2024 NOXIOUS WEED ROW CONTROL & TREATMEN
ID: 140A0924Q0090Type: Combined Synopsis/Solicitation
AwardedSep 23, 2024
$37.2K$37,206
AwardeeFOUR CORNERS WEED CONTROL, INC 22 ROAD 1956 Farmington NM 87401-9618 USA
Award #:140A0924P0076
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 soliciting proposals for the control and treatment of noxious weeds, specifically targeting Russian Knapweed and Musk Thistle, within the rights-of-way of Navajo Routes 4 and 64 in Arizona. The project encompasses approximately 156 acres and aims to mitigate the ecological and infrastructural impacts of these invasive species through spot spraying with herbicides, with work scheduled to commence in June and conclude in October 2024. This initiative is critical for preserving the natural resources and economic conditions of the Navajo Nation, ensuring the health of native ecosystems and the safety of highway travelers. Interested small businesses must submit their bids by September 19, 2024, with inquiries directed 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 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 pertains to the amendment of Solicitation No. 140A0924Q0090 issued by the Bureau of Indian Affairs (BIA), which modifies the initial request for proposals (RFP) regarding landscaping services. The amendment specifically extends the deadline for responses to September 23, 2024, at 10:00 A.M. (MDT) and updates the NAICS code to 561730, which corresponds to Landscaping Services. It emphasizes the necessity for contractors to acknowledge receipt of this amendment through specified methods to ensure their offers remain valid. The document underscores that all other terms and conditions stipulated in the original solicitation remain unchanged and in full effect, indicating it is set aside for small businesses. The contracting officer's details and acknowledgment requirements for both the contractor and the contracting officer are also noted. Overall, this amendment serves to provide clarity and additional time for prospective bidders while maintaining the integrity of the procurement process.
    The document is an amendment to Request for Quotation (RFQ) No. 140A0924Q0090, which pertains to a procurement for landscaping services, identified by the NAICS Code 561730. The amendment emphasizes the need for contractors to acknowledge receipt of this amendment to ensure consideration of their offers, which must be submitted before the specified deadline. It is classified as a small business set-aside procurement, highlighting the government's commitment to supporting small enterprises in government contracts. Key instructions include methods for acknowledging the amendment, the obligation for changes to previously submitted offers, and clarifying that all other terms and conditions remain unchanged. The document outlines administrative details essential for compliance, including requirements for the submission of copies and potential impacts of missed deadlines. Overall, this amendment serves to clarify terms and conditions tied to the solicitation and reinforces procedural adherence necessary for interested parties in the contracting process.
    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
    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.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically 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.
    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--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.
    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.
    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.
    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.
    Trash Pickup for Kaibeto Boarding School
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking quotations for trash pickup services at the Kaibeto Boarding School. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, with a focus on solid waste collection under NAICS code 562111. The contract will be structured as a Firm Fixed Price purchase order for a base year starting January 1, 2026, with the possibility of four additional option years extending through 2030. Interested contractors must submit a comprehensive quote that includes their qualifications and ability to perform, with evaluations based on technical capability and price. For further inquiries, potential offerors can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    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.