ
Bid Date: Nov 18 2024
Fort Defiance, AZ
Bid Date: Dec 19 2024
Recently Viewed
--
--
--
--
--
--
--
--
--
--
Cut Costs, Not Corners.
Get ahead of project risks by targeting the right work early. With detailed construction data at your fingertips, you can pursue jobs that match your margins—and walk away from those that don’t.
Sign up now to get free company and project data. No payment required.
.webp)
Get the right
data with Project Intelligence
Project Shared
with
example@example.com
Choose what you would like to do.
Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.
What is your business type?
We have a wide variety of products that are purpose built for certain business types.