Fort Hall Indian Irrigation Project (FIIP) Pump 13
ID: 140A1225Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSNORTHWEST REGIONPORTLAND, OR, 97232, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS (J043)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the repair or replacement of Pump 138 as part of the Fort Hall Indian Irrigation Project (FIIP) located at the Fort Hall Indian Reservation in Idaho. The project requires the contractor to supply a new pump with specifications of 255 HP and 1850 GPM, along with necessary components and professional services to ensure the work does not disrupt irrigation deliveries to approximately 72,000 acres of agricultural land. This initiative highlights the federal government's commitment to maintaining essential infrastructure for tribal agricultural activities. Proposals are due by March 10, 2025, and the contract is set aside for small businesses under NAICS code 811310, with inquiries directed to Brian Roberts at brian.roberts@bia.gov or 503-231-2279.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Indian Affairs (BIA) requires the replacement of Pump 138 at the Fort Hall Indian Reservation in Idaho, as part of the Fort Hall Indian Irrigation Project (FHIIP). This pump, essential for agricultural irrigation, is situated about 120 feet deep in the Michaud Unit, which provides water for approximately 72,000 acres of land. The contract stipulates that the contractor must supply all necessary resources, including a new pump designed for 255 HP and 1850 GPM, as well as other components like a 12-inch column and a rehabilitated motor. The actual work involves removing an existing wood canopy at the well site and ensuring that irrigation deliveries are not disrupted during the project. A comprehensive inspection of the well using a camera is also mandated. The contractor is expected to engage professional services for technical support and documentation throughout the project. This initiative underscores the federal government's commitment to maintaining vital infrastructure for agricultural activities on tribal lands.
    The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, providing wage rates and benefits for various occupations in Idaho counties. It outlines minimum wage requirements based on Executive Orders 14026 and 13658, which mandate hourly compensation standards of at least $17.75 or $13.30 depending on contract specifications. The wage determination contains detailed listings of occupations, associated codes, required wage rates, and fringe benefits, including health and welfare contributions. For contracts awarded after January 30, 2022, contracts are subject to higher wage rates reflective of executive order updates and compliance requirements for sick leave and benefits. Occupation codes for clerical, automotive, food service, and health-related positions are specified, along with corresponding minimum pay rates. The document underscores the importance of maintaining equitable pay for covered workers and ensures adherence to federal regulations in contractor obligations. Through this wage determination, the government aims to establish a transparent framework for wage standards, enhancing worker protections and compliance in government contracting processes, especially in federal RFPs and grants.
    The document outlines a Request for Proposal (RFP) related to the Flathead Indian Irrigation Project (FIIP), specifically for the repair or replacement of Pump 138. The Bureau of Indian Affairs (BIA) is seeking bids for this task, which is 100% set aside for small businesses under NAICS code 811310. Proposals are due by March 10, 2025, with an anticipated performance period of 45 days following award notification. Delivery is required at a specified location in Saint Ignatius, MT. The solicitation includes detailed specifications, work requirements, and a comprehensive table of relevant regulations and clauses, including compliance stipulations under the Federal Acquisition Regulation (FAR). Contractors must follow electronic invoicing through the U.S. Treasury's Invoice Processing Platform, ensuring adherence to proper documentation. Overall, the RFP seeks to engage small business contractors to fulfill infrastructure needs while maintaining compliance with federal regulations and promoting economic opportunities within the community.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J--Well Pump Removal and Replacement for Tiis Nazbas
    Buyer not available
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is soliciting proposals for the removal and replacement of a water pump at the Tiis Nazbas Community School. This procurement aims to ensure compliance with the Federal Acquisition Regulation (FAR) while promoting participation from Indian Small Business Economic Enterprises (ISBEEs). The project is critical for maintaining the school's water supply infrastructure, which is essential for the health and safety of students and staff. Interested small businesses must submit their bids by March 12, 2025, at 5:00 PM Eastern Time, and can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further information.
    Z--CRIP Main Canal Checks with Lateral 73
    Buyer not available
    The Bureau of Indian Affairs (BIA) is soliciting proposals for the Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73, focusing on construction, alteration, and repair work on critical irrigation infrastructure in La Paz County, Arizona. This competitive procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and includes the rehabilitation and replacement of check structures MC185, MC270, and MC420, as well as the Lateral 73-36 Check, with an estimated project cost exceeding $10 million. The project is vital for enhancing irrigation efficiency and ensuring reliable water management for agricultural needs, with a proposal submission deadline of March 18, 2025, and a performance period of 900 days post-notice to proceed. Interested contractors can contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444 for further details.
    Irrigation canal lining maintenance
    Buyer not available
    The Bureau of Indian Affairs (BIA) is soliciting bids for the maintenance of approximately 140 miles of concrete lining along the Colorado River Irrigation Project (CRIP). Contractors are required to provide maintenance services on an as-needed basis during designated dry-up periods, which includes identifying and repairing damaged lining, preparing sites for new Gunite material, and ensuring the finished surface matches existing conditions. This initiative is crucial for supporting the agricultural needs of the Colorado River Indian Reservation, emphasizing the importance of maintaining essential irrigation infrastructure for the community's productivity. Interested bidders must submit sealed offers by 8:00 AM local time on March 31, 2025, and can contact Randall Brown at Randall.Brown@bia.gov or 520-723-6208 for further information.
    41--Replacement HVAC Pump Motors for Seba Delkai Board
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the replacement of HVAC pump motors at the Seba Delkai Boarding School. This procurement aims to secure two motor units, with a delivery timeframe of 30 days following order acknowledgment, and emphasizes the use of Indian Small Business Economic Enterprise (ISBEE) vendors to support local economies. The solicitation is set aside for small businesses, reflecting the government's commitment to inclusivity and compliance with federal acquisition regulations. Interested parties must submit their bids by March 17, 2025, at 5:00 PM ET, and can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further information.
    H--BOILER INSPECTION FOR NAVAJO REGIONAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services across sixty-six schools managed by the Bureau of Indian Education, including nine Bureau of Indian Affairs locations. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires contractors to conduct annual external inspections of boilers and pressure vessels, providing all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period commencing on March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors should submit their offers by March 20, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
    MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under Solicitation No. 140P2025R0015. The project involves constructing a new maintenance building, installing a dry-pipe fire suppression system, and ensuring compliance with various safety and environmental standards, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative aims to enhance the operational integrity of national historic sites while promoting small business participation in federal contracting. Interested contractors should submit their proposals by the specified deadline and may contact Gabriel Castellanos at gabrielcastellanos@nps.gov or 303-969-2118 for further information.
    Portable Air Compressor, Yakama Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of a Portable Air Compressor for the Yakama Agency located in Toppenish, WA. The solicitation is set aside for Indian Small Business Economic Enterprises (ISBEEs) and requires compliance with specific technical specifications, including adherence to Tier 4 Final emissions standards and a free-air delivery of 185 cfm. This equipment is essential for various operational tasks within the agency, ensuring efficient performance and reliability. Interested contractors must submit their proposals within the specified timeframe, with an anticipated delivery of the compressor within 60 days after award. For further inquiries, potential bidders can contact Brock Bell at brock.bell@bia.gov.
    Z--NIFC 300 JWH STANDBY AND EMERGENCY POWER
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management, is soliciting bids for the NIFC 300 JWH Standby and Emergency Power project at the National Interagency Fire Center in Boise, Idaho. The procurement aims to enhance the existing emergency power system by upgrading the current 600 KW generator and ensuring compliance with safety and operational standards during utility outages. This project is crucial for maintaining operational functionality and safety at the facility, particularly in emergency response scenarios. Interested small businesses must submit their proposals by March 17, 2025, following a site visit scheduled for February 25, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, contact Matthew Steele at masteele@blm.gov or call 208-387-5130.
    QTRS 1010 ROOF REPLACEMENT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is soliciting proposals for a roof replacement project at Government Quarters 1010 located in Crow Agency, Montana. The project requires a contractor to provide all necessary labor, materials, and equipment for a complete roof replacement, including the installation of metal roofing panels and gutters, while adhering to local labor regulations and BIA policies. This initiative underscores the importance of supporting Indian Small Business Economic Enterprises (ISBEE) and ensuring compliance with federal acquisition clauses, particularly those related to minority participation. Proposals are due by April 9, 2025, and interested contractors can contact Mary King at Mary.King@bia.gov or by phone at 406-247-7941 for further information.
    Z--Turbine Runner Cavitation Repair, Hungry Horse Field Office
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation's Pacific Northwest Region, is seeking a contractor for a five-year Time and Material Indefinite Delivery Indefinite Quantity (IDIQ) construction contract focused on turbine runner cavitation repair at the Hungry Horse Dam in Montana. The primary scope of work includes welding and grinding tasks necessary for turbine runner weld repairs, which are critical for maintaining the integrity and functionality of the dam. This initiative, reserved exclusively for small businesses under the NAICS code 238190, has a total contract ceiling of $3 million, emphasizing the government's commitment to engaging small enterprises in vital infrastructure projects. Interested contractors must be registered in the System for Acquisition Management (SAM), with the solicitation expected to be issued in March 2025; for further inquiries, contact Heather Cagle at hcagle@usbr.gov or call 208-378-5039.