Propane Indefinite Delivery Contract (IDC) BIA SRA
ID: 140A0124Q0032Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSGREAT PLAINS REGIONABERDEEN, SD, 57401, USA

NAICS

Petroleum Refineries (324110)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)

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) is soliciting proposals for a 100% Indian Small Business Economic Enterprises set-aside contract for the supply and delivery of propane to its Standing Rock Agency in Fort Yates, North Dakota. The contract aims to provide an estimated total of 66,800 gallons of propane necessary for heating government facilities, ensuring a comfortable environment for employees and protecting sensitive equipment during cold seasons. This procurement is classified under NAICS code 324110 and will follow simplified acquisition procedures, with the contract performance period extending until August 1, 2025. Interested contractors must submit their proposals by 5:00 PM Central Time on September 18, 2024, and can direct inquiries to Madisen Bourland at Madisen.Bourland@bia.gov or by phone at 605-301-0995.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Indian Affairs (BIA) is soliciting proposals for a 100% Indian Small Business Economic Enterprises set-aside contract for propane supply and delivery for its Standing Rock Agency in Fort Yates, North Dakota. This procurement will follow simplified acquisition procedures under Federal Acquisition Regulation (FAR) regulations. The performance period is set from the award date until August 1, 2025, with a requirement for an estimated total of 66,800 gallons of propane. Quotations must be all-inclusive and consider travel and local taxes. Interested contractors must be registered in the System for Award Management (SAM) and possess a Unique Entity Identifier (UEI). The selection process will evaluate based on past performance and price. Bidders must submit specific documents, including a completed SF-1449 form and a price schedule. Proposals are requested via email by 5:00 PM Central Time on September 18, 2024, emphasizing the need for compliance with tribal tax requirements. Communication should be directed only to the designated Contract Specialist, not the program office. This RFP reflects a commitment to engage Indian-owned businesses while ensuring fair procurement practices.
    The Bureau of Indian Affairs (BIA) Standing Rock Agency seeks contractor services for propane supply and delivery to ensure adequate heating for government facilities within the Standing Rock Sioux Reservation. This project is essential during cold seasons for maintaining comfortable environments for employees and safeguarding sensitive equipment. The contractor will provide the necessary labor, materials, and equipment to deliver an estimated 66,800 gallons of propane throughout the contract period, ending August 1, 2025. The delivery locations include several BIA facilities in Fort Yates, ND, each equipped with varying capacities of propane tanks. Contract execution must adhere to all applicable federal, state, and local regulations, emphasizing safety and environmental protection. The contractor is solely responsible for supervising the work, maintaining transport vehicles, and delivering propane as per individual delivery orders issued by the Contracting Officer. Personal services or governmental actions are prohibited under this contract to maintain clear distinctions between contractor personnel and government employees. Moreover, proper invoicing, correspondence, and compliance with contract terms are crucial for successful administration, ensuring only authorized work receives payment. This project reflects the federal initiative to support BIA operations through efficient resource management and stringent adherence to legal standards.
    This document outlines the provisions and clauses incorporated by reference in a federal solicitation, emphasizing compliance with various regulations and requirements necessary for contract fulfillment. Key clauses include those related to the System for Award Management, telecommunications and surveillance equipment, and terms for commercial products and services. Notably, it highlights the prohibition of contracting for covered telecommunications equipment under the John S. McCain National Defense Authorization Act, ensuring that contractors are aware of the implications of using such equipment. Moreover, it details the requirements for Indian Economic Enterprises, promoting participation from these entities by establishing set-asides and ensuring compliance with ownership and operational criteria. The document emphasizes the importance of transparency in contract representations, such as vendor disclosures and certifications. The overall purpose is to provide guidance for contractors on necessary provisions, terms, and compliance with federal laws when responding to requests for proposals and grants, aiming to foster integrity in government contracting while ensuring fair opportunities for small and Indian-owned businesses.
    The document is a Request for Proposal (RFP) issued by the Bureau of Indian Affairs for a contract involving the supply and delivery of propane to the Standing Rock Agency in Fort Yates, North Dakota. This contract is designated as a 100% set-aside for Indian Small Business Economic Enterprises, emphasizing the government's commitment to supporting small businesses within Indian communities. The procurement is classified under North American Industry Classification Standard (NAICS) code 324110, which pertains to petroleum and coal products manufacturing. Key details include the solicitation number (140A0124Q0032), the offer due date of September 11, 2024, and an effective date for the contract. Payment terms specify that invoices should be sent to the specified remittance address, and delivery is stipulated to be Free On Board (FOB) Destination. The solicitation document highlights additional information on procurement regulations such as references to the Federal Acquisition Regulation (FAR) provisions applicable to the contract. Overall, this RFP aims to establish a fixed-price contract for essential utility services, reinforcing the government's initiative to stimulate economic growth within native business sectors while ensuring compliance and fair procurement practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    68--AGFO BPA PROPANE
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is preparing to solicit a Blanket Purchase Agreement (BPA) for propane supply at the Agate Fossil Beds National Monument in Harrison, Nebraska. This procurement is exclusively open to small businesses under NAICS code 324110, which pertains to Petroleum Refineries, and aims to ensure a reliable propane supply for operational needs at the monument over a potential five-year period. The formal solicitation is anticipated to be released around September 19, 2024, with bids due approximately two weeks later, and interested parties must maintain active registration in the System for Award Management (SAM). For inquiries, potential offerors can contact Nathan Ziegler at nathanziegler@nps.gov or by phone at 605-574-0480.
    Replacement Boilers & Start-up Service for Aneth C
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is seeking proposals for the replacement of boilers and start-up services at the Aneth Community School. The procurement involves the provision and installation of Raypak WH2 boilers, with a focus on compliance with federal labor standards and Small Business requirements, as outlined in the Request for Proposal (RFP) number 140A2324Q0528. This initiative is part of the government's commitment to improving infrastructure within educational facilities, ensuring that the necessary heating equipment is both efficient and reliable. Interested bidders must submit their proposals electronically, with the contract period running from September 30, 2024, to September 29, 2025; for further inquiries, contact Michael Drinkwater at michael.drinkwater@bie.edu.
    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.
    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.
    GARAGE DOOR REPLACEMENT FOR BIA-MESCALERO AGENCY
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking qualified contractors for the replacement of a garage door at the Mescalero Agency in New Mexico. This procurement is specifically set aside for Indian Small Business Economic Enterprises (Native American/Alaska Native) and involves the removal of an existing garage door and the installation of a new commercial-grade steel door, including necessary labor, materials, and equipment. The project is critical for maintaining the functionality and security of the agency's facilities, with a performance period scheduled from September 24, 2024, to October 23, 2024. Interested parties must submit their quotes by September 22, 2024, at 5:00 PM (MST), and can direct inquiries to Sonia Nelson at Sonia.Nelson@bia.gov or by phone at 505-563-3129.
    Mobile/Portable Radios
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for the procurement of Mobile/Portable Radios and Accessories for the Fort Apache Agency in Whiteriver, AZ, as part of its Fuels Management Program. The requirement includes fifteen BKR5000 Single-Band Bluetooth Portable Two-Way Radios along with essential accessories such as antennas, batteries, and chargers, aimed at enhancing communication capabilities during emergency incidents and prescribed burns. This procurement is a total small business set-aside under NAICS Code 334220, emphasizing the importance of modernized equipment for effective public safety communications. Interested vendors must submit their proposals electronically to Melanie Schiaveto by the specified deadline, ensuring compliance with federal contracting regulations and requirements.
    S--Notice of Intent to Sole Source - Solid Waste Disposal, BIA, Pine Ridge
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) intends to award a sole source Firm-Fixed Price contract for solid waste disposal services to the Oglala Sioux Tribe of Pine Ridge Indian Reservation. This contract, valued at approximately $217,625.00, will cover a 12-month period from October 1, 2024, to September 30, 2025, as mandated by Tribal Ordinance No. 20-08, which requires all government entities operating within the Pine Ridge Reservation to utilize the Tribe's Solid Waste Management program. Interested firms that believe they can fulfill this requirement are invited to submit a capability statement and pricing information by 12:00 PM CT on September 21, 2024, via email to Madisen Bourland at Madisen.Bourland@bia.gov, with the notice ID number included in the subject line.
    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.
    38--Motor Grader
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is soliciting bids for the procurement of a John Deere 672G Motor Grader, specifically set aside for Indian Small Business Economic Enterprises (ISBEE). The motor grader is essential for maintaining safe road conditions on BIA-controlled routes, featuring advanced specifications such as a powerful 9.0L engine and hydrostatic drive transmission, with a project completion timeline of 90 days from the notice-to-proceed. This procurement reflects the government's commitment to enhancing infrastructure and ensuring safe travel conditions in the region. Interested contractors must submit their offers electronically by September 20, 2024, and can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or 602-241-4566 for further details.