RFP-Environmental Assessment for the Inaja-Cosmit Reservation Electrification Project
Posted: November 3, 2025

Inaja Band of Diegueño Mission Indians 

REQUEST FOR PROPOSALS 2025-01-EA

Environmental Assessment for the Inaja-Cosmit Reservation Electrification Project

Procurement Compliance Statement

This solicitation, a reissue of RFP-2025-01-EA, is issued pursuant to the Inaja-Cosmit Band of Diegueño Mission Indians’ Procurement Policy and, when federal funds are used, 2 CFR Part 200. The Tribe seeks qualified environmental firms to prepare a complete Environmental Assessment for the Inaja-Cosmit Reservation Electrification Project. This RFP has been reissued to allow additional time for participation and to encourage a broader range of qualified firms to submit proposals. This RFP remains open for approximately 30 days from its effective date of October 28, 2025, and closes November 27, 2025, at 5:00 p.m. PT. The procurement method is Competitive Proposals (RFP). The contract will be awarded to the proposer whose submission is most advantageous to the Tribe, considering technical approach, cost, qualifications, and compliance with Tribal, federal, and state environmental requirements. No officer, employee, or agent of the Tribe with a real or apparent conflict of interest may participate in this procurement.

I. Project Description

The Inaja-Cosmit Band of Diegueño Mission Indians (“Tribe” or “Owner”), a federally recognized sovereign government, issues this Request for Proposals (RFP) to solicit competitive proposals from qualified environmental consulting firms to prepare a comprehensive Environmental Assessment (EA) for the Tribe’s Reservation Electrification Project.

This project represents a critical step in establishing reliable electrical power service to the Reservation for the first time. The selected Consultant will perform all environmental documentation, field studies, analyses, and coordination required to satisfy the applicable federal, state, and Tribal environmental review requirements, including those of the funding agency. The Consultant shall prepare a detailed project cost estimate covering all anticipated fieldwork, assessments, and deliverables to ensure that activities remain within the total project award amount established by the Tribe.

The Tribe will provide access to the designated project area, which is described in Exhibit A. The Reservation currently lacks utilities, including electricity and water. The Consultant will be responsible for arranging and providing its own logistical support necessary to conduct fieldwork safely and efficiently. All field activities shall be coordinated in advance with the Tribe’s designated representative to ensure protection of cultural and environmental resources.

II. About the Inaja-Cosmit Band of Diegueño Mission Indians

The Inaja-Cosmit Band of Diegueño Mission Indians is a federally recognized Tribe, listed in the Federal Register pursuant to the Indian Reorganization Act of 1934. The Tribe’s Reservation comprises approximately 880 acres within the ancestral territory of the Kumeyaay Nation, located along Boulder Creek Road near Julian, California, at the base of Cuyamaca Peak and adjoining the Cleveland National Forest.

The Reservation consists of two non-contiguous parcels known as Inaja and Cosmit, which were historically Kumeyaay settlements. Though these lands are now sparsely populated, they continue to hold deep cultural, linguistic, and ancestral significance for the Tribe. The Inaja-Cosmit Band maintains its identity as a sovereign government and exercises strong governance, cultural stewardship, and administrative capacity despite the region’s rugged terrain and limited infrastructure.

Today, the Tribe is advancing efforts toward energy independence and community resilience by introducing electrical power infrastructure to the Reservation for the first time in its history. This foundational project represents a critical step toward energy independence, environmental stewardship, and Tribal self-determination.

III. Contract Negotiation

The Tribe reserves the inherent right to accept or reject any or all proposals, waive technicalities or formalities, and cancel this RFP at any time. The Tribe also reserves the right to enter discussions with firms deemed in the competitive range and may request clarifications or Best and Final Offers (BAFOs) prior to award. All contract negotiations will be conducted consistently with tribal law, the Tribe’s Procurement Policy, and federal requirements to ensure transparency, fairness, and accountability.

IV. Current Conditions and Project Urgency

The Inaja-Cosmit Reservation currently has no access to electrical power, which significantly limits the Tribe’s ability to provide safe housing, ensure fire protection, and support essential community services. The absence of power also constrains future development, emergency response capacity, and the overall well-being of Tribal members. The nearest viable point of connection to the regional electrical grid is located several miles from the Reservation, requiring close coordination with San Diego Gas & Electric (SDG&E), federal agencies, and neighboring private landowners to identify feasible alignments and rights-of-way.

Through this Environmental Assessment, the Tribe seeks to evaluate and document the potential environmental effects of establishing an overhead electrical connection and related infrastructure to serve its lands. This work is essential to support informed decision-making and ensure full compliance with NEPA, CEQA, and other applicable environmental regulations. The Tribe considers this project a critical step toward energy independence and self-determination, providing the foundation for future housing, environmental management, and public safety improvements on Tribal lands.

V. Use and Disclosure of Information

All materials submitted in response to this RFP will be treated as confidential to the extent permitted by law. The Tribe retains the right and obligation to disclose information to auditors, federal agencies, pass-through entities, and other oversight authorities when required. Any confidentiality agreements entered with proposers shall not override these mandatory disclosure obligations. The issuance of addenda, clarifications, or responses to proposer questions will be made in writing and distributed to all prospective offerors to ensure equal access to information.

VI. Vendor Costs

Preparation of proposals and participation in this procurement process is at the sole expense of the proposer. No costs associated with responding to this RFP, attending interviews, or providing additional information will be reimbursed by the Tribe.

VII. Proposal Submission Timeline 

  • RFP Release Date: October 28, 2025
  • Deadline for Questions: November 7, 2025, 5:00 p.m. PT
  • Final Addenda/Responses to Questions Issued: November 14, 2025
  • Proposal Submission Deadline: November 27, 2025, 5:00 p.m. PT
  • Interviews (if any): Week of December 1, 2025
  • Target Notice of Intent to Award: On or about December 8, 2025

From issuance until award, all questions and communications must be directed exclusively to the Selection Committee at the email address designated below. Unauthorized contact with other Tribal representatives, officials, or consultants regarding this solicitation is prohibited and may result in disqualification.

VIII. RFP Description

The Inaja-Cosmit Band of Diegueño Mission Indians (“Tribe,” “Owner”), a federally recognized sovereign government, invites competitive proposals from qualified and experienced environmental consulting firms to conduct a comprehensive Environmental Assessment (EA) for the Reservation Electrification Project. This project is of significant importance to the Tribe as it marks the first effort to establish electrical power infrastructure on Tribal lands. Electrification is essential for ensuring community safety, supporting housing development, enabling fire protection and emergency response services, and strengthening the Tribe’s long-term self-determination and environmental stewardship.

The selected firm will be responsible for preparing an Environmental Assessment that satisfies the requirements of the National Environmental Policy Act (NEPA) and the California Environmental Quality Act (CEQA). The work will include environmental documentation, technical analysis, field studies, and regulatory coordination necessary for the Tribe to obtain all required environmental clearances prior to construction. The Tribe requires that the selected firm apply the highest standards of professional care, scientific integrity, and technical competence to ensure compliance with all applicable Tribal, federal, and state environmental laws and regulations.

Respondents must demonstrate the organizational capacity, technical expertise, and past performance necessary to conduct environmental assessments for infrastructure projects in rural or Tribal settings. Proposals should include a detailed description of experience with NEPA/CEQA documentation, environmental modeling and analysis, and coordination with agencies such as the Bureau of Indian Affairs (BIA), U.S. Environmental Protection Agency (EPA), U.S. Fish and Wildlife Service (USFWS), and State Historic Preservation Office (SHPO)/Tribal Historic Preservation Office (THPO).

IX. Scope of Services

The selected Environmental Consultant shall perform all services necessary to deliver an Environmental Assessment suitable for adoption by the funding agency and issuance of a Finding of No Significant Impact (FONSI) or equivalent determination. Tasks shall include, but are not limited to, the following:

Environmental Assessment Preparation

Prepare a comprehensive EA addressing all resource areas potentially affected by the construction and operation of the proposed electrification infrastructure. The EA shall evaluate direct, indirect, and cumulative impacts, identify reasonable alternatives (including the No Action alternative), and recommend mitigation measures consistent with NEPA (40 CFR 1500-1508) and CEQA (Guidelines §15000 et seq.). The consultant shall prepare an Administrative Record suitable for agency adoption.

Regulatory Coordination and Compliance

Coordinate with the Bureau of Indian Affairs (BIA) and all other agencies having jurisdiction or special expertise related to the project. All coordination shall be conducted in accordance with the National Environmental Policy Act (NEPA) and the California Environmental Quality Act (CEQA), as well as other applicable federal, state, and Tribal environmental regulations. This includes consultation, permitting, and documentation support under the following authorities:

  • National Historic Preservation Act (NHPA) Section 106 – Cultural and historic resource consultation with the State Historic Preservation Officer (SHPO) and/or Tribal Historic Preservation Officer (THPO).
  • Endangered Species Act (ESA) Section 7 – Biological assessments and coordination with the U.S. Fish and Wildlife Service (USFWS).
  • Clean Water Act (CWA) Sections 401 and 404 – Jurisdictional determination and permit coordination with the U.S. Army Corps of Engineers and Regional Water Quality Control Board, as applicable.
  • Clean Air Act (CAA), Executive Orders 11988 and 11990 (Floodplain and Wetlands Management), and any applicable tribal environmental policies.

The Consultant shall prepare all correspondence, consultation logs, and coordination summaries as appendices to the Environmental Assessment. This may also include preparation of public notices, facilitation of agency and public comment periods, and documentation of communications with federal, state, Tribal, and local entities. All correspondence, consultation records, and responses shall be included as part of the project’s official administrative record.

Field Studies and Resource Assessments

Conduct all necessary fieldwork and desktop analyses to support the EA, including:

  • Biological Surveys: Habitat mapping, species inventories, and evaluation of special-status flora and fauna.
  • Cultural Resources: Records searches, pedestrian surveys, and site documentation; consultation with neighboring Tribes (Manzanita, La Posta, Campo).
  • Hydrology and Water Quality: Characterization of drainage features, wetland delineations (if present), and erosion/sediment-control recommendations.
  • Geology and Soils: Evaluation of soil stability, slope, and erosion potential.
  • Noise and Traffic: Assessment of temporary construction noise and vehicle activity.
    All surveys shall follow accepted professional protocols and be conducted by qualified specialists under federal and state standards.

Air Quality and Greenhouse Gas Analysis

Perform an air-quality and greenhouse-gas emissions assessment in compliance with NEPA and CEQA thresholds. Use modeling tools such as CalEEMod, AERSCREEN, or AERMOD as appropriate to estimate construction emissions and verify compliance with San Diego Air Pollution Control District (SDAPCD) significance criteria. Identify feasible mitigation and best management practices for dust and equipment emissions.

Alternatives and Mitigation Development

Identify feasible alternatives to the proposed action and recommend measures to avoid, minimize, or mitigate environmental impacts. Develop a Mitigation Monitoring and Reporting Plan (MMRP) or equivalent tracking tool consistent with CEQA §15097 and NEPA best practices, if applicable.

Environmental Documentation and Deliverables

  • Draft Environmental Assessment (EA): Prepare a comprehensive draft EA that includes all technical appendices, supporting studies, and figures necessary for agency review.
  • Agency and Tribal Review: Revise the draft EA in response to comments received from the Tribe, the Bureau of Indian Affairs (BIA), and other reviewing agencies. Maintain a comment matrix documenting all comments and corresponding responses or revisions.
  • Final Environmental Assessment (EA): Submit an electronic final EA suitable for publication and adoption by the lead agency, together with a complete and clean Administrative Record. Deliverables shall include a fully searchable PDF and all native file formats (Word, Excel, GIS shapefiles). All figures and mapping shall be provided in georeferenced GIS shapefile format consistent with BIA and CEQA submission standards.
  • Administrative Record: Prepare a complete Administrative Record that includes a detailed index, copies of all correspondence, consultation logs, technical studies, notices, comments, responses to comments, and permitting documentation. The Administrative Record shall be compiled in a fully searchable PDF, with all underlying native files provided for archival and audit purposes.

Meetings and Reporting

Participate in kickoff, progress, and coordination meetings (virtual or in-person). Provide monthly written progress reports summarizing completed tasks, issues, and upcoming milestones. Maintain open communication with the Tribe’s representative and promptly advise of any conditions that may affect schedule or cost.

Schedule and Duration

The consultant shall include a detailed project schedule identifying major tasks, field seasons, draft/final document milestones, and agency review periods. All deliverables must be submitted on or before agreed deadlines to ensure timely completion of environmental clearance.

X. Submission Requirements and General Conditions

Each proposal must be complete, clearly organized, and provide sufficient detail for the Tribe to perform a comprehensive evaluation. Proposals that fail to address all requirements of this RFP may be deemed non-responsive and excluded from further consideration. The following information must be submitted:

  1. Statement of Work and Technical Approach: A detailed narrative demonstrating the proposer’s understanding of the project objectives, scope, and required environmental compliance activities. The statement should describe the firm’s technical approach, anticipated methodologies, and coordination strategy for completing the Environmental Assessment in accordance with NEPA and CEQA requirements.
  2. Fee Proposal and Cost Summary: A complete cost proposal identifying all labor, materials, equipment, professional services, travel, permits, and other expenses necessary to complete the work. All prices shall be firm, inclusive of sales tax, delivery charges, and indirect costs. The proposal must clearly indicate the total not-to-exceed amount for the contract and identify any assumptions or contingencies.
  3. Schedule and Timeline: A proposed project schedule identifying major milestones, fieldwork periods, draft and final deliverables, agency review periods, and overall completion timeline. The schedule should reflect realistic durations and clearly identify all critical path tasks required to achieve environmental clearance.
  4. Relevant Experience: Descriptions of at least three (3) projects within the past ten (10) years of similar size and scope, demonstrating the firm’s experience with NEPA/CEQA documentation, environmental permitting, and interagency coordination. Include a summary of prior work with Tribal governments or projects in remote or environmentally sensitive areas, if applicable.
  5. Key Personnel and Qualifications: Identification of all key staff members who will perform the work, including project manager, environmental scientists, biologists, archaeologists, and supporting professionals. Provide resumes highlighting education, professional licenses, certifications, and relevant experience. Clearly indicate any proposed subconsultants and their respective roles.
  6. References: Contact information for at least three (3) references from clients for whom the firm has performed similar work within the last three (3) years. Each reference should include the client’s name, title, agency or organization, telephone number, and email address.
  7. Confidentiality: All project-related data, reports, and documents are the property of the Tribe. No disclosure or use of such information is permitted without prior written authorization from the Tribe. Confidentiality obligations shall survive contract completion or termination.
  8. Conflict of Interest: The firm shall disclose all potential conflicts of interest in its proposal. The duty to disclose is ongoing throughout the life of the contract.
  9. Indian Preference Documentation (if applicable): Firms seeking consideration under Indian Preference pursuant to Section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. §450e(b)) must provide documentation demonstrating that the firm is at least fifty-one percent (51%) owned and controlled by one or more enrolled members of a federally recognized Tribe. A signed certification of ownership and proof of Tribal enrollment are sufficient. Firms that are not Indian-owned may instead submit a brief plan describing how they will provide preference in hiring, training, or subcontracting to qualified Indian individuals or Indian-owned businesses.
  10. Proposal Format and Signature: The proposal must be presented in a format that allows the Tribe to sign as acceptance of the proposal and agreement to complete the work. A Notice to Proceed will be issued following execution of the agreement by the Tribe.

XI. Compliance

The Environmental Consultant must comply with all applicable tribal, federal, state, and local laws, regulations, and codes governing environmental protection, cultural resource management, health and safety, and labor standards. When federal funds are utilized, compliance with 2 CFR Part 200 (Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards) is mandatory.

All work shall conform to the requirements of the National Environmental Policy Act (NEPA), the California Environmental Quality Act (CEQA), the National Historic Preservation Act (NHPA), the Endangered Species Act (ESA), the Clean Water Act (CWA), the Clean Air Act (CAA), and all other applicable Tribal, state, and federal statutes. The Consultant shall ensure that all studies, permits, and supporting documentation produced under this contract satisfy the regulatory standards of the Bureau of Indian Affairs (BIA) and other agencies having jurisdiction.

The Consultant shall cooperate fully with all audits, monitoring reviews, and inspections conducted by the Tribe, funding agencies, or external oversight bodies. The firm must maintain complete, accurate, and contemporaneous project records for all work performed, including field notes, data files, technical reports, and consultation correspondence. Records shall be retained for a minimum of three (3) years following submission of the final expenditure report or longer if required to resolve any audit, claim, or litigation, in accordance with 2 CFR §200.334.

XII. Minimum Qualifications

Each proposer must clearly demonstrate that it meets or exceeds the following minimum qualifications. Failure to provide evidence of these qualifications may result in disqualification.

a. Organizational Experience: The proposing firm must demonstrate at least five (5) consecutive years of verifiable experience providing environmental consulting and documentation services for projects subject to NEPA and/or CEQA review. Experience with infrastructure, utility, electrification, or comparable public works projects of similar size and complexity is required. Proposals should include documentation of at least three (3) successfully completed environmental assessments or equivalent environmental impact analyses. Preference will be given to firms with demonstrated experience preparing environmental assessments or environmental impact reports for Tribal governments, rural or remote locations, or electrification and utility projects in California or comparable jurisdictions. Experience with SDG&E coordination, San Diego Air Pollution Control District (SDAPCD) air-quality thresholds, and California Department of Fish and Wildlife (CDFW) permitting is strongly desirable.

b. Key Personnel: The firm’s Project Manager or Principal Environmental Planner must have a minimum of seven (7) years of professional experience managing environmental compliance projects, including preparation of NEPA/CEQA documents and coordination with federal, state, and Tribal agencies. The project manager must have personally led at least two (2) comparable environmental assessments or impact studies from initiation through final agency determination. Resumes for all key team members shall be included, detailing education, professional certifications, relevant technical expertise, and specific project experience.

c. Technical Expertise: The firm must show demonstrated expertise in each of the following areas:

  • Preparation of NEPA/CEQA-compliant environmental assessments, initial studies, and supporting technical reports;
  • Biological and cultural resources assessment and permitting, including Section 7 (ESA) and Section 106 (NHPA) compliance;
  • Air-quality and greenhouse-gas emissions modeling and analysis;
  • Water, soil, and erosion studies, and permitting under the Clean Water Act and related regulations;
  • Interagency consultation and coordination with BIA, EPA, USFWS, SHPO/THPO, and other agencies; and
  • Preparation of mitigation measures, monitoring plans, and administrative records suitable for federal adoption.

d. Professional Standards: All personnel conducting cultural resource investigations and evaluations shall meet or exceed the Secretary of the Interior’s Professional Qualification Standards (36 CFR Part 61) for Archaeology, History, or Architectural History, as applicable. Biological, hydrological, and air-quality analyses shall be performed by qualified professionals in accordance with recognized federal, state, and Tribal standards and guidance. The Consultant shall also demonstrate familiarity with the Council on Environmental Quality (CEQ) regulations (40 CFR Parts 1500–1508) implementing NEPA and the State CEQA Guidelines (§15000 et seq.), ensuring that all work products are prepared in a manner suitable for agency adoption. All deliverables must conform to the Bureau of Indian Affairs (BIA) environmental review requirements and be defensible for federal and state recordkeeping or audit purposes.

All proposers must hold or be able to obtain, prior to contract execution, all professional licenses, certifications, and registrations required to perform environmental consulting services in California. Firms shall maintain insurance coverage, at a minimum, for Professional Liability/Errors and Omissions, Commercial General Liability, Automobile Liability, and Workers’ Compensation in amounts acceptable to the Tribe. Proof of current licensure and a certificate of insurance (or a letter of commitment from a carrier) must be included in the proposal.

XIII. Suspension and Debarment Certification

By submitting a proposal, the firm certifies, consistent with 2 CFR Part 200 requirements, that neither the firm nor its principals are presently suspended, debarred, proposed for debarment, declared ineligible, or otherwise excluded from participation in federally funded programs. Each proposer must:

  • Provide its Unique Entity Identifier (UEI) and evidence of active registration in the federal System for Award Management (SAM.gov).
  • Disclose any suspension, debarment, proposed debarment, voluntary exclusion, indictment, conviction, civil judgment, or settlement within the last five (5) years, including details of the initiating agency, dates of action, and resolution.
  • Certify that no principal, owner, officer, director, or individual in a position of responsibility for administration of federal, state, or tribal funds is currently subject to any such action.

Providing false or incomplete certifications shall be grounds for rejection of the proposal, termination of any resulting contract, and possible referral to appropriate authorities for criminal or civil enforcement.

XIV. Proposal Requirements

Proposals must be complete, page-numbered, and organized in the order listed below. Each section should provide sufficient detail to allow the Tribe to conduct a thorough evaluation.

a. General Requirements: Each proposal must clearly demonstrate that the proposer meets all qualifications and conditions required under this solicitation and must include sufficient detail for a comprehensive evaluation by the Tribe. All proposals shall be organized, page-numbered, and include complete supporting documentation.

b. Qualification Requirements:

  • The proposer must demonstrate recent and relevant experience performing environmental consulting services for infrastructure, utility, or electrification projects of comparable size and complexity.
  • Proposals shall identify the firm’s key personnel and describe their qualifications, including education, technical certifications, and professional licenses.
  • References and contact information from at least three (3) recent clients for similar work shall be included.
  • Proposers must submit proof of insurance coverage meeting the requirements stated herein, along with a signed Debarment and Suspension Certification (Appendix A).

c. Eligibility for Award:

  1. To be qualified and eligible for award under this RFP, each proposer must be in good standing with all applicable regulatory bodies and comply with all federal procurement and grant regulations.
  2. Firms must verify active registration and good standing under the U.S. System for Award Management (SAM.gov) for both the company and its principal officers, confirming they are not debarred, suspended, or otherwise excluded from federally funded programs.
  3. Firms shall also provide a copy of a valid business license issued by the appropriate regulatory authority.
  4. The Tribe may, at its discretion, require a bid guarantee, performance bond, or payment bond to ensure contract performance. Unless otherwise waived by the Tribe, the proposer shall be prepared to furnish, within ten (10) days of award:

A. a bid guarantee equivalent to five percent (5%) of the proposal amount;

             B. a performance bond for one hundred percent (100%) of the contract price; and

                                                             C. a payment bond for ninety percent (90%) of the contract price.

     5. The Tribe reserves the right to waive these requirements when justified by the scope, funding mechanism, or size of the contract.

d. Conditions and Requirements:

    • Each proposal shall include a written statement that, if selected, the resulting contract will include and be bound by the following conditions:
      1. The successful proposer shall prepare a comprehensive Environmental Assessment consistent with all applicable funding-agency requirements and the standards of NEPA and CEQA.
      2. All project activities, field studies, analyses, and reports shall be completed in accordance with accepted professional standards and best practices for environmental consulting.
      3. The Consultant shall coordinate all fieldwork, site visits, and document production with the Tribe’s designated representative, ensuring continuous communication throughout the project’s duration.
      4. All proposed activities shall comply with applicable codes, regulations, and permitting requirements, including any necessary environmental, biological, cultural, or safety permits.
      5. The proposer shall prepare and submit all submittal packages for Tribal review and approval and shall include a written change-order process for any adjustments affecting the approved project budget or schedule.
      6. The proposer shall acknowledge that the project site is located within a remote area lacking existing electricity, water, or solid-waste disposal infrastructure. The selected firm will be responsible for providing all materials, equipment, labor, and supplies necessary to perform site visits and fieldwork, including portable sanitary facilities and waste removal.
      7. The Consultant shall coordinate all on-site logistics with the Tribe’s representative and adhere to all safety and environmental protection standards.

 

e. Prior Experience: Descriptions of up to five (5) relevant projects performed within the last ten (10) years. Each description shall include client name, address, and phone number; responsible client contact person; project scope; role of the firm; contract value; start and completion dates; and project outcome. At least one project completed for a Tribal government is preferred. Provide contact information that is current and verifiable.

f. References: At least three (3) references from past clients for projects of similar scope. Each must include the name, title, telephone number, and email address of the reference.

g. Conflicts of Interest: A statement disclosing any current or prior relationships between the firm (or its team members) and the Tribe, its officials, employees, consultants, or SDG&E. If no such conflicts exist, a statement to that effect must be included.

h. Fee Proposal: Provide a not-to-exceed amount with a detailed labor rate schedule, estimated hours by task (e.g., EA preparation, field surveys, agency coordination, air modeling, deliverables), and reimbursables. Clearly state assumptions, exclusions, and any optional tasks as separate add-alternates.

i. Schedule and Time Estimates: Provide an estimated schedule with major milestones and total anticipated duration from Notice to Proceed through Project closeout.

j. Confidentiality Statement: A statement acknowledging that all documents and findings prepared in connection with the Project will be treated as confidential and proprietary to the Tribe.

k. Costs Incurred Statement: An acknowledgment that all costs incurred in preparation of the proposal are borne solely by the proposer.

l. Professional Licenses and Insurance: List all current applicable professional licenses and attach evidence of insurance coverage.

m. Indian Preference Documentation: Firms seeking consideration under Indian Preference pursuant to Section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. § 450e(b)) must include documentation showing that the firm is at least fifty-one percent owned and controlled by one or more enrolled members of a federally recognized Tribe. A signed certification of ownership and proof of Tribal enrollment are sufficient. Firms that are not Indian-owned may instead submit a brief plan describing how they will provide preference in hiring, training, or subcontracting to qualified Indian individuals or Indian-owned businesses.

n. Suspension/Debarment Response: Respond to each of the following:

  • Whether the firm or any principal is currently suspended, debarred, or declared ineligible by any federal, state, or tribal entity;
  • Whether the firm or any principal has been suspended, debarred, or voluntarily excluded in the past five years;
  • Whether the firm or any principal has a proposed debarment pending, or has been indicted, convicted, or had a civil judgment rendered against them within the past five years for fraud, official misconduct, or similar matters.

For each “yes” answer, provide detailed information including the individual/entity involved, initiating agency, dates, and outcome. 

XV. Evaluation Criteria

All proposals will be evaluated in accordance with the Inaja-Cosmit Band of Diegueño Mission Indians’ Procurement Policy and applicable federal procurement standards under 2 CFR Part 200. A Selection Committee composed of Tribal representatives and technical advisors—each of whom shall execute a conflict-of-interest disclosure—will independently review and score each proposal.

The Tribe will consider the proposer’s demonstrated skills, facilities, capacity, experience, professional responsibility, and past performance. The ability to complete the Environmental Assessment promptly, efficiently, and in full compliance with all applicable laws will be a critical consideration.

Each proposal will be evaluated using the following weighted criteria for a total possible score of 100 points:

  1. Specialized Experience, Knowledge, and Technical Competence (35 Points) – The proposer’s depth of experience and technical qualifications in performing environmental assessments, NEPA/CEQA documentation, and related studies for infrastructure or electrification projects will be heavily weighted. Evaluation will consider the proposer’s work history, resumes of proposed staff and subconsultants, and references demonstrating successful completion of similar projects. Consideration will also be given to the proposer’s demonstrated capability to understand project complexities, apply current environmental standards, and execute work plans that comply with all federal, state, and Tribal requirements.
  2. Technical Approach and Methodology (15 Points) – The proposer’s technical approach must demonstrate a clear, feasible, and scientifically sound methodology for conducting the Environmental Assessment. Evaluation will focus on the proposer’s familiarity with NEPA and CEQA processes; proposed methods for data collection, analysis, and documentation; approach to interagency consultation; and strategies for ensuring regulatory compliance and quality control.
  3. Work Plan, Schedule, and Responsiveness (10 Points) – The proposer’s work plan and project timeline will be assessed for clarity, practicality, and ability to meet the Tribe’s required schedule. Consideration will be given to staffing capacity, fieldwork logistics, anticipated permitting timelines, and the proposer’s ability to deliver a complete and compliant EA within established deadlines.
  4. Cost Proposal and Overall Value (30 Points) – Evaluation will consider the completeness, transparency, and realism of the proposer’s cost proposal, including labor rates, assumptions, and not-to-exceed totals. The Tribe will weigh overall value and cost effectiveness rather than lowest price alone, ensuring that the selected firm provides the greatest technical quality and service reliability within budget constraints.
  5. Indian Preference and Tribal Collaboration (10 Points) – Consistent with the Tribe’s Indian Preference Code and Section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. § 450e(b)), additional consideration—up to ten (10) points—will be granted to qualified Indian-owned enterprises and firms that commit to providing preference in employment, training, and subcontracting to qualified American Indian and Alaska Native individuals or organizations.

Total Possible Score: 100 Points

The Tribe may conduct reference checks, background verifications, and interviews with shortlisted firms. Clarifications or Best and Final Offers (BAFOs) may be requested if necessary. The contract will be awarded to the proposer offering the best overall value to the Tribe, based on the weighted evaluation factors established in this RFP and taking into account both cost and qualitative criteria.

XVI. Indian Preference

To the greatest extent feasible, and consistent with Section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. § 450e(b)) and the Tribe’s Indian Preference Code, preference shall be given to qualified American Indian and Alaska Native individuals and to Indian-owned and controlled economic enterprises in the award of this contract and any subcontracts. Firms seeking preference consideration must submit documentation showing that the business is at least fifty-one percent (51 %) owned and controlled by one or more enrolled members of a federally recognized Tribe. A signed certification of ownership and proof of Tribal enrollment will be accepted.

Non-Indian firms are encouraged to describe in their proposals how they will provide preference in employment, training, and subcontracting opportunities to qualified American Indian and Alaska Native individuals or businesses. The Tribe reserves the right to award additional evaluation points to qualified Indian-owned firms or to firms that clearly demonstrate effective Indian Preference implementation plans.

XVII. Submission of Proposals and Requests for Information

All inquiries must be submitted in writing by email to inajaproposals@gmail.com, the Tribe’s designated procurement email for this solicitation. Messages sent to this address are reviewed by the individual managing the process and shared with the Selection Committee to ensure transparency and equal access to information. Responses to all inquiries will be issued through written addenda distributed to all known recipients of the RFP. Site visits may also be arranged by appointment only, scheduled at least forty-eight (48) hours in advance by emailing inajaproposals@gmail.com. Visitors will be escorted by a Tribal representative and must provide their own transportation.

Proposals must be submitted electronically, in PDF format, by email to the Inaja Band of Diegueño Mission Indians, at inajaproposals@gmail.com. Proposals are due no later than November 27, 2025, at 5:00 p.m. Pacific Time.

The subject line must read: “Proposal – RFP-2025-01-EA – Confidential”

Each proposal must be compiled into a single, bookmarked, page-numbered PDF that includes all required attachments, résumés, certifications, and supporting materials. If the proposal file exceeds 20 MB, the proposer shall email a secure download link in lieu of attachment. Do not submit via file-sharing sites that require account creation to access. Proposals received after the deadline, delivered to any other address, or submitted in other formats will not be considered. Receipt of a submission confirmation email does not constitute acceptance of a late or incomplete proposal.

Exhibit A – Project Location and Study Area

The Inaja-Cosmit Band of Diegueño Mission Indians is coordinating with San Diego Gas & Electric (SDG&E) and AT&T to evaluate the technical scope and cost of extending electrical service from the nearest connection point located approximately 4.2 miles north of the Inaja-Cosmit Reservation along Boulder Creek Road. The point of connection (POCC) lies within the existing SDG&E service area, where electrical power is proposed to be handed off to Tribal Trust Land.

The proposed electrification alignment will generally follow Boulder Creek Road, extending southward from the POCC to the Reservation boundary and continuing to existing Tribal structures and facilities. The study area for this Environmental Assessment encompasses the entire proposed alignment corridor, associated access routes, and any ancillary areas that may be temporarily or permanently disturbed during construction or installation activities.

Figure 1 illustrates the approximate location of the POCC and proposed route of the electrical extension, while Figure 2 identifies the Reservation structures and facilities that will receive service as part of this project. The alignment and study boundaries depicted are preliminary and subject to refinement through ongoing coordination with SDG&E, AT&T, and regulatory agencies.