38--BACKHOE LOADER
ID: 140A0924Q0088Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSNAVAJO REGIONGALLUP, NM, 87301, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

EARTH MOVING AND EXCAVATING EQUIPMENT (3805)

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 seeking proposals for the procurement of a Backhoe Loader to enhance operational efficiency for the Western Navajo Transportation in Tuba City, Arizona. The specifications for the loader include an engine output of 115 hp, compliance with Tier 4 Final emission standards, and essential attachments such as a heavy-duty backhoe bucket and a general-purpose loader bucket. This procurement is part of the federal government's initiative to support infrastructure development within Native American communities, with a focus on promoting participation from Indian Small Business Economic Enterprises. Interested vendors must submit their proposals by 3:00 p.m. MDT on September 18, 2024, and can direct inquiries to Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.

    Point(s) of Contact
    Begay, Elsie
    (505) 863-8226
    (505) 863-8382
    Elsie.Begay@bia.gov
    Files
    Title
    Posted
    The document outlines the requirements for the procurement of a Backhoe Loader under a federal or local government RFP. Key specifications include an engine output of 115 hp, compliance with Tier 4 Final emission standards, and an extendable 15 ft stick. The loader features standard ride control, hydraulic thumb attachment, deluxe cab, and a cold weather package. Its capacities include a fuel tank of 42.3 gallons and a hydraulic tank of 11.1 gallons. Additional attributes comprise a spring-applied hydraulically released brake system, joystick controls, and sound suppression engine enclosure. The loader must also come with essential attachments, including a heavy-duty backhoe bucket, a general-purpose loader bucket, and a vibratory plate compactor. The machine is to be delivered to the Western Navajo Branch of Transportation in Tuba City, AZ. This procurement aims to enhance the operational efficiency and capabilities of local public works, addressing community infrastructure needs, particularly in transportation and construction sectors.
    The document outlines the Indian Economic Enterprise Representation requirements as part of the Buy Indian Act, administered by the United States Department of the Interior. It certifies that an offeror meets the criteria of an Indian economic enterprise, defined as a profit-oriented business owned at least 51% by Indians or Indian Tribes, with majority earnings and management controlled by Indian individuals. The representation must be accurate at three key points: when an offer is made, at the time of contract award, and throughout the contract duration. Any false information can lead to serious legal consequences under federal law. The form includes a declaration for the offeror to indicate whether they meet the IEE criteria, along with space for business identification and certification. Overall, the document emphasizes compliance and accountability within government contracts set aside for Indian enterprises, reflecting broader efforts to support Indigenous economic development.
    The Bureau of Indian Affairs (BIA) requests proposals for a Backhoe Loader for the Western Navajo Transportation in Tuba City, Arizona. This document serves as a combined synopsis/solicitation prepared under FAR Subpart 12.6, with the announcement constituting the only solicitation; no additional written solicitation will be issued. The Request for Quote (RFQ) is issued under Solicitation No. 140A0924Q0088, applying to the acquisition of commercial items. The BIA emphasizes compliance with specific federal acquisition regulations, including various FAR clauses that address offeror representations, payment methods, and contractor obligations. Prospective vendors must provide detailed quotes, including a price schedule, and are encouraged to include their Unique Entity Identifier (UEI) Number, along with proof of registration at SAM.gov. Submissions are due by 3:00 p.m. MDT on September 16, 2024, and inquiries can be directed to Elsie Begay, Contract Specialist. This solicitation also encourages participation from Indian economic enterprises, ensuring opportunities are provided within the indigenous community. Overall, this initiative reflects the federal government's efforts to procure necessary equipment while adhering to regulations designed to promote economic development within Native American communities.
    The document outlines a Request for Quotation (RFQ) for the procurement of a backhoe loader, identified by RFQ NO. 140A0924Q0088. It specifies the need for one unit of a backhoe loader and requires bidders to provide an itemized cost breakdown. An attachment is referenced for further pricing details, indicating the importance of transparency in the bidding process. This RFQ represents a typical government procurement action to acquire equipment essential for various operations, reflecting the federal government's systematic approach to maintaining and improving public infrastructure and service capabilities. Proper submission and adherence to the guidelines are critical for potential bidders aiming to fulfill governmental needs effectively.
    The U.S. government solicitation amendment for RFQ No. 140A0924Q0088 extends the response deadline to September 18, 2024, at 3:00 PM MDT. Alongside this extension, the delivery address for the contract has been modified from the Western Navajo Agency in Tuba City, Arizona, to the Branch of Transportation in Farmington, New Mexico. This amendment confirms that all other terms and conditions of the original solicitation remain unchanged. The procurement is categorized as an Indian Small Business Economic Enterprise set-aside under the Buy Indian Act, focusing on the provision of earth-moving and excavating equipment. This document is essential for interested contractors, ensuring they acknowledge the amendments for their submissions to be considered valid, thereby fostering compliance with federal procurement regulations.
    This document outlines a Request for Proposal (RFP) issued by the Bureau of Indian Affairs (BIA) Navajo for the procurement of a backhoe loader (product/service code 3805), categorized under earth moving and excavating equipment. The RFP includes details such as a due date for offers of September 16, 2024, and the delivery date set for September 30, 2024. The acquisition is designated as an "Indian Small Business Economic Enterprise Set-Aside Procurement" under the Buy Indian Act, suggesting a preference for bids from small businesses within the Indian community. Key information includes the solicitation number (140A0924Q0088) and a contact for inquiries, Elsie Begay, reachable at 505-863-8226. The RFP is part of broader federal government efforts to foster economic opportunities for small businesses, particularly those owned by veterans and women. The document emphasizes compliance with various federal acquisition regulations and outlines the necessary provisions for submission, including invoicing and payment processes. This structured approach fosters transparency and accountability in federal contracting, ensuring that small businesses can contribute significantly to government procurement efforts.
    Lifecycle
    Title
    Type
    BACKHOE LOADER
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    J--Repair Caterpillar 143H motor grader
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking a contractor to repair a Caterpillar 143H motor grader that has experienced engine failure. The contractor will be responsible for providing comprehensive repair services, including a diagnostic estimate and the replacement of the engine with a reconditioned Long Block, while utilizing reusable parts from the existing engine. This grader is crucial for maintaining irrigation canals and drainage systems, which are vital to the BIA's operational capacity. Interested vendors must submit pricing information and a capability statement by 8:00 a.m. MDT on September 20, 2024, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
    MOTOR GRADER
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to procure a six-wheel drive Motor Grader for road maintenance operations in Ft. Duchesne, Utah. The procurement requires a Motor Grader with a 14-foot moldboard and specific operational features, including an antler rack hydraulic control system and severe-duty fuel filtration, along with comprehensive training on equipment operation. This acquisition is crucial for maintaining essential infrastructure and ensuring the functionality of road maintenance operations within the agency. Interested parties must submit their quotes in response to the Request for Quote (RFQ) by the specified deadline, with a firm-fixed-price purchase order expected to be awarded within 120 days post-award. For further inquiries, vendors can contact Renee Holly at Renee.Holly@bia.gov or by phone at 602-379-3822.
    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.
    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.
    PROVIDE MAINTENANCE ON PBX
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for the maintenance of its Cisco VoIP network system under solicitation number 140A1124Q0094. The contract requires contractors to provide annual maintenance, emergency support, and a 24/7 Integrated Voice Recognition payment system, with a focus on ensuring reliable communication services for the San Carlos Irrigation Project (SCIP). This opportunity is particularly significant as it aims to support economic initiatives for Native-owned businesses through a 100% Buy Indian Act set-aside, encouraging participation from small businesses with relevant experience and capabilities. Proposals are due by September 12, 2024, at 0900 MD, and interested parties should direct inquiries to Randall Brown at Randall.Brown@bia.gov or call 520-723-6208.
    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.
    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.
    23--Gooseneck Trailer
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking bids for a Firm Fixed Price Purchase Order for a 25-foot long Gooseneck Trailer, with the procurement set aside for Indian Economic Enterprises that qualify as small businesses under the Buy Indian Act. The trailer must meet specific requirements, including a minimum weight capacity rating of 5,000 lbs per axle, and must be delivered within 30 days post-award. This procurement is significant as it aims to promote participation of Indian businesses in federal contracting opportunities. Interested contractors must submit their quotes electronically by September 23, 2024, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566.
    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.
    2024 NOXIOUS WEED ROW CONTROL & TREATMEN
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for the 2024 Noxious Weed Right of Way (ROW) Control and Treatment project, specifically targeting invasive species management within the Navajo Nation. The project involves controlling Russian Knapweed and Musk Thistle across approximately 156 acres along Navajo Routes 4 and 64, utilizing spot spraying with herbicides from June to October 2024 to mitigate ecological damage and protect native resources. Interested small businesses, particularly service-disabled veteran-owned small businesses, must submit detailed price quotes and comply with federal regulations, with proposals due by September 19, 2024, at 3:00 PM local time. For inquiries, vendors can contact Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.