2024 NOXIOUS WEED ROW CONTROL & TREATMEN
ID: 140A0924Q0090Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Remediation Services (562910)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

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

    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.

    Point(s) of Contact
    Begay, Elsie
    (505) 863-8226
    (505) 863-8382
    Elsie.Begay@bia.gov
    Files
    Title
    Posted
    The document outlines Wage Determination No. 2015-5477 from the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage rates for federal contracts in Arizona’s Apache, Gila, and Navajo counties, highlighting that contractors must comply with Executive Order 14026 or 13658 based on contract dates. For contracts entered after January 30, 2022, a minimum wage of $17.20 applies, while those awarded between January 1, 2015, and January 29, 2022, are subject to a minimum wage of $12.90 if not extended. The document lists various occupations with corresponding wage rates and details fringe benefits, including health and welfare, vacation, and holiday pay. Additionally, it outlines compliance measures for additional classifications not listed, mandates adherence to paid sick leave regulations, and includes specific guidelines for uniform allowances and hazardous pay differentials. This determination is essential for ensuring that federal contractors in specified regions adhere to wage laws and worker protections, facilitating fair labor practices in government-related projects. Overall, the document serves as a comprehensive resource for contractor compliance regarding wage standards and employee benefits under federal contracts.
    The Bureau of Indian Affairs (BIA) Central Navajo Agency (CNA) seeks to manage invasive noxious weeds, specifically Russian Knapweed and Musk Thistle, within the rights-of-way of Navajo Routes 4 (N4) and 64 (N64). The project spans approximately 156 acres and aims to control these invasive species to alleviate their impact on the Navajo Nation's natural resources, economic conditions, and infrastructure. Both species are high-priority targets due to their aggressive spread, undermining native plant growth and damaging roadways. The treatment process will involve spot spraying with herbicides, initiated in June and concluding in October. The contractor must be certified and experienced in invasive species management, equipped with necessary sprayers and safety equipment. Deliverables include daily treatment records, GIS shapefiles of treated areas, and a comprehensive project report. The overarching goal of this initiative is to prevent further infestation, which could escalate costs and ecological damage, necessitating immediate action to ensure the health of native ecosystems and the safety of highway travelers. By addressing the invasive weed problem, the project aims to protect and enhance the natural resources essential to the Navajo Nation’s sustainability.
    The document outlines the requirements and representations related to Indian Economic Enterprises (IEE) in accordance with the Buy Indian Act and the Department of the Interior Acquisition Regulation System. An Indian economic enterprise is defined as a business at least 51% owned by Indians or Indian Tribes, with the stipulation that they control management and receive the majority of contract earnings. These qualifications must be affirmed at the time of bid submission, contract award, and during the contract duration. The document stresses the importance of accurate representations, warning against false information, which can attract legal consequences under U.S. laws. The require certification includes a confirmation of compliance with IEE criteria by the offeror through a signature and relevant business identifiers. This procedural framework is crucial for ensuring that contracts intended for Indian economic enterprises are genuinely awarded to eligible entities, thereby promoting economic opportunities for Native American businesses within federal contracting practices.
    The Bureau of Indian Affairs (BIA) is seeking proposals for conducting the N-59 Right of Way (ROW) Inventory & Mapping at the Chinle Agency in Arizona. This document serves as a Request for Quote (RFQ), outlined in accordance with FAR's guidelines. The project requires the contractor to provide all necessary labor, materials, and transportation in compliance with the attached Statement of Work. Interested vendors must submit a detailed price quote alongside responses to various evaluation criteria, including a signed representation regarding tax liabilities and criminal convictions. The submission deadline is September 19, 2024, and inquiries should be directed to the designated Contract Specialist. Clauses from the Federal Acquisition Regulations, including those related to compliance with tax responsibilities and labor laws, are integrated into the contract requirements. This solicitation reflects the BIA’s commitment to ensuring authorized vendors participate in fulfilling federal contract obligations while promoting transparency and compliance in procurement processes.
    The document is a Request for Proposal (RFP) from the Bureau of Indian Affairs (BIA) for noxious weed control and treatment services in Gallup, NM. The solicitation number is 140A0924Q0090, and the RFP is set aside for small businesses, specifically emphasizing service-disabled veteran-owned small businesses (SDVOSB). The total performance period for the project is from August 1, 2024, to October 31, 2024, with bids due by September 19, 2024, at 3:00 PM local time. The document outlines the delivery terms as free on board (FOB) destination and references the Federal Acquisition Regulations (FAR) for compliance and terms. It specifies the requirement for contractors to complete designated blocks and submit invoices to the correct address. Key contact information is provided for inquiries and submissions, ensuring clarity for potential bidders. Overall, the RFP highlights the government’s commitment to environmental service contracts while promoting small business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BERLAND LAKE SILVICULTURAL PRESCRIPTION
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), under the Department of the Interior, is soliciting proposals for the Dezza Bluff Silvicultural Prescription project aimed at hazardous fuel reduction and fire management in the Navajo Region. The project encompasses approximately 4,438 acres near Tohatchi, NM, focusing on prescribed burning to mitigate hazardous fuel accumulation, enhance forest health, and reduce wildfire risks, with key deliverables including comprehensive stand inventories and silvicultural prescriptions. This initiative is critical for improving fire management practices and forest health on tribal lands, with a total award amount of $11.5 million and a proposal submission deadline of September 20, 2024. Interested contractors should direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or call 505-863-8404 for further details.
    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--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.
    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.
    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.
    P--Environ. Sampling and Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is preparing to solicit proposals for Environmental Sampling and Remediation Services under a National Multiple Award Environmental Remediation Services IDIQ Contract, specifically targeting Indian-owned Small Business Economic Enterprises (ISBEEs). The procurement aims to award approximately three Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total maximum value of $45 million over a five-year period, to qualified contractors who will conduct environmental assessments, develop remediation plans, and execute remediation on properties owned by the BIA and other Department of the Interior (DOI) agencies across various locations in the United States. Interested ISBEEs must have a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) to participate, with the formal solicitation expected to be issued around September 23, 2024. For further inquiries, interested parties can contact Lara Wood at lara.wood@bia.gov.
    WA-WILLAPA NWR-AERIAL HERBICIDE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from small businesses for an aerial herbicide application project aimed at controlling invasive plant species at Leadbetter Point within the Willapa National Wildlife Refuge in Washington. The project involves treating approximately 130 acres of land dominated by non-native plants, specifically Scotch broom, gorse, and Ammophila beachgrass, as part of a broader habitat restoration initiative to support native species such as the streaked horned lark and snowy plover. Contractors will be responsible for providing the necessary equipment and labor for herbicide application, while the USFWS will supply the herbicides and oversee project coordination. Quotations are due by September 23, 2024, and interested parties must be registered as active vendors in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    15--Weed Control Unmanned Aircraft Services (UAS) Aeri
    Active
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking contractors to provide Unmanned Aircraft Services (UAS) for weed control and aerial herbicide application at the Malheur National Wildlife Refuge, covering approximately 520 acres. The primary objective is to manage invasive vegetation and enhance bird habitats, with potential for additional services across various locations in the contiguous United States. This initiative underscores DOI's commitment to environmental management and conservation, particularly in wetland ecosystems. Interested vendors must submit their responses by October 31, 2024, and can direct inquiries to Stephanie Boles at stephanieboles@ibc.doi.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.
    F--Mold Removal - Tohono O'odham Detention Center
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors for mold removal services at the Tohono O'odham Detention Center in Sells, Arizona. The project requires certified contractors to perform mold abatement in five shower stalls, ensuring compliance with federal and tribal health standards while providing all necessary labor, materials, and services within a 30-day performance period post-award. This procurement is particularly significant as it is set aside for Indian Economic Enterprises, reflecting the government's commitment to supporting tribal businesses. Interested contractors must submit their all-inclusive quotes by September 20, 2024, and can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or 602-241-4566 for further information.