FD BNR CHUSKA LAKE STAND EXAM & SILVA CU
ID: 140A0924Q0082Type: Solicitation
AwardedSep 24, 2024
$66.8K$66,842
AwardeeHIDDEN WATER INC 10011 N DOVER PL Owasso OK 74055-7736 USA
Award #:140A0924P0087
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
    Similar Opportunities
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    R--Geographic Information Systems (GIS) Modernization
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking contractor support for the Geographic Information Systems (GIS) Modernization project, aimed at enhancing IT systems through data integration and workflow improvements. The primary objectives include addressing a backlog of mapping trust lands and developing GIS applications to manage natural resources on Indian lands, with specific tasks outlined for both experienced and basic GIS support roles. This project is critical for improving the management of tribal resources and ensuring compliance with various regulations. Interested parties must acknowledge the amendment to the solicitation and submit their proposals by the specified deadlines, with the contract period set from February 1, 2026, to January 31, 2027. For further inquiries, contact Nancy Shah at Nancy.Shah@bia.gov or call 703-390-6728.
    F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The contract will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated exclusive use period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific performance capabilities and qualified personnel. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and can direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    F--Noxious Weed Treatment for Chickasaw Agency
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) Chickasaw Agency is seeking contractors for a Noxious Weed Treatment program targeting approximately 1,966 acres of trust and restricted lands within the Chickasaw Nation, primarily focusing on Musk Thistle. The project aims for a 90% kill rate of the targeted weed and requires contractors to be licensed applicators who adhere to federal, state, and tribal pesticide laws while providing a comprehensive work plan and bi-weekly reports that include GPS data and photos. This initiative is part of a broader effort to manage noxious weeds across 74,000 acres in Southern Oklahoma, enhancing land productivity and economic value. Interested parties must submit their proposals by December 17, 2025, at 1700 EST, and can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.