FD BNR CHUSKA LAKE STAND EXAM & SILVA CU
ID: 140A0924Q0082Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSNAVAJO REGIONGALLUP, NM, 87301, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)

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 (BIA), is soliciting proposals for the Chuska Lake Stand Exam and Silvicultural Prescription project located in Fort Defiance, Arizona. This procurement aims to engage contractors to conduct a detailed stand examination and develop a silvicultural prescription, focusing on managing invasive species within the Navajo Nation while adhering to federal guidelines. The project underscores the importance of sustainable forest resource management and the involvement of local communities in conservation efforts. Interested vendors must submit their proposals by 3:00 p.m. MDT on September 16, 2024, and can direct inquiries to Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.

    Point(s) of Contact
    Begay, Elsie
    (505) 863-8226
    (505) 863-8382
    Elsie.Begay@bia.gov
    Files
    Title
    Posted
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor, specifically Wage Determination No. 2015-5451 for New Mexico. It establishes minimum wage requirements for contractors based on two Executive Orders: Executive Order 14026 mandates at least $17.20 per hour for contracts awarded on or after January 30, 2022, while Executive Order 13658 applies to contracts awarded between January 1, 2015, and January 29, 2022, setting a minimum of $12.90 per hour. The document includes a comprehensive list of various occupations alongside their respective wage rates, fringe benefits, and applicable requirements under both Executive Orders, highlighting the specific wages owed to different job titles. Additional details are provided regarding mandatory benefits such as health and welfare, vacation, and paid sick leave. Critical compliance information is present for contractors regarding pay rates, classification of unlisted jobs, and the process required for conformance requests. This wage determination is crucial for ensuring fair compensation for workers involved in federal service contracts, aligning with government standards for workforce protection and labor rights. The document serves an essential function in facilitating equitable pay in public service contracting.
    The document outlines the requirements of the Indian Economic Enterprise Representation as stipulated by the Buy Indian Act and the Department of the Interior Acquisition Regulation System. It defines an Indian Economic Enterprise (IEE) as a business predominantly owned by Indians or Indian Tribes, with at least 51% ownership held by them and the majority of earnings retained by Indian stakeholders. The management and daily operations must be controlled by individuals who are Indians, demonstrating requisite capabilities related to the primary industry of the enterprise. This control must be maintained during the contract's entire duration—at the offer stage, upon award, and throughout the contract's life. Submission of false information is a legal offense with penalties outlined under U.S. law. The document requires the offeror to declare their status as an IEE, facilitating compliance with federal contracting preferences for Indian-owned businesses.
    The Bureau of Indian Affairs (BIA) is requesting quotes for a Chuska Lake Stand Exam & Silvicultural Prescription project in Fort Defiance, Arizona. This solicitation, identified as RFQ No. 140A0924Q0082, follows the procedures outlined in FAR Subpart 12.6, focusing on the procurement of commercial items. The project requires contractors to provide all labor, materials, and equipment necessary for the task, adhering to the detailed Statement of Work attached. The BIA will evaluate proposals based on qualifications, relevant experience, project management capability, familiarity with Navajo communities, past project performance, and the technical approach, significantly prioritizing these criteria over price. Interested vendors must submit their proposals, along with necessary certifications and registration information, by 3:00 p.m. MDT, September 16, 2024. The document also incorporates various federal regulations and clauses that apply to the contract, emphasizing compliance with labor standards and federal laws regarding tax liabilities and felony convictions. Overall, this solicitation underscores the government's commitment to involving skilled contractors while ensuring ethical compliance in federal contracting practices.
    The document outlines the pricing structure for a government Request for Proposals (RFP) pertaining to a specific project, denoted as "1 LS" (likely indicating a lump sum bid). It emphasizes the requirement for an itemized breakdown of costs associated with the proposed work. The reference to an attached Statement of Work indicates that further details about the project's scope, objectives, and deliverables are provided separately. The clarity of the pricing format suggests a structured approach to cost estimation, which is crucial for evaluating proposals in government contracts. This focus on detailed financial documentation aligns with best practices in federal grants and RFP procedures, facilitating transparency and accountability in government spending. Overall, the document serves as a foundational component in the procurement process, ensuring that bids are not only competitive but also clearly articulated in terms of financial implications.
    The document pertains to a Request for Proposal (RFP) related to an Indian Small Business Economic Enterprise procurement under the Buy Indian Act, focusing on a project titled "Chuska Lake Stand Exam & Silvicultural Practices." It specifies the contract details, including the solicitation number (140A0924Q0082) and delivery deadline of August 29, 2025. The RFP is open to small businesses, with criteria established by the North American Industry Classification Standard (NAICS) code 541690. The contracting office for this proposal is located in Gallup, New Mexico. The document outlines submission guidelines for offers, payment processing, and contract conditions governing the delivery of services. There are various compliance requirements, including adherence to federal acquisition regulations. A designated government representative, Elsie Begay, provides contact information for inquiries. Proposals must be submitted by September 7, 2024, underscoring the importance of timely submissions for interested vendors. The overall intent is to procure natural resources and conservation services effectively while supporting local, small business engagement in federal contracts.
    The Chuska Lake project focuses on conducting a detailed stand exam for the purpose of developing a silvicultural prescription, adhering to federal guidelines outlined in the Indian Affairs Manual. This initiative intends to effectively manage and remove invasive species like tamarisk and Russian olive within designated areas of the Navajo Nation in New Mexico. The project requires the contractor to possess relevant qualifications in natural resource management and to follow specific methodologies detailed in the Navajo Forestry Compartment Exam Handbook. The contractor will consult with the Navajo Nation and BIA prior to treatment and will inventory tree species and their distribution within the project area. Work is to be completed within 365 days, with monthly progress reporting to ensure accountability and timely payments based on work completed. The BIA will provide essential project materials, including topographic maps and relevant handbooks. This project underscores the government’s commitment to managing forest resources sustainably while actively involving local authorities and adhering to regulatory frameworks.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    F--Conservation Plans, BIA, NRO
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is soliciting proposals for the development of conservation plans related to grazing permit transfers within the Navajo Nation, specifically through its Navajo Regional Office. This opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, aiming to promote economic development within Native American communities while ensuring sustainable agricultural practices. The project involves creating conservation plans that comply with federal guidelines and existing management frameworks, with a contract performance period from September 26, 2024, to September 30, 2025. Interested parties must submit their proposals by 3:00 p.m. MDT on September 19, 2024, and can direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or by phone at 505-863-8404.
    2024 NOXIOUS WEED ROW CONTROL & TREATMEN
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for the 2024 Noxious Weed Right of Way (ROW) Control and Treatment project, specifically targeting invasive species management within the Navajo Nation. The project involves controlling Russian Knapweed and Musk Thistle across approximately 156 acres along Navajo Routes 4 and 64, utilizing spot spraying with herbicides from June to October 2024 to mitigate ecological damage and protect native resources. Interested small businesses, particularly service-disabled veteran-owned small businesses, must submit detailed price quotes and comply with federal regulations, with proposals due by September 19, 2024, at 3:00 PM local time. For inquiries, vendors can contact Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.
    HERBICIDES -ANADARKO AGENCY
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking bids for the procurement of herbicides specifically for use at the Anadarko Agency, with the solicitation numbered 140A0324Q0013. This opportunity is exclusively set aside for Indian Economic Enterprises under the Buy Indian Act, requiring that only bids from registered Indian enterprises will be considered. The procurement involves a total quantity of 356 two-gallon containers of GRAZONNEXT HL HERBICIDE, with a delivery deadline of November 29, 2024, and quotes are due by September 20, 2024, at 2:00 PM Central Standard Time. Interested parties must provide detailed specifications, a delivery schedule, and ensure registration in the System for Award Management (SAM) to participate in the bidding process. For further inquiries, contact Marlene RedBear at (405) 247-1572 or via email at marlene.redbear@bia.gov.
    F--Environmental Consulting Services/Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking responses for environmental consulting and remediation services focused on the preservation of historical federal paper records at their Western Nevada Agency in Carson City. The primary objective is to inspect, test, and remediate potentially contaminated documents categorized as "records in jeopardy," which include 15 oversized ledger books and 15 one-cubic-foot boxes of standard paper records that may be affected by dust, mold, insects, or vermin. This initiative underscores the BIA's commitment to effective records management and preservation, ensuring the longevity and accessibility of important historical documents. Interested vendors must submit their capabilities statements, including a Unique Entity Identification (UEI) number and a summary of similar projects, by 12:00 p.m. Pacific Time on October 18, 2024, to Melanie.Schiaveto@bia.gov.
    PROVIDE MAINTENANCE ON PBX
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for the maintenance of its Cisco VoIP network system under solicitation number 140A1124Q0094. The contract requires contractors to provide annual maintenance, emergency support, and a 24/7 Integrated Voice Recognition payment system, with a focus on ensuring reliable communication services for the San Carlos Irrigation Project (SCIP). This opportunity is particularly significant as it aims to support economic initiatives for Native-owned businesses through a 100% Buy Indian Act set-aside, encouraging participation from small businesses with relevant experience and capabilities. Proposals are due by September 12, 2024, at 0900 MD, and interested parties should direct inquiries to Randall Brown at Randall.Brown@bia.gov or call 520-723-6208.
    D--Artificial Intelligence Tool for Indian Affairs ACQ
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking vendor input for the development of an Artificial Intelligence tool aimed at enhancing acquisition processes during the pre-solicitation phase. The tool is expected to initially support one bureau with approximately 2,600 actions annually, with the potential to scale up to over 20,000 actions, focusing on improving efficiency in document creation for Statements of Work and other essential materials. Interested vendors are required to submit detailed information regarding their technical capabilities, experience in AI development, and compliance with FedRAMP, with responses due by 10 AM ET on October 9, 2024. For further inquiries, vendors can contact Adam Lowery at Adam.Lowery@bia.gov or by phone at 571-560-0622.
    AZ-LAKE HAVASU RFGS-FIRE-RESTORATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for a contract to assist with fire restoration efforts at the Lake Havasu National Wildlife Refuge Complex in Arizona. The primary objective is to procure a work crew to plant native trees and control invasive species, with the project scheduled to take place over four weeks between January and April 2025. This initiative is crucial for ecological restoration and habitat preservation within the refuge, aligning with federal guidelines for environmental management. Interested contractors must submit their quotations by September 24, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    D--INTERACTIVE VOICE RESPONSE (IVR) SW-16
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the maintenance of an Interactive Voice Response (IVR) and Automatic Call Distribution (ACD) system for the Office of Information Technology (OIT). The procurement aims to enhance customer interactions and improve service efficiency by updating IVR functionalities, integrating with existing telephony infrastructure, and providing ongoing maintenance and training. This initiative is crucial for modernizing service delivery within the Indian Affairs Service Center, which handles a monthly call volume of approximately 3,000. Interested Indian Economic Enterprises (IEEs) must submit their proposals electronically by the specified deadlines, with the contract anticipated to span from October 1, 2024, to September 30, 2029. For further inquiries, contact Adam Lowery at Adam.Lowery@bia.gov or call 571-560-0622.
    GARAGE DOOR REPLACEMENT FOR BIA-MESCALERO AGENCY
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking qualified contractors for the replacement of a garage door at the Mescalero Agency in New Mexico. This procurement is specifically set aside for Indian Small Business Economic Enterprises (Native American/Alaska Native) and involves the removal of an existing garage door and the installation of a new commercial-grade steel door, including necessary labor, materials, and equipment. The project is critical for maintaining the functionality and security of the agency's facilities, with a performance period scheduled from September 24, 2024, to October 23, 2024. Interested parties must submit their quotes by September 22, 2024, at 5:00 PM (MST), and can direct inquiries to Sonia Nelson at Sonia.Nelson@bia.gov or by phone at 505-563-3129.
    PEST CONTROL SERVICES FOR BUREAU OF INDIAN AFFAIRS
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking qualified contractors to provide pest control services for the Mescalero Agency in Mescalero, New Mexico. The procurement involves comprehensive pest management, including regular inspections, emergency response, and adherence to environmentally responsible practices, with a contract period from September 24, 2024, to August 31, 2025, and four optional one-year extensions. This initiative is crucial for maintaining the health and safety of the agency's facilities while supporting the welfare of the Mescalero Apache Tribe through effective resource management. Interested small businesses must submit their quotes by September 23, 2024, at 11:00 AM (MT) to Sonia Nelson at sonia.nelson@bia.gov, with the anticipated award date on the same day.