Carpet Cleaning Service, Riverside Indian School
ID: 140A2325Q0080Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSINDIAN EDUCATION ACQUISITION OFFICEAlbuquerque, NM, 87104, USA

NAICS

Carpet and Upholstery Cleaning Services (561740)

PSC

HOUSEKEEPING- CARPET LAYING/CLEANING (S214)

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, through the Bureau of Indian Affairs, is seeking proposals for carpet cleaning services at the Riverside Indian School located in Anadarko, Oklahoma. The contractor will be responsible for steam cleaning approximately 89,918 square feet of carpeted areas across various school buildings, including offices, classrooms, and dormitories, with services required twice annually and emergency cleaning available as needed. This procurement emphasizes the importance of maintaining a hygienic environment for students and aligns with federal regulations supporting Indian Small Business Economic Enterprises (ISBEE). Interested parties must submit their proposals by March 20, 2025, and can direct inquiries to Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the requirements for entities responding to solicitations under the Buy Indian Act, specifically for qualifying as an "Indian Economic Enterprise" (IEE). It stipulates that by signing the Offeror Section, the entity self-certifies its compliance with the IEE definition as described in the Department of the Interior Acquisition Regulation (DIAR) Part 1480. Key eligibility conditions include validation at the time of offer submission, contract award, and throughout the entire contract duration. Contracting Officers reserve the right to request further documentation pertaining to eligibility during the acquisition process. It underscores the legal ramifications for providing false information, referencing penalties under U.S. law for misrepresentations. The form provided requires the Offeror to include details such as the name of the federally recognized tribal entity, Unique Entity ID (UEI), legal business name, and ownership information. This certification process plays a critical role in ensuring compliance and integrity in federal contracting and grant processes aimed at empowering Indian Economic Enterprises.
    This document outlines a request for quotes regarding comprehensive carpet cleaning services across multiple buildings, specifying the frequency and estimated square footage for each facility. Key points include annual carpet cleaning for Building 323 (Cafeteria/Kitchen), Building 339 (High School), and Building 341 (Girls Dorm), while Building 340 (Boys Dorm) requires semi-annual services. Emergency cleaning services are also expected on an as-needed basis. The estimated total square footage for cleaning is 89,918 sq ft. The document details pricing structures for the base year and four option years, but specific monetary figures remain unlisted. This summary supports a government RFP or grant application focused on maintaining facility cleanliness and hygiene, crucial for ensuring safe environments in educational and residential buildings. Overall, the document emphasizes the structured approach to procurement, outlining the scope of work necessary to uphold a standardized maintenance regime.
    The document outlines a Statement of Work for carpet cleaning services at Riverside Indian School in Anadarko, Oklahoma. The purpose is to engage a contractor to perform steam cleaning of carpeted areas across various school buildings, including offices, classrooms, and dormitories. The contractor is expected to utilize a truck-mounted hot-water extraction system for deep cleaning, pre-treating spots and gum stains, and applying fabric protection post-cleaning. The services cover approximately 89,918 square feet of carpeted space, with a requirement to clean all designated areas twice annually: once during summer and once for the Boys Dorm during Christmas break. All work activities are to be coordinated with the Facility Manager and completed within ten days, adhering to a specific schedule. Additionally, emergency cleaning services can be requested as needed, with payment to be processed through an established invoicing platform. This RFP reflects the government's commitment to maintaining a hygienic environment in educational facilities, emphasizing cleanliness as essential for student welfare.
    The document outlines the Wage Determination No. 2015-5327 for contracts covered under the Service Contract Act (SCA) as issued by the U.S. Department of Labor. This determination includes details on minimum wage rates required under Executive Orders 14026 and 13658 and specifies rates applicable in Oklahoma for various occupations, including administrative, automotive, health, and technical roles. For contracts awarded post-January 30, 2022, a minimum wage of $17.75 per hour is stipulated, while those awarded between January 1, 2015, and January 29, 2022, are set at $13.30 per hour unless otherwise specified. Additionally, the document highlights fringe benefits such as health and welfare, vacation, and holiday entitlements. The purpose of the wage determination is to ensure that contractors pay fair wages and provide adequate benefits, aligning with federal guidelines that promote worker protections. By establishing a clear framework for wages and benefits, the document supports compliance with federal contracting requirements and aims to uphold labor standards for workers on government contracts.
    The document outlines a Request for Proposal (RFP) for professional carpet cleaning services at the Riverside Indian School in Anadarko, Oklahoma. The acquisition, valued under the NAICS code 561740, is set aside for Indian Small Business Economic Enterprises (ISBEE). The contract consists of a base year (June 15, 2025, to June 14, 2026) with four additional one-year option years through June 14, 2030. Inquiries about the proposal are due by March 18, 2025, and submissions must be made by March 20, 2025. The contractor is required to ensure personnel meet security clearance standards, comply with safety regulations, and properly handle personal identifiable information (PII). The invoice submission must be made electronically through the U.S. Department of the Treasury’s platform, fully detailed to prevent rejection. Key personnel are to be U.S. citizens with a strong preference for candidates from Indian backgrounds. The document emphasizes adherence to federal regulations, cultural sensitivity due to the school's Native American context, and proper contract management procedures during performance and closeout phases. This procurement reflects the government's efforts to provide quality services while supporting small businesses in the Indian community.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fuel Oil Tank Cleaning
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking proposals for Fuel Oil Tank Cleaning services at the Cheyenne Eagle Butte School in South Dakota. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and requires contractors to provide detailed qualifications, experience, and pricing in their proposals, adhering to FAR and DIAR regulations. The contract will be a firm fixed price, with a performance period of 15 days post-award, and contractors must maintain liability insurance and comply with various regulatory requirements. Interested parties should contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further details and must ensure registration in SAM.gov prior to submission.
    SERVICE WASHER & DRYER FOR RESIDENTIAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the lease, maintenance, and repair of washers and dryers for the Southwestern Indian Polytechnic Institute (SIPI) in Albuquerque, New Mexico. The contract, which is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), requires the contractor to ensure the delivery, installation, and ongoing maintenance of the laundry equipment, adhering to strict quality and energy efficiency standards. This procurement is vital for supporting the housing and recreation programs at SIPI, enhancing the living conditions for students. Interested vendors must submit their proposals by March 14, 2025, with the contract expected to commence on July 1, 2025, and run for one year, with options for four additional years. For further inquiries, contact Jeff Morris at jeff.morris@bie.edu or call 505-364-2130.
    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 across sixty-six schools managed by the Bureau of Indian Education, including nine Bureau of Indian Affairs locations. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires contractors to conduct annual external inspections of boilers and pressure vessels, providing 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 commencing on March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors should submit their offers by March 20, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
    S--Refuse Service, Jemez and T'siya
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for refuse services at Jemez Day School and T'siya (Zia) Day School in New Mexico. The procurement involves providing waste management services, including the servicing of two 20-cubic yard dumpsters at Jemez Day School and one at T'siya Day School, with weekly pickups scheduled from April 1, 2025, to March 31, 2030. This contract is significant for supporting the operational needs of educational institutions while adhering to federal regulations and promoting economic opportunities for Indian-owned businesses. Interested contractors must submit their proposals by March 19, 2025, and can direct inquiries to Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.
    Z--GYM FLOOR REPLACEMENT KCES
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the replacement and repair of the gym floor at Keams Canyon Elementary School in Arizona. This project, identified as solicitation number 140A2325Q0065, is set aside for Indian Small Business Economic Enterprises (ISBEEs) and requires contractors to comply with various federal regulations, including Davis Bacon Wage Determinations and safety standards. The total budget for the project is between $100,000 and $250,000, with proposals due by March 6, 2025, following a mandatory site visit on February 21, 2025. Interested contractors should direct inquiries to Krisanne Dernago at krisanne.dernago@bie.edu and ensure they are registered in the System for Award Management to participate in the bidding process.
    SOLICITATION-MAT AND MOP SERVICES FOR PINE RIDGE IHS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for mat and mop services at various facilities on the Pine Ridge Indian Reservation in South Dakota. The procurement aims to secure cleaning services for the Pine Ridge IHS Hospital, Public Health Nursing Building, Diabetes Building, Martin Health Clinic, Kyle Health Center, Kyle Four Directions, and the Kyle Wellness Center, ensuring a clean and safe environment for healthcare delivery. This solicitation is a Request for Quote (RFQ) and is set aside for small businesses, with offers due by 4:00 pm MST on March 28, 2025. Interested vendors should direct inquiries to Mary Baird at mary.baird@ihs.gov or by phone at 605-867-3379, and are encouraged to review the attached documents for detailed requirements and pricing structures.
    Solicitation 75H70725Q00061_Air handling/Exhaust Units Inspection and Cleaning for Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for air handling and exhaust unit inspection and cleaning services at the Zuni Comprehensive Community Health Center in New Mexico. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses in federal contracting. The contract will be awarded as a Firm Fixed Price, with an initial base year and an option for renewal, requiring contractors to submit technical acceptability, past performance, and price proposals by March 18, 2025. Interested parties can contact Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or by phone at 505-256-6768 for further information.
    Install a Sewer Service Line Bixby, OK
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors to install a sewer service line in Bixby, Oklahoma. The project involves the installation of a 4-inch SDR 35 PVC sewer service line, adhering to local regulations and industry standards, with a focus on quality assurance and compliance with the City of Bixby’s construction codes. This initiative is part of the federal government's efforts to improve local infrastructure and public health through reliable sanitation services. Interested contractors, particularly those qualifying as Indian Economic Enterprises under the Buy Indian Act, must submit their proposals by March 21, 2025, and can contact Jeffrey Gilmore Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov for further information.
    QTRS 1010 ROOF REPLACEMENT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is soliciting proposals for a roof replacement project at Government Quarters 1010 located in Crow Agency, Montana. The project requires a contractor to provide all necessary labor, materials, and equipment for a complete roof replacement, including the installation of metal roofing panels and gutters, while adhering to local labor regulations and BIA policies. This initiative underscores the importance of supporting Indian Small Business Economic Enterprises (ISBEE) and ensuring compliance with federal acquisition clauses, particularly those related to minority participation. Proposals are due by April 9, 2025, and interested contractors can contact Mary King at Mary.King@bia.gov or by phone at 406-247-7941 for further information.
    CARPET CLEANING Services AS SPECIFIED IN ATTACHED SOW, SPECS AND MAP- Base Ketchikan
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for carpet cleaning services at Base Ketchikan, Alaska. The procurement requires contractors to provide labor, supervision, materials, and equipment for cleaning approximately 12,417 square feet across various facilities, adhering to industry standards and utilizing environmentally friendly products. This contract includes a one-year base period with two optional extension years, emphasizing the importance of maintaining cleanliness and operational integrity while minimizing disruption during specified cleaning hours from 4 PM to 2 AM on weekdays. Proposals must be submitted via email by 3 PM Alaska Time on April 3, 2025, with evaluations based on price and technical qualifications. For further inquiries, interested parties may contact Deno Stamos at deno.a.stamos@uscg.mil or Benjamin Reedy at benjamin.r.reedy@uscg.mil.