F--Environmental Remediation Services MATOC
ID: 140A1625R0007Type: Solicitation
4 AwardsJul 2, 2025
$180M$180,030,000
AwardeePB Environmental General Partnership 100 BROOKWOOD RD Atmore AL 36502 USA
Award #:140A1625D0006
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSCENTRAL OFFICERESTON, VA, 20192, 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 soliciting proposals for Environmental Remediation Services under the Multiple Award Task Order Contract (MATOC) framework. The primary objective is to conduct hazardous material assessments and remediation at the Standing Rock Community School employee housing, focusing on asbestos, lead-based paint, mold, and radon mitigation. This initiative is crucial for ensuring safe living conditions and compliance with federal and state safety regulations, with a total budget not exceeding $45 million over five years. Interested contractors must submit their proposals by January 31, 2025, and can direct inquiries to Jessica Kidd at jessica.kidd@bia.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Affairs (IA) requires an Indefinite Delivery Indefinite Quantity (IDIQ) contract for environmental sampling and remediation services across various IA facilities. This initiative addresses issues regarding incomplete sampling records for hazardous materials like lead, asbestos, mold, and more, and focuses on ensuring public health and environmental compliance. Services will be predominantly centered in the western United States and may include risk assessments and remediation for lead paint, asbestos, mold, radon, and contaminated water and soil. Contractors must possess the necessary licenses and certifications, and analyses must be conducted in accredited laboratories. The scope of work includes developing work and safety plans, scheduling, quality control, and submission of final project reports. Each task order will detail specific projects, timelines, and required deliverables while prioritizing safety regulations and environmental standards, including compliance with OSHA and EPA guidelines. The document emphasizes a structured approach to handling various environmental hazards, ensuring that locality-specific procedures are adhered to, and highlights collaboration with multiple Indian Affairs agencies during the execution of tasks. This contract aims to mitigate health risks and improve environmental conditions in communities served by IA.
    The Standing Rock Community Schools Structure #168C underwent an extensive survey to evaluate its environmental safety concerning asbestos, radon, and mold presence. Built in 1967, this two-story multifamily housing unit displays signs of asbestos-containing materials (ACMs), confirmed in eight out of thirty-five collected samples. The estimated cost for necessary asbestos abatement amounts to $16,340. The radon levels in the first-floor living room were within a safe range, while higher levels in the basement require follow-up testing and possible remedial action. A mold survey indicated growth due to high humidity and water intrusion, particularly noted in the crawlspace and kitchen areas. Additional survey findings identified various hazardous materials, with remediation costs estimated at $1,000. The comprehensive analyses highlight critical health and safety risks, emphasizing the need for urgent remediation and ongoing environmental monitoring. This report serves as a vital resource for guiding future construction and improving safety compliance at the Standing Rock Community School site, aligning with federal and local safety regulations.
    The Standing Rock Community Schools conducted a comprehensive environmental assessment of Structure #168D, a two-story multi-family housing unit built in 1967. The assessment identified multiple hazardous materials, including asbestos and radon levels, necessitating immediate remediation efforts. Laboratory results indicated the presence of asbestos in six samples out of forty collected, with significant quantities found in joint compounds and flooring materials, leading to an estimated abatement cost of $16,240. Additionally, radon levels were measured, showing a concerning 8.4 pCi/L in the basement, indicating a need for follow-up testing and remedial action based on EPA guidelines. Mold was also detected, particularly in the crawlspace, attributed to moisture issues. Remediation costs for other hazardous materials were estimated at $1,000. The findings highlight the urgent need for health and safety interventions to mitigate environmental risks and ensure safe living conditions in the structure, aligning with federal safety regulations and RFP requirements for maintaining housing integrity. The document serves as a critical evaluation of the facility's condition, guiding required remedial actions to protect the occupants' health.
    The Seed Task Order Price Schedule outlines pricing for hazardous material removal and related services for two phases of a project. Phase 1 establishes a firm fixed price, while Phase 2 provides binding rates for various tasks, including removal of asbestos-containing materials (ACM), lead-based paint, and mold, as well as drywall replacement and radon mitigation. These binding rates for Phase 2 must adhere to ceiling prices set in the IDIQ Binding Price Schedule, which governs all task orders. The document emphasizes that prices offered in the Seed Task Order may include project-specific discounts, provided they do not exceed the agreed ceiling rates. A detailed breakdown of pricing includes measurement units and estimated quantities for each line item, illustrating the project’s scope and anticipated costs. Overall, the Seed Task Order Price Schedule serves as a critical financial framework for ensuring compliance and cost management in environmental remediation efforts.
    The document outlines the self-certification requirements for entities wishing to be recognized as "Indian Economic Enterprises" (IEE) under the Buy Indian Act, as stated in 25 U.S.C. 47. To qualify, the enterprise must meet specific criteria at three key stages: upon submitting an offer, at contract award, and throughout the contract's duration. Contracting Officers may seek additional proof of eligibility at any point during the acquisition process. The form includes sections for recording details about the enterprise, including the tribal affiliation and ownership information. Additionally, the document warns that providing false information can lead to legal punishments under various U.S. laws. The purpose of this document is to facilitate the procurement process while ensuring compliance with federal regulations concerning Indian Economic Enterprises, thereby promoting the involvement of eligible tribal entities in government contracting.
    The document contains a Request for Proposals (RFP) for various environmental assessments and remediation services, primarily addressing mold and asbestos-related issues along with lead paint assessments. The RFP outlines specific services required, including mold and lead paint assessments, sampling and mitigation plans, and various forms of asbestos-containing material (ACM) removal and encapsulation. The structure involves quantifying the areas to be assessed and remediated, detailing both square feet for materials and linear feet for pipe insulation. It calls for certified professionals to conduct assessments and inspections, ensuring compliance with health and safety regulations. The document indicates a phased service schedule spanning four years, with an option for a six-month extension. Overall, the purpose is to secure qualified vendors for essential environmental health and safety services to address hazardous materials, ensuring safety in compliance with federal and state regulations.
    The document pertains to Solicitation No. 140A1624R0019 for an Environmental Remediation Multiple Award Contract and includes guidelines for submitting a Past Performance Questionnaire (PPQ) as part of proposal submissions. Offerors must provide a completed Contract Performance Assessment Report (CPAR) when available, or submit a PPQ to clients for past project evaluations. The PPQ includes comprehensive fields for contractor and client information, work performed, contract specifics, project descriptions, and client ratings on contractor performance across multiple categories such as quality, timeliness, customer satisfaction, management, financial management, and safety. Clients are encouraged to provide feedback directly to the offeror or to the designated government point of contact. Various adjective ratings, from Exceptional to Unsatisfactory, are defined to evaluate specific aspects of contractor performance, ensuring a structured assessment of their capabilities. The overall aim is to support fair evaluation in the contracting process, focusing on past performance as a predictor of future success in government contracts.
    The Bureau of Indian Education (BIE) seeks a contractor to perform environmental hazardous material assessments, remediation, and repairs at employee housing within the Standing Rock Community School. The project's scope is divided into two phases. Phase 1 involves assessing asbestos-containing materials (ACM), lead-based paint (LBP), mold contamination, and designing a radon mitigation system. Deliverables include an assessment report and a detailed mitigation work plan. Phase 2 will commence following Phase 1's acceptance, where the contractor will implement the mitigation strategies, which involve cleaning and replacing interior materials, handling mold, LBP, and ACM, and installing radon mitigation systems. All work must comply with relevant federal and state safety regulations and be overseen by a certified industrial hygienist. The contractor is also responsible for adhering to Tribal Employment Rights Office requirements. The project's timeline is 60 days for Phase 1 and 180 days for Phase 2 once awarded. This initiative aims to ensure safe living conditions in the housing complex by addressing hazardous materials effectively and restoring the buildings to acceptable standards for occupancy.
    The Bureau of Indian Education (BIE) has issued a Statement of Work (SOW) for environmental hazardous material assessment, remediation, and repairs, as well as radon mitigation at the Standing Rock Community School employee housing in Fort Yates, ND. The project is structured in two phases: Phase 1 involves assessments to identify asbestos-containing materials (ACM), lead-based paint (LBP), mold contamination, and radon levels, culminating in a detailed assessment report and mitigation plan. Phase 2 includes the actual implementation of recommended remediation strategies and the installation of a radon mitigation system, followed by repair work on affected structures. The work will comply with established health and safety regulations, overseen by a Certified Industrial Hygienist. The contractor must adhere to Tribal Employment Rights Office (TERO) regulations, and the project is expected to complete within 240 days of award, with clear documentation and reporting of all findings and procedures to be provided to the BIE. This initiative underscores the federal government's commitment to ensuring safe living conditions and environmental health for the community.
    The document is a wage determination under the Service Contract Act by the U.S. Department of Labor, outlining minimum wage and fringe benefit requirements for federal contracts in North Dakota's Burleigh, Morton, Oliver, and Sioux counties. It specifies that contracts initiated or renewed from January 30, 2022, must pay at least $17.20 per hour according to Executive Order 14026. Alternatively, contracts awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum wage of $12.90 if not renewed after January 30, 2022. The determination provides a broad list of occupations with corresponding wage rates and notes the requirement for additional fringe benefits such as health and welfare, vacation, and holidays. Notably, the document emphasizes compliance with the paid sick leave provisions under Executive Order 13706. It also outlines the process for classifying additional occupations that are not included in the established wage rates, ensuring proper pay for all relevant employees. This determination reflects the government’s commitment to fair labor standards on its contracts while aiming to protect workers’ rights and provide equitable wage provisions across varying job categories.
    The document outlines the Statement of Work for modifications to Building 168, detailing the associated floor plans. The primary focus is to execute structural and functional upgrades necessary for enhanced operational effectiveness. Key tasks include assessing existing layouts, identifying required modifications, and developing a comprehensive plan to facilitate renovations while ensuring compliance with safety and regulatory requirements. The work involves collaboration among contractors, architects, and engineers to ensure that the upgrades align with both federal mandates and building codes. The document emphasizes the importance of clear communication throughout the project phases to minimize disruptions and properly manage resources. In essence, this file serves as a foundational guide for project implementation, reinforcing the government’s commitment to improving facility infrastructure and operational capacity.
    This document outlines the findings of hazardous material surveys conducted at the Standing Rock Community School in Fort Yates, ND, focusing on lead-based paint (LBP), asbestos, radon, and mold within multiple residential units. The surveys detail significant hazards, including the detection of LBP on stairway balusters, positive asbestos samples in joint compounds, and elevated radon levels, particularly in basement areas exceeding EPA guidelines. Mold growth was prevalent throughout, with damp crawlspaces and deteriorating materials indicating long-term vacancy and moisture issues. Key action items include the abatement and disposal of asbestos-containing materials, remediation of mold, and addressing water leaks. This report serves as a critical resource for ensuring the safety and health compliance of the school's facilities prior to any renovation or occupancy, reflecting the larger context of federal and state health standards in public facility management and funding decisions. The structured risk assessment emphasizes the urgency of remediation to protect the community's health and aligns with government requirements for safe educational environments.
    The report details a hazardous materials survey for Structure #168A, a vacant multi-family housing unit in the Standing Rock Community Schools built in 1967. The survey identified asbestos-containing materials (ACM), including joint compounds and flooring adhesives, with an estimated abatement cost of $16,240. Radon levels were tested, revealing concentrations of 2.1 pCi/L in the living room and 9.1 pCi/L in the basement, warranting further investigation and potential remediation actions. The survey also revealed heavy mold growth throughout the structure and assessed various regulated and hazardous materials, resulting in an estimated remediation cost of $1,000. The findings underscore urgent health concerns that necessitate safe handling and remediation of identified hazards before any redevelopment efforts can proceed, ensuring compliance with environmental safety regulations. This assessment serves as a critical foundational step for federal and state authorities considering future enhancements or grants related to community health and housing safety.
    The report details a hazardous materials survey of Structure #168B at Standing Rock Community Schools, constructed in 1967. Asbestos was found in five out of twenty samples collected, primarily in joint compounds used in ceilings and walls. The estimated cost for abatement of identified asbestos-containing materials is approximately $16,240. A radon survey indicated a low risk level within the living space but suggests retesting due to seasonal fluctuations. Mold growth was detected in the crawl space from moisture issues, notably impacting the fiberglass pipe insulation. The report provided remediation estimates of $1,000 for the removal of hazardous materials. Overall, the document outlines necessary actions to address health and safety concerns associated with asbestos, radon, and mold, emphasizing compliance with environmental standards in future renovations or repairs. This assessment serves as a critical evaluation for potential state and federal funding and grant applications for remediation efforts.
    This document outlines a government Request for Proposals (RFP) focused on various environmental assessments and remediation services, primarily concerning mold, asbestos-containing materials (ACM), and lead paint. It specifies multiple service items, including assessments, reports, sampling plans, and different types of remediation, with quantities delineated for years one through four and a potential six-month extension. Services involve specialized activities such as ACM removal, encapsulation, and lead paint management, measured in square feet (SF) or linear feet (LF). Pricing considerations are noted, particularly regarding the potential need for manlifts in high locations, which will be negotiated separately. The emphasis on certified professionals, like industrial hygienists and asbestos inspectors, highlights the importance of compliance with safety regulations during these environmental assessments and remediations. Overall, this RFP intends to secure qualified contractors to ensure the safe handling and remediation of hazardous materials in compliance with federal and state regulations.
    The Bureau of Indian Education (BIE) has issued a Statement of Work for the Small Seed Project encompassing environmental hazardous material assessment, remediation, and radon mitigation at the Standing Rock Community School employee housing in Fort Yates, ND. The project is split into two phases: Phase 1 involves assessments to identify asbestos-containing materials (ACM), lead-based paint (LBP), mold contamination, and the design of a radon mitigation system. Deliverables include a comprehensive assessment report with mitigation recommendations. Phase 2 follows the successful completion of Phase 1, requiring the contractor to implement mitigation strategies and system installations, including repairing areas affected by mold and hazardous materials. The contractor must ensure compliance with various guidelines set by the EPA and OSHA. Key components include a detailed sampling plan, a work plan addressing all remediation methods, and final reports documenting compliance with indoor environmental quality standards. Safety protocols must be adhered to throughout the project, and the contractor is responsible for liaising with local Tribal Employment Rights Office regulations. The overall aim is to restore the employee housing to safe living conditions while mitigating environmental hazards.
    The document pertains to an event meeting to be held at the Standing Rock School District's Administration building located at 9189 Highway 24, Fort Yates, ND. Participants are instructed to gather at the north side of the building as indicated on an attached map. The provided contact information includes a phone number for inquiries and the school's website for additional details. This communication is likely part of preparations for a proposal or a grant-related activity, reflecting standard protocols for convening stakeholders in response to federal or state RFPs, emphasizing organizational transparency and structured communication.
    The document outlines an amendment to a solicitation related to the Small Seed Project concerning environmental hazardous material assessment, remediation, and radon mitigation at the Standing Rock Agency/Community School Employee Housing in North Dakota. Key elements include deadlines for submitting acknowledgment of the amendment, as well as clarifications on questions raised by potential contractors regarding set-aside status, proposal due dates, site visits, pricing schedules, and the scope of work for environmental assessments. Importantly, the solicitation is confirmed to be set aside for Indian Small Business Economic Enterprises (ISBEEs), despite conflicting information in the solicitation form. Additionally, the document emphasizes that all required assessments include not only mold but also exterior building evaluations for lead. The amendment includes essential changes and clarifications to ensure compliance and proper bidding for the project, highlighting the government's commitment to environmental safety and regulations. Clear instructions for contractors on submission requirements and scheduling are provided to facilitate an orderly bidding process. This amendment serves as both an administrative update and a crucial communication for applicants involved in federal contracting.
    This government document serves as an amendment to a solicitation related to a seed project managed by the Bureau of Indian Affairs (BIA) Central office. Key updates include extending the proposal due date to January 24, 2024, at 5 PM EST, and providing details for a mandatory site visit scheduled for January 7, 2024. The point of contact for the visit is Mr. Chester Bowman, reachable at 1-701-854-2142, with a designated meeting location at the Standing Rock Community School in Fort Yates, ND. Additionally, the document addresses inquiries regarding pricing and task orders under the Indefinite Delivery/Indefinite Quantity (IDIQ) contract, clarifying that while a binding price schedule exists, discounts can be offered, and not all tasks need to adhere strictly to this pricing. Furthermore, it outlines that task orders may encompass a range of inspection and remediation services, including but not limited to, AHERA surveys and sampling activities. This emphasis on clarifying contractual details and requirements underscores the BIA's intent to ensure compliance and facilitate clear communication with potential contractors.
    The document serves as an amendment to a federal solicitation, specifically referencing solicitation number 140A1625R0007. Its primary purpose is to announce crucial changes pertaining to submission deadlines for questions and proposals. The deadline for inquiries is extended to 5 PM EST on January 10, 2025, and the final proposal submission deadline is also extended to January 31, 2025, at 5 PM EST. The amendment outlines that parties submitting offers must acknowledge receipt of this amendment through specified methods, such as completing a copy of the amendment or via electronic communication. Additionally, it notes that failure to acknowledge receipt may result in the rejection of offers. The amendment is intended to ensure all prospective contractors are informed of these changes, thus facilitating a fair and transparent bidding process. Overall, this document reflects typical administrative practices within federal contracting, reinforcing the importance of adherence to amended timelines in RFP submissions.
    The document outlines an amendment to the solicitation for an environmental remediation project at the Standing Rock Agency in Fort Yates, North Dakota. Its primary purpose is to integrate changes and responses to queries regarding the Seed Task Order for assessing and remediating hazardous materials, specifically asbestos and lead paint, in residential buildings. Key elements include instructions for contractors on acknowledging receipt of the amendment, a timeline for submissions, and the necessity of providing detailed pricing proposals reflective of various work phases. The document addresses frequently asked questions about project scope, pricing mechanics, contractor responsibilities, and environmental assessments. Emphasis is placed on performance timelines, site inspection protocols, and the importance of including travel costs in proposals. The amendment serves as a critical communication tool, ensuring clarity in operational expectations and compliance standards for contractors involved in this federally funded initiative to ensure environmental safety and health standards.
    The document serves as an amendment to a solicitation related to a federal contract, specifically addressing a series of inquiries made by potential contractors. It outlines the requirements for acknowledging receipt of the amendment and specifies that failure to do so may lead to the rejection of offers. Key questions answered include details about the building structure (original roof from the 1970s) and the classification of the building (built to commercial specifications), while clarifying that 'Regulated Materials' can only be removed under certain conditions. Additionally, it states that no further extensions for the response date will be granted. Overall, the amendment aims to provide transparency and clarity to ensure compliance and integrity in contract submissions related to construction work on Tribal land.
    The document outlines a Request for Proposals (RFP) for Environmental Sampling and Remediation Services, under the Indefinite Delivery Indefinite Quantity (IDIQ) contract framework, targeting Indian Affairs (IA) facilities and properties. The RFP specifies that the work will involve assessing various environmental hazards, including lead, asbestos, and mold, with a focus on ensuring safety and compliance with regulations. The government aims to award three contracts, with a total budget not exceeding $45 million over five years, and is set to invite proposals through a fair and competitive process. The contract stipulates fixed-price task orders, with project costs ranging from $10,000 to $2,000,000 and the possibility of future price negotiations for additional rates. It further details ordering procedures, contractor responsibilities, and compliance requirements, particularly emphasizing Indian employment and subcontracting preferences. The document also explains rules regarding task order awards, invoicing through the Invoice Processing Platform (IPP), and essential clauses related to federal regulations. Overall, this RFP creates opportunities for environmental service providers while prioritizing environmental safety and indigenous workforce inclusion, aligning with federal procurement objectives and regulatory compliance needs.
    Lifecycle
    Similar Opportunities
    Asbestos Removal GIMC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for asbestos removal services at the Gallup Indian Medical Center (GIMC) in Gallup, New Mexico. The project, titled "General Surgery, OR-5 (2S85) and OR Sterilizer (4S71) Asbestos Removal," involves the safe removal of asbestos-containing floor tiles and mastic from designated operating and sterilizer rooms, with a performance period of 30 days from the Notice to Proceed. This procurement is crucial for ensuring a safe healthcare environment, adhering to all applicable federal, state, and local regulations regarding asbestos removal. Interested small businesses must submit questions by December 23, 2025, at 12:00 p.m. MDT, and can contact Melissa Lake at melissa.lake@ihs.gov or 505-930-1975 for further information.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new rooftop unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    KBAR RANCH ASBESTOS and LEAD TESTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotes for asbestos and lead testing services at the KBAR Ranch House and Garage located in Big Bend National Park, Texas. The project requires comprehensive surveys, sample collection, and laboratory analysis to identify asbestos-containing materials and lead concentrations, culminating in a detailed report with abatement recommendations. This procurement is critical for ensuring environmental safety and compliance with EPA, OSHA, NIOSH, and Texas state regulations. Quotes are due by December 18, 2025, at 2:00 PM ET, and must remain valid for 90 days, with the contract period of performance scheduled from December 29, 2025, to January 12, 2026. Interested parties can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further information.
    Mold and Asbestos Remediation at Vance AFB F713-111
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project involves the abatement of hazardous materials in Room 111 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety and environmental regulations. This remediation is crucial for ensuring the safety of personnel and compliance with applicable standards, with a total performance period of 75 calendar days. Interested contractors must submit their proposals electronically by January 5, 2026, at 10:00 AM CST, and are encouraged to contact Betty S. Kliewer at betty.kliewer.ctr@us.af.mil for further details regarding the site visit and proposal submission requirements.
    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.
    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.
    F--Noxious Weed Treatment for Chickasaw Agency
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) Chickasaw Agency is seeking contractors for a Noxious Weed Treatment program targeting approximately 1,966 acres of trust and restricted lands within the Chickasaw Nation, primarily focusing on Musk Thistle. The project aims for a 90% kill rate of the targeted weed and requires contractors to be licensed applicators who adhere to federal, state, and tribal pesticide laws while providing a comprehensive work plan and bi-weekly reports that include GPS data and photos. This initiative is part of a broader effort to manage noxious weeds across 74,000 acres in Southern Oklahoma, enhancing land productivity and economic value. Interested parties must submit their proposals by December 17, 2025, at 1700 EST, and can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    Mold and Asbestos Remediation Vance AFB F713-112
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project involves the abatement of hazardous materials in Room 112 of Facility 713, requiring contractors to provide all necessary supervision, labor, equipment, and materials while adhering to strict safety protocols. This remediation is crucial for maintaining a safe environment and compliance with health regulations. Proposals must be submitted electronically by January 5, 2026, at 10:00 AM CST, with a site visit scheduled for January 7, 2026. Interested parties can contact Betty S. Kliewer at betty.kliewer.ctr@us.af.mil for further information.
    S--Mescalero Agency Pest Control Services
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified Indian Economic Enterprises to provide pest control services at the Mescalero Agency in Mescalero, NM. The procurement involves delivering pest control services every other month for a base year with two option years, ensuring the maintenance and safety of the agency's buildings and structures. This opportunity is crucial for maintaining a pest-free environment, which is essential for the health and well-being of the agency's operations. Interested parties must submit a capabilities statement to Margie Tahdooahnippah at Margie.Tahdooahnippah@bia.gov by 5:00 PM on December 22, 2025, to be considered for this contract.