Phase 1 ESA, New Stuyahok, AK
ID: 140A0525Q0006Type: 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 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potential contaminants and evaluate environmental risks associated with an old school site, requiring tasks such as historical document research, field inspections, and interviews with past and present property occupants.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). Proposals are due by February 6, 2025, with the contract performance period running from March 1, 2025, to June 30, 2026. Interested parties can contact Jodi Zachary at Jodi.Zachary@bia.gov or call 916-978-6005 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for a Phase 1 Environmental Site Assessment (PH1 ESA) for an old school site in the Village of New Stuyahok, Alaska. The assessment aims to identify potential contaminants and evaluate environmental risks associated with the property. Key tasks include historical document research, field inspections, interviews with past and present property occupants, and documentation reviews. The contractor is responsible for project planning, conducting fieldwork, and preparing detailed reports of the findings within specified timelines. The work involves a collaborative approach with the Bureau of Indian Affairs (BIA) and local governance to ensure compliance with environmental regulations, culminating in a final report that outlines necessary remediation actions based on the contamination assessment. The project emphasizes thorough documentation to facilitate future investigations and cleanup actions while ensuring adherence to federal, state, and tribal laws. Overall, this RFQ is part of a proactive strategy to manage environmental liabilities and safeguard public health in Alaska's vulnerable regions.
    This document outlines the requirements and self-certification process for Offerors under the Buy Indian Act, specifically addressing the definition of an "Indian Economic Enterprise" (IEE) as per the Department of the Interior Acquisition Regulation (DIAR) Part 1480. Offerors must certify their eligibility at three key points: upon submitting an offer, at contract award, and throughout the contract's duration. Contracting Officers may request further documentation to verify eligibility throughout the acquisition process. Submitting false information is a legal violation, punishable under federal law. The form requires the Offeror to provide essential details, including the federally recognized tribal entity's name, Unique Entity ID (UEI), legal business name, and the name of the majority owner of the IEE firm. The Offeror must also sign and certify their representation, confirming compliance with the IEE definition. This documentation is crucial for ensuring that awarded contracts benefit qualifying Indian Economic Enterprises, thereby supporting tribal communities and their economic development through federal procurement opportunities.
    This document serves as Amendment 0001 to the RFQ# 140A1325Q0006 for the Phase 1 Environmental Site Assessment in New Stuyahok, AK. The amendment primarily extends the proposal due date to February 6, 2025, at 12:00 PM PST, allowing interested parties additional time for submissions. It also publicly releases questions and answers related to the solicitation. Key clarifications include the acceptance of using the ASTM 1527-21 standard scope of work instead of a site-specific work plan, the allowance of a general Health and Safety Plan instead of a specific one, and confirmation that the entire BIA parcel, previously housing various structures, is included within the assessment scope. The contract period is defined from March 1, 2025, to June 30, 2026. Questions related to the amendment should be directed to the designated email. Overall, this amendment facilitates a clearer understanding of requirements and extends the timeline for submission, ensuring better participation from contractors in the assessment project.
    The document outlines a Request for Proposal (RFP) for a Phase 1 Environmental Site Assessment in the Village of New Stuyahok, Alaska. The contract is set aside specifically for Indian Small Business Economic Enterprises (ISBEEs). The performance period for the project is from March 1, 2025, to June 30, 2026, with all work to be completed by the deadline. The proposal requires a Firm-Fixed-Price Purchase Order and adheres to regulations outlined in the Federal Acquisition Regulation (FAR) and Department of the Interior Acquisition Regulation (DIAR), including various clauses relating to business ethics, labor rights, and procurement practices. The RFP specifies tasks such as document research, contamination evaluation, fieldwork, and risk analysis, thereby highlighting the project's complexity and environmental sensitivity. Additionally, it entails stipulations for electronic invoicing, contractor responsibilities, and compliance with Tribal Employment Rights Ordinance (TERO), emphasizing the contractor's duty to engage local Indian labor. The document concludes with the inclusion of specific contractual and solicitation provisions, ensuring that potential offerors understand the obligations and standards required for participation in this government contract.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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--GYM FLOOR REPLACEMENT KCES
    Buyer not available
    The Bureau of Indian Education, part of the Department of the Interior, is soliciting proposals for the replacement and repair of the gym floor at Keams Canyon Elementary School in Arizona. This project, funded under a federal contract set aside for Indian Small Business Economic Enterprises (ISBEEs), requires contractors to remove the existing gym floor and install new flooring systems, adhering to various safety and construction standards. The total budget for this project is estimated between $100,000 and $250,000, with proposals due by March 21, 2025, following a mandatory site visit on February 21, 2025. Interested contractors must ensure compliance with Davis Bacon Wage Determinations, tribal taxes, and COVID-19 guidelines, and can direct inquiries to Krisanne Dernago at krisanne.dernago@bie.edu.
    MOD TO ADD FUNDS TO A17PC00054
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for a project to install radon gas mitigation equipment at Taos Day School in New Mexico, under solicitation number 140A2325Q0055. The objective is to address elevated radon levels detected in school buildings, ensuring a safe educational environment for Native American youth, with a project timeline of 180 days post-award and a budget estimated between $25,000 and $100,000. This initiative is part of broader efforts to improve educational facilities, emphasizing compliance with federal and state safety standards, including Davis-Bacon wage determinations. Interested contractors must submit proposals by April 7, 2025, and are encouraged to attend a mandatory site visit on March 24, 2025; for inquiries, contact Carolyn Sulla at carolyn.sulla@bie.edu.
    Native American Student Information System Recompe
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the Native American Student Information System (NASIS) to enhance educational data management for Native American students. This procurement aims to develop a comprehensive Software-as-a-Service (SaaS) cloud-based system that will manage, store, and track sensitive student data, ensuring compliance with federal and state reporting requirements while improving educational outcomes. The NASIS will serve 186 bureau-funded schools, emphasizing the importance of centralized data management and robust security measures to facilitate effective communication among stakeholders. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further details, with the contract performance period set from July 3, 2025, to July 2, 2030.
    Z--Replace Roof System - ISBEE Set-Aside
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the roof system on a recycling/storage shed at Petroglyph National Monument in Albuquerque, NM. The project involves the removal of the existing roof and installation of a new system, along with necessary finishing touches, emphasizing the government's commitment to supporting Indian small businesses through a total set-aside procurement. The estimated contract value ranges from $25,000 to $100,000, with proposals due by March 26, 2025, and an anticipated solicitation release date around March 12, 2025. Interested vendors can contact Samuel Hyslop at samuelhyslop@nps.gov or by phone at 970-880-4482 for further information.
    Solicitation 75H70725Q00061_Air handling/Exhaust Units Inspection and Cleaning for Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for air handling and exhaust unit inspection and cleaning services at the Zuni Comprehensive Community Health Center in New Mexico. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses in federal contracting. The contract will be awarded as a Firm Fixed Price, with an initial base year and an option for renewal, requiring contractors to submit technical acceptability, past performance, and price proposals by March 18, 2025. Interested parties can contact Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or by phone at 505-256-6768 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.
    TPPIHC Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the TPPIHC Roof Replacement and Fall Protection project at the Taos-Picuris Health Center in Taos, New Mexico. This project involves replacing the existing roofing system and implementing fall protection measures, with an estimated construction cost between $1 million and $5 million, and is set aside for Indian Small Business Economic Enterprises (ISBEE). The successful contractor will be responsible for adhering to safety regulations, coordinating with health authorities, and completing the project within 180 calendar days. Proposals are due by March 20, 2025, following a mandatory site visit on March 5, 2025. Interested parties can contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further information.
    Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract. This procurement aims to gather specialized cost data and estimating services that will support the construction and renovation of facilities serving Native American communities. The selected contractor will play a crucial role in ensuring accurate budgeting and financial planning for projects that enhance healthcare infrastructure. Interested parties should contact Matt D Sanders at matt.sanders@ihs.gov or 206-374-7302, or Andrew E. Hart at andrew.hart@ihs.gov or 206-615-2453 for further details. Additionally, Offerors must comply with the Buy Indian Act and confirm their status as an "Indian Economic Enterprise" throughout the contract process.