Remediation Services, Village of Ekwok, AK
ID: 140A0525Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSPACIFIC REGIONSACRAMENTO, CA, 95825, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide remediation services for an environmental site assessment in the Village of Ekwok, Alaska. The primary objective is to evaluate petroleum contamination at the old school site, including soil and groundwater sampling, to inform potential remediation actions while adhering to federal, state, and tribal regulations. This project is crucial for addressing environmental health risks and ensuring community safety, with a contract set aside for Indian Small Business Economic Enterprises (ISBEEs) to promote economic opportunities within tribal contexts. Interested contractors should contact Jodi Zachary at Jodi.Zachary@bia.gov or call 916-978-6005 for further details, with the anticipated performance period running from March 17, 2025, to June 30, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    The request for quotation (RFQ) seeks to conduct an environmental site assessment in the Village of Ekwok, Alaska, focusing on petroleum contamination at the old school site (Haz ID: 25405). The goal is to evaluate soil and groundwater contamination levels and the integrity of the fuel infrastructure, informing potential remediation actions in compliance with environmental regulations. The assessment will involve document research, site reconnaissance, soil and groundwater sampling, and data analysis to establish contamination extent, liability, and environmental health risks. The contractor will perform project management tasks, fieldwork, interviews with stakeholders, and produce a comprehensive report detailing findings and recommendations. Key tasks include planning and coordinating fieldwork, characterizing contamination sources, installing monitoring wells, and compiling information from government records and interviews. All work must adhere to federal, state, and tribal regulations, ensuring proper documentation and approvals throughout the process. The contractor must present an actionable final report, creating a pathway for future remediation planning to protect public health and the environment in Ekwok while managing local stakeholder communications through the Bureau of Indian Affairs (BIA). Overall, this project emphasizes environmental due diligence and community safety regarding contamination issues.
    The document outlines the self-certification process for entities seeking contracts under the Buy Indian Act, specifically clarifying the requirements for qualifying as an "Indian Economic Enterprise" (IEE). It highlights that the certification must be valid at three critical points: when an offer is made, at contract award, and during the contract term. Contracting Officers may request further documentation to ensure eligibility at any stage. The document warns that any false or misleading information in the offer is a legal violation and may lead to severe penalties under relevant U.S. laws. Additionally, it includes a representation form for the offeror that collects essential details such as the name of the federally recognized tribal entity, a unique entity ID, and ownership information. The primary purpose of this document is to ensure compliance with federal regulations and to facilitate fair participation of Indian Economic Enterprises in government contracting opportunities.
    The document presents a Request for Proposal (RFP) for the Ekwok Remediation Services, aimed at engaging a contractor to conduct comprehensive environmental remediation at an old school site in the Village of Ekwok, Alaska. The project scope includes research of historical documents, site reconnaissance, contamination identification, risk evaluation, and data analysis, guided by the attached Performance Work Statement. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the government's commitment to promoting economic opportunities for Indian businesses. The anticipated performance period spans from March 17, 2025, to June 30, 2026, with a firm-fixed-price (FFP) contract structure. The inclusion of various Federal Acquisition Regulation (FAR) and Department of the Interior Acquisition Regulation (DIAR) clauses ensures compliance and oversight required under U.S. law. Alongside specific project requirements, the document outlines the contracting process, payment procedures, and responsibilities of the contractor to ensure quality, compliance, and communication throughout the project's lifecycle. This RFP serves as a crucial step in addressing environmental concerns and fostering local economic development within the tribal context.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Phase 1 Environment Site Assessment, Ouzinkie, AK
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for a Phase 1 Environmental Site Assessment in the Village of Ouzinkie, Alaska. The objective of this procurement is to conduct comprehensive environmental assessments, including historical document research, site reconnaissance, contamination identification, and risk evaluation, with the work expected to conclude by June 30, 2026. This assessment is crucial for understanding potential contamination issues and planning necessary remediation actions to ensure public health safety in the community. Interested Indian Small Business Economic Enterprises (ISBEEs) can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-978-6005 for further details regarding the proposal submission process and compliance requirements.
    Phase 1 ESA, New Stuyahok, AK
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a Phase 1 Environmental Site Assessment (ESA) in the Village of New Stuyahok, Alaska. The objective of this procurement is to identify potential contaminants and evaluate environmental risks associated with an old school site, requiring tasks such as historical document research, field inspections, and interviews with property occupants. This assessment is crucial for managing environmental liabilities and ensuring public health in vulnerable regions, with the contract set aside for Indian Small Business Economic Enterprises (ISBEEs). The performance period for the project is from March 1, 2025, to June 30, 2026, and interested parties can contact Jodi Zachary at Jodi.Zachary@bia.gov or 916-978-6005 for further information.
    Phase 1 ESA, Tununak, AK
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a Phase 1 Environmental Site Assessment (ESA) in Tununak, Alaska, aimed at identifying potential environmental contamination at an old school site. The project requires comprehensive tasks including historical document research, site reconnaissance, contamination identification, and risk evaluation, with the goal of informing public health risk management and cleanup planning in accordance with state and federal regulations. This procurement emphasizes the importance of environmental remediation services, particularly for Indian Small Business Economic Enterprises (ISBEEs), and is set to be performed under a firm-fixed-price contract from March 1, 2025, to June 30, 2026. Interested parties can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-978-6005 for further details.
    ROCK POINT SHEEP DIP VAT
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for the environmental remediation of the Rock Point Sheep Dip Vat site in Apache County, Arizona. The project involves a two-phase cleanup process, including sampling and removal of contaminated soil and structures, specifically targeting toxaphene, a pesticide historically used at the site. This initiative is crucial for restoring environmental health on the Navajo Nation Reservation and emphasizes the participation of Indian small businesses in federal contracting opportunities. Proposals must be submitted electronically by February 10, 2025, and interested contractors can direct inquiries to Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.
    Radon Mitigation Equipment Installation
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the installation of Radon Mitigation Equipment at Taos Day School in New Mexico. The project aims to reduce radon levels in the school to ensure a safe learning environment, requiring qualified contractors to provide all necessary personnel, materials, and services for the installation of active soil depressurization systems. This initiative is part of the government's commitment to public health and safety, particularly in areas with elevated radon levels, and is set aside exclusively for Indian Economic Enterprises (IEE). Interested bidders must submit their proposals by February 7, 2025, following a site visit on January 24, 2025, and comply with Davis Bacon Wage Determinations, with an estimated project value between $25,000 and $100,000. For further inquiries, contact Carolyn Sulla at carolyn.sulla@bie.edu.
    Level Island Remedial Investigation and Groundwater Monitoring
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified Small Business Administration (SBA) 8(a) certified contractors to conduct a remedial investigation and groundwater monitoring at the Level Island former landfill in Alaska. The project involves defining the extent of contamination, installing monitoring wells, collecting groundwater and surface water samples, and preparing ecological risk documents, with fieldwork expected to occur from April to September 2026, weather permitting. This opportunity is crucial for environmental remediation efforts and compliance with regulatory standards. Interested vendors must submit their capability statements and relevant information to Sonia Holguin at sonia.o.holguin@faa.gov by February 7, 2025, at 1:00 PM Central Daylight Time to be considered for the future solicitation.
    PROPANE SERVICES FOR FMES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide propane services for the First Mesa Elementary School, under a procurement fully set aside for Indian Small Business Economic Enterprises (ISBEE). The contract will cover propane delivery on an as-needed basis, with a base year running from February 10, 2025, to February 9, 2026, and options for additional years, emphasizing the need for timely responses, especially in emergencies. This initiative is crucial for ensuring reliable fuel services while supporting Indian-owned businesses and adhering to federal regulations regarding the handling of personal identifiable information (PII). Interested contractors should contact Michael Drinkwater at michael.drinkwater@bie.edu for further details and must submit their proposals, including the required forms, by the specified deadlines.
    ENVIRONMENTAL REMEDIATION SERVICES (ERS)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for Environmental Remediation Services (ERS) under a Multiple Award Task Order Contract (MATOC) for various locations, primarily in Alaska, as well as the Pacific Ocean Division Area of Responsibility, including Hawaii, Japan, Korea, and the Pacific Islands. The contract requires contractors to provide a comprehensive range of environmental remediation services, including investigations and remedial actions, while maintaining effective communication with regulatory agencies. This procurement is critical for ensuring compliance with environmental regulations and implementing effective remediation strategies across diverse projects. Interested parties should contact George Nasif at george.g.nasif@usace.army.mil or Phil Charles at phil.charles@usace.army.mil for further details, and note that the solicitation includes specific requirements for personnel qualifications and proposal submissions, with an emphasis on adherence to federal acquisition regulations.
    F--TIMBER SALE PREPARATION (OAK RIDGE TS)
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), Navajo Region, is seeking qualified contractors for timber sale preparation services on approximately 10,495 acres of commercial forest land within the Navajo Nation, specifically in the Oak Ridge area. The procurement includes tasks such as timber marking, stand examinations, environmental assessments, and the preparation of timber appraisal reports, all in accordance with the provided Statement of Work. This opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, reflecting the federal government's commitment to supporting Indigenous businesses. Interested parties must submit their proposals by February 11, 2025, at 2:00 p.m. MST, and can direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or by phone at 505-863-8404. The total award amount for this contract is $11.5 million, with services expected to commence on February 10, 2025, and continue through February 10, 2026.
    Betty Jane Bagley OSS Replacement (Suquamish)
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified contractors for the installation of a new onsite septic system for Betty Jane Bagley in Bremerton, Washington. The project involves the construction of a comprehensive wastewater management system, including a 2-compartment septic tank, advanced treatment unit, pump chamber, and low-profile chamber drainfield, all to be completed within 30 calendar days after receiving the Notice to Proceed. This initiative is part of the federal commitment to enhance sanitation facilities in tribal communities and is classified as a Total Small Business Set-Aside, with an estimated budget ranging from $25,000 to $100,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to prepare for the forthcoming solicitation expected to be released around October 23, 2024. For further inquiries, potential bidders can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.