F--TIMBER SALE PREPARATION (OAK RIDGE TS)
ID: 140A0925Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION) (F018)

Set Aside

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

    The Bureau of Indian Affairs (BIA), Navajo Region, is seeking proposals from qualified Indian Small Business Economic Enterprises (ISBEE) for timber sale preparation activities within the Oak Ridge area of the Navajo Nation. The procurement involves a range of forestry-related tasks, including timber marking, stand examinations, environmental assessments, and the preparation of timber appraisal reports, all aimed at promoting sustainable forestry practices on approximately 10,495 acres of commercial forest land. This initiative aligns with the federal government's commitment to supporting Indigenous enterprises under the Buy Indian Act, emphasizing the importance of responsible natural resource management. Interested contractors must submit their proposals by February 25, 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, with a total award amount of $11.5 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The file outlines the requirements for the Oak Ridge Timber Sale, focusing on the completion of stand exams and timber sale cruises within a designated project area of approximately 10,000 to 10,495 acres. The stand exams must cover the entire timber sale area, gathering sufficient data to evaluate the forest's current condition and aid in developing silvicultural prescriptions aligned with the Navajo Nation’s management plans. The timber sale cruise will specifically target treatment blocks to collect data pertinent to the harvest of forest products, leading to a predetermined volume sale process. While the contractor will develop elements of the Forest Officers Report, a final version is not expected. All deliverables must be provided in both hard copy and in an editable electronic format. Lastly, submission of inquiries and deliverables should be directed to Lynelle Benallie, Contract Specialist, via email. This document serves to clarify the RFP's expectations and procedures for contractors involved in timber management and environmental assessment.
    The document outlines the requirements for a timber appraisal as part of a government RFP process. It specifies the preferred appraisal methods, including Residual Value Analysis and Transaction Evidence Appraisal, recommending the use of only one for forest product appraisal. The document indicates a request for additional time to prepare the necessary information, reflecting concerns over logistics, seasonal staffing, and data collection for pricing. In response to this request, an extension for proposal submissions has been granted, moving the deadline to February 25, 2025, at 2:00 p.m. MST. This extension demonstrates the government's flexibility in allowing contractors adequate time to finalize their proposals, ensuring comprehensive and accurate submissions in line with the RFP process.
    This document serves as an amendment to the solicitation 140A0925Q0005, which details a timber sale project within the Navajo Nation, specifically in the Oak Ridge area. The amendment extends the response deadline for offers to February 11, 2025, at 2:00 PM MST, and includes the government's responses to questions posed during the solicitation period. It outlines the necessary tasks for the contractor, such as timber layout, marking, stand exams, environmental assessments, and related reporting—all in accordance with the provided Statement of Work. The opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act. All terms and conditions from the original solicitation remain unchanged unless specifically addressed in this amendment. The document emphasizes compliance with federal procurement procedures and highlights the importance of timely acknowledgment of the amendment by prospective bidders to avoid rejection of their submissions.
    The provided document is severely corrupted and contains no comprehensible information for summarization and analysis. Therefore, it lacks a clear main topic, key ideas, or supporting details. Without readable content, it is impossible to extract pertinent information or identify the document's structure and purpose pertaining to federal government RFPs, grants, or state/local RFPs. The document is essentially unreadable, failing to provide the necessary context or data to fulfill the summarization and analysis tasks effectively.
    The document is an amendment to solicitation number 140A0925Q0005 for a timber sale project within the Navajo Nation, specifically in the Oak Ridge area. It formally extends the deadline for proposals to February 25, 2025, at 2:00 p.m. MST, and provides the government's responses to questions received, which are attached as documentation. The contractor is tasked with comprehensive timber sale activities, including timber marking, conducting stand exams, performing timber cruising, and preparing an Environmental Assessment, Silvicultural Prescription, and a timber appraisal report, adhering to the attached Statement of Work. This contract is set aside specifically for Indian Small Business Economic Enterprises (ISBEE) firms, aligning with the Buy Indian Act. The remaining terms of the original solicitation remain unchanged and in force.
    This government document serves as a Request for Proposal (RFP) related to timber sale preparation activities within the Navajo Nation, specifically in the Oak Ridge area. The document outlines tasks such as timber marking, stand examinations, cruising, and the creation of an Environmental Assessment and timber appraisal report for the Bureau of Indian Affairs (BIA) in the Navajo Region. The acquisition is set aside 100% for Indian Small Business Economic Enterprise (ISBEE) firms, reflecting a commitment to supporting local and indigenous businesses. The delivery locations specified are in Gallup, NM, with performance periods extending from February 10, 2025, to February 10, 2026. Invoicing and payment instructions, contractor responsibilities, and adherence to federal acquisition regulations are also included, ensuring compliance with guidelines. Overall, the RFP emphasizes environmental management and economic development within the Navajo community.
    The document outlines a phased approach for a timber sale project, detailing specific deliverables required at each stage. The phases include establishing the sale boundary, assessing accessibility, conducting stand exams, and developing a silvicultural prescription and environmental assessment. Contractors are tasked with compiling draft reports for each phase, which must include maps and data reflecting the project's progress and findings. Each deliverable requires review and approval by Bureau of Indian Affairs (BIA) staff, ensuring compliance with government standards. Final reports must be submitted in specified formats, with BIA retaining ownership of all documentation. Overall, the project emphasizes thorough documentation and assessments to facilitate an effective and environmentally responsible timber sale process, adhering to federal oversight and regulatory compliance.
    The document outlines the requirements and procedures for enterprises responding to solicitations under the Buy Indian Act. It emphasizes the necessity for self-certification by the offeror as an "Indian Economic Enterprise" (IEE) through the completion of an Indian Affairs Indian Economic Enterprise Representation Form. Key compliance steps include providing accurate information at various stages of the acquisition life-cycle, including pre-award evaluation and during the full contract term. The document warns of legal penalties for submitting false information, citing relevant U.S. codes. It prompts offerors to include details such as their unique entity ID, legal business name, and owner’s identity to confirm eligibility. This process ensures that federal contracting opportunities appropriately support federally recognized tribal entities, aligning with governmental goals of promoting economic development within Indian communities.
    The Bureau of Indian Affairs (BIA), Navajo Regional Office, requires a contractor with expertise in forestry to prepare timber sales on approximately 10,495 acres of commercial forest land within the Navajo Nation across Arizona, New Mexico, and Utah. The contractor will execute tasks under strict federal and tribal regulations, including unit layout, environmental assessments, tree marking, and forest product appraisals. Detailed maps must be created to facilitate timber sale preparation, considering economic viability and stand evaluations. Legal compliance with NEPA and other environmental laws is critical, necessitating a comprehensive Environmental Assessment (EA). The contract period extends until December 31, 2026, incorporating specific performance tasks outlined in individual task orders. This request aligns with the broader objectives of the Navajo Nation’s 10-Year Forest Management Plan, emphasizing responsible natural resource management and sustainable forestry practices.
    The Oak Ridge Timber Sales RFQ No. 140A0925Q0005 outlines requirements for timber sale management by the Bureau of Indian Affairs' Branch of Forestry. Key components include completing stand exams (Phase III) and timber appraisals across a designated area of approximately 9,862.85 to 10,495 acres. The document confirms the requirement for a comprehensive stand exam inventory for the entire timber sale area and affirms that the contractor will contribute to preparing the Forest Officers Report, although the final report will not be produced by them. Proposal submissions must be sent via email to the designated contract specialist, Lynelle Benallie. For the timber appraisal, the document suggests employing multiple appraisal methods including Residual Value Analysis and Transaction Evidence Appraisal, along with Base Rates. This RFQ serves as a critical framework for achieving effective timber resource management while ensuring compliance with federal guidelines and procedural expectations.
    The Oak Ridge Timber Sales RFQ No. 140A0925Q0005, issued by the Bureau of Indian Affairs (BIA), outlines the requirements for timber sales across an estimated area of 10,495 acres. It specifies that stand exams and a timber sale cruise must cover the entire project area, not limited to treatment blocks. The contractor is expected to prepare components for the Forest Officers Report but not the final document. Submission of proposals should be sent via email to the designated contract specialist. Appraisal methods include a preference for using multiple techniques, such as Residual Value Analysis and Base Rates. The treatment scope will be determined based on the condition of the forest stands, aligning with the management goals set forth in the Navajo Nation's Ten-Year Forest Management Plan. A subset of silvicultural treatments will likely be implemented within the full area as needed to meet these objectives. Overall, the document emphasizes a structured approach to forest management while ensuring compliance with relevant guidelines and expectations from bidders.
    This document is an amendment to a solicitation (No. 140A0925Q0005) related to timber sale activities on the Navajo Nation. It announces an extension of the response deadline to February 11, 2025, at 2:00 p.m. MST, and includes the government's responses to questions raised by potential contractors, found in an attached document. The amendment specifies that all terms and conditions from the original solicitation, except those explicitly changed, remain in effect. The procurement is exclusively open to Indian-owned businesses under the Buy Indian Act, emphasizing the federal government's commitment to supporting Indigenous enterprises. The outlined activities require contractors to perform various forestry-related tasks, including timber marking, stand examinations, environmental assessments, and appraisal reporting, consistent with the provided Statement of Work. Compliance with acknowledgment of the amendment is critical to ensure bids are considered. This document reflects standard operating procedures within government contracting, particularly related to federal grants and local RFPs targeting Indigenous participants.
    The document outlines an amendment to a solicitation for timber sale preparation services within the Oak Ridge area of the Navajo Nation, issued by the Bureau of Indian Affairs (BIA). The amendment extends the deadline for responses to February 19, 2025, at 2:00 p.m. MST, and provides the government's responses to previously submitted questions. The primary tasks for the contractor include timber marking, stand examinations, cruising, and preparation of environmental assessments and related documentation as per the Statement of Work. The solicitation prioritizes Indian Small Business Economic Enterprise (ISBEE) firms under the Buy Indian Act. Additionally, it specifies the product/service codes and the period of performance, which is set from February 24, 2025, to February 24, 2026. Overall, this document serves to facilitate the procurement process for natural resource conservation activities while emphasizing compliance with regulations designed to support indigenous businesses.
    This document is an amendment to solicitation number 140A0925Q0005, specifically for timber sale activities within the Oak Ridge area of the Navajo Nation. The amendment extends the response deadline to February 25, 2025, at 2:00 p.m. MST and includes the Government's revised answers to received questions. The work entails layout, timber marking, stand exams, timber cruising, and preparing an Environmental Assessment (EA), Silvicultural Prescription, and a timber appraisal report for the Bureau of Indian Affairs (BIA) Navajo Region, according to the attached Statement of Work. Furthermore, the solicitation is fully designated for Indian Small Business Economic Enterprises (ISBEE) in accordance with the Buy Indian Act. The document outlines the process for acknowledging receipt of the amendment, stating that failure to do so may lead to the rejection of submitted offers. All terms from the original solicitation remain active except those amended herein. The contracting office is located in Gallup, NM. This summary captures the essential details and processes connected with this government RFP amendment.
    The document is a Request for Proposal (RFP) issued by the Bureau of Indian Affairs (BIA), Navajo Region, for timber sale preparation activities on the Navajo Nation. The proposal includes tasks such as timber marking, stand exams, timber cruising, and the preparation of an Environmental Assessment and timber appraisal report, as outlined in the attached Statement of Work. The procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) firms, emphasizing the intent to support local businesses. The effective delivery period for the services is from February 10, 2025, to February 10, 2026, with specific delivery locations provided for compliance. The RFP adheres to the Buy Indian Act and incorporates standard Federal Acquisition Regulation clauses to ensure fair contracting practices. The document lays out a structured approach for contractors, detailing requirements such as remittance address, payment channels, and contact information for further inquiries. The total award amount specified is $11.5, with specific codes and classifications assigned to ensure clarity and proper categorization of the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--ROCK POINT SHEEP DIP VAT
    Buyer not available
    The Bureau of Indian Affairs (BIA) is seeking proposals for the environmental remediation of the former Rock Point Sheep Dip Vat site in Apache County, Arizona. The project involves a two-phase approach, including site assessment and sampling to identify toxaphene contamination, followed by the removal of contaminated structures and soil, and restoration of the area. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, emphasizing the government's commitment to supporting small businesses within Indian Country. Interested contractors must submit their proposals electronically by February 24, 2025, with further inquiries directed to Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.
    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 in La Paz County, Arizona. This competitive procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to rehabilitate and replace critical irrigation infrastructure, including check structures MC185, MC270, and MC420, while ensuring minimal disruption to irrigation operations. The project is significant for enhancing water management systems vital for agricultural efficiency in the region, with an estimated contract value exceeding $10 million. Interested contractors must submit their proposals by November 1, 2024, and can direct inquiries to William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
    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.
    91--NMNS/RED DYE DIESEL FUEL
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is soliciting proposals for the supply of red dye diesel fuel for the Tohaali Community School in Newcomb, NM. The procurement involves a firm-fixed-price contract for the delivery of 8,000 gallons each of Oil 38 and 42 annually, with a base year starting February 13, 2025, and options for four additional years. This opportunity is particularly significant as it aims to support Indian Economic Enterprises, promoting local economic development and compliance with federal regulations. Interested vendors should note that the deadline for submitting offers has been extended to February 21, 2025, at 5:00 p.m. MST, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
    Amendment 0001 - Ponderosa Pine tree & branch removal - Albuquerque Indian Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors for the removal of Ponderosa Pine trees and branches at the Albuquerque Indian Health Center in Albuquerque, New Mexico. The primary objective of this procurement is to ensure the safe and effective removal of trees that pose safety and health risks, thereby maintaining the facility's safety and aesthetics. This initiative is part of a broader commitment to uphold health and safety standards within federal facilities while supporting economic opportunities for Indian-owned businesses through the Indian Small Business Economic Enterprise (ISBEE) set-aside program. Interested contractors must submit their offers by February 21, 2025, at 5:30 PM MST, and are encouraged to contact Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or call 505-256-6755 for further information.
    Solid Waste Collection
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for solid waste collection services through a Request for Proposal (RFP) issued by the Indian Education Acquisition Office. The contract requires the contractor to provide five solid waste bins and one recycling bin at designated locations, with collection services scheduled for every Tuesday and Thursday, while ensuring compliance with all relevant federal, state, and local waste disposal regulations. This procurement is crucial for maintaining effective solid waste management practices within the Bureau's facilities, and the contract has a base performance period from March 1, 2025, to February 28, 2026, with the potential for four option years based on government needs and funding. Interested parties should contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further details regarding the proposal submission process.
    Heating Fuel Oil for BIA, Cheyenne River Agency
    Buyer not available
    The Bureau of Indian Affairs (BIA) is seeking quotations for the supply and delivery of approximately 7,000 gallons of 1 Diesel Fuel Oil to the Cheyenne River Agency located in Eagle Butte, South Dakota. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE's) under the Buy Indian Act, emphasizing the government's commitment to supporting tribal economies and ensuring compliance with tribal business licensing. The successful contractor will be required to deliver the fuel within 7 days post-award during normal working hours, with evaluations based on past performance, technical capability, and pricing using a Lowest Price Technically Acceptable approach. Interested vendors must register in the System for Award Management (SAM) and ensure tribal tax compliance, with inquiries directed to Susan Davis at susan.davis@bia.gov or by phone at 605-226-7745.
    COPIER LEASE FOR CHEMAWA INDIAN SCHOOL
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for a copier lease at the Chemawa Indian School, with a focus on supporting Indian Small Business Economic Enterprises (ISBEE). The procurement involves leasing five multi-functional Canon Image Runner Advance DX C5750i copiers, which will include installation, training, and annual maintenance support, with a primary lease period from March 1, 2025, to February 28, 2026, and four optional renewal years. This initiative is crucial for maintaining operational efficiency in educational facilities, ensuring that the school can effectively manage its printing and document needs. Interested vendors should contact Brandon Walker at Brandon.Walker@bie.edu or (505) 803-4254 for further details, and must comply with the submission guidelines outlined in the Request for Quote (RFQ) document.
    BLANKET PURCHASE AGREEMENT FOR A VARIETY OF HP TONERS AND SUPPLIES
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to establish a Blanket Purchase Agreement for a variety of HP toners and supplies. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to support the operational needs of the Navajo Area Indian Health Service located in Shiprock, New Mexico. The goods procured under this agreement are essential for maintaining office operations and ensuring the availability of necessary supplies for healthcare services. Interested vendors must ensure compliance with the Buy Indian Act and submit the required representation form, with a contract duration of two years and an option for two additional years, allowing for a call limit of $75,000 per year. For further inquiries, vendors can contact Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov.
    Office Furniture for OJS MMU
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for the procurement of office furniture for the Office of Justice Services. The requirements include a variety of items such as ergonomic chairs, U-shaped desks, a conference table, and a leather couch, with specific quantities and features outlined in the request for proposals (RFP). This procurement aims to enhance the office environment, ensuring a functional workspace that meets ergonomic and aesthetic standards, thereby supporting the federal government's commitment to providing adequate resources for its offices. Interested vendors must submit their proposals by March 6, 2025, including a signed SF 1449 form, a completed price schedule, and an IEE Representation Form, with delivery expected within 60 days after order receipt. For further inquiries, contact Lara Wood at lara.wood@bia.gov.