Environmental Remediation Services MATOC
ID: 140A1625R0007Type: Solicitation
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
  1. 1
    Posted Nov 21, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 23, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 10:00 PM UTC
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
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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
Title
Type
Solicitation
Similar Opportunities
F--Remediation Services in Village of Napaskiak, AK
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide remediation services in the Village of Napaskiak, Alaska. The primary objective of this procurement is to conduct a thorough investigation and assessment of soil and groundwater contamination at a former school site, with the goal of developing a comprehensive remediation plan to address environmental and public health risks. This initiative is crucial for enhancing environmental safety and supporting local economic development through the engagement of Indian Small Business Economic Enterprises (ISBEEs), as the contract is set aside exclusively for these entities. Interested contractors should contact Jodi Zachary at Jodi.Zachary@bia.gov or call 916-978-6005 for further details, with the project expected to be completed by June 30, 2026.
Phase I ESA Svs in Village of Newtok, AK
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide Phase I Environmental Site Assessment (ESA) services in the Village of Newtok, Alaska. The primary objective of this procurement is to evaluate contamination risks and determine the extent of hazardous materials at the Old School Site, ensuring compliance with federal, state, and tribal regulations. This project is crucial for addressing environmental health concerns in Native communities and involves tasks such as project management, fieldwork, and comprehensive reporting on findings and recommendations. Proposals are due by the specified deadlines, with the anticipated period of performance running from April 28, 2025, to June 30, 2026. Interested parties can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-978-6005 for further information.
Z--Navajo MATOC Ceiling Increase
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking to increase the ceiling for the Navajo Multiple Award Task Order Contract (MATOC) by $13 million to accommodate ongoing construction activities and modifications linked to existing task orders. This increase is necessary due to the initial ceiling of $40 million being exceeded, with funds allocated for over-obligation, school facility repairs, and contingencies for unforeseen modifications. The urgency of this procurement is underscored by the critical need to maintain infrastructure that supports student health and safety at Many Farms High School, particularly as project timelines are crucial to avoid operational disruptions during winter months. Interested parties can contact Jessica Kidd at jessica.kidd@bia.gov for further details regarding this opportunity.
INDE 253054 Remediation Services Rehabilitate Miss
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for remediation services to rehabilitate mission-dependent HVAC systems and implement energy conservation measures in Philadelphia, PA. This procurement focuses on asbestos removal and enhancing energy efficiency, with a contract performance period set from April 28, 2025, to June 27, 2025. The initiative is part of the government's commitment to improving environmental safety and energy conservation while promoting small business participation, particularly those owned by service-disabled veterans and women. Interested offerors must submit their proposals by the specified due date and can contact Marc Nguyen at marcnguyen@nps.gov or 720-448-1166 for further information.
BOILER REPLACEMENT PROJECT, LAME DEER
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the Boiler Replacement Project at the Lame Deer Adult Detention Center in Montana. The project involves replacing an outdated two-boiler system with a new energy-efficient system, including necessary components such as pumps and control valves, while ensuring compliance with NFPA standards and local building codes. This initiative is crucial for enhancing heating efficiency and safety within the facility, and it emphasizes the government's commitment to supporting Indian Economic Enterprises through a set-aside for Indian Small Business Economic Enterprises. Proposals are due by April 17, 2025, and interested parties should direct inquiries to Mary King at Mary.King@bia.gov or call 406-247-7941.
Carpet Installation for OIS at MIB
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for carpet installation services at the Office of Indian Services located in the Stewart Lee Udall Building, Washington, DC. The project involves replacing flooring across approximately 12,631.93 square feet, requiring contractors to provide all necessary labor, materials, and supervision, with completion expected by May 15, 2025. This opportunity is fully set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 238330, emphasizing the government's commitment to supporting small businesses owned by economically disadvantaged groups. Interested contractors must submit proposals by the specified deadline and can contact Adam Lowery at Adam.Lowery@bia.gov or 571-560-0622 for further information. A site visit is scheduled for April 17, 2025, and adherence to federal labor standards, including wage determinations, is mandatory throughout the contract duration.
IE 150 SSIS LAGOON AERATOR
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the installation of a permanent TITUS Aerator System at St. Stephens Indian School in Wyoming, aimed at enhancing the school's facilities for its predominantly Native American student population. The project entails significant construction activities, including the installation of concrete slabs, electrical work, and the integration of a new 15 HP blower with a Variable Frequency Drive (VFD), all while adhering to safety regulations and the National Electrical Code. This procurement is particularly important as it reflects the Bureau of Indian Education's commitment to providing quality educational opportunities, with a project budget estimated between $25,000 and $100,000. Interested small businesses must submit their proposals by April 21, 2025, following a site visit on April 7, 2025, and can direct inquiries to Carolyn Sulla at carolyn.sulla@bie.edu.
Fire Prevention Service
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide fire prevention services at the Flandreau Indian School in South Dakota. The procurement involves comprehensive fire safety inspections, testing, maintenance, and emergency repairs for various fire safety equipment across 12 buildings, adhering to National Fire Protection Association (NFPA) codes and standards. This initiative is crucial for ensuring the safety and compliance of educational facilities on Native American reservations, with a total estimated contract value of $19.5 million. Interested parties must submit their proposals by April 11, 2025, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.
TETON HERBICIDE FY 2025
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of Teton Herbicide as part of the Fort Hall Irrigation Project for fiscal year 2025. This acquisition is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 325320, focusing on the need for aquatic herbicides to control vegetation that obstructs irrigation water flow. The Teton Herbicide is uniquely qualified for this purpose, being the only EPA-approved product containing Salt of Endothall, making its timely application critical to avoid legal repercussions. Proposals are due by April 10, 2025, with a delivery deadline of 60 days post-award. Interested vendors can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or by phone at 571-560-0519 for further information.
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 for the Navajo Regional, which includes annual external inspections of boilers and pressure vessels across sixty-six schools managed by the Bureau of Indian Education. The contract is set aside for Indian Economic Enterprises (IEE) and requires the contractor to provide 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 starting March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors must submit their offers by April 18, 2025, at 5:00 p.m. MDT, and can reach out to Charmaine Williams-James at Charmaine.Williams-James@bie.edu for further inquiries.