MOLD REMEDIATION
ID: 140A0325Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSSOUTHERN PLAINS REGIONANADARKO, OK, 73005, 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 Dec 30, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 30, 2024, 12:00 AM UTC
  3. 3
    Due Jan 17, 2025, 8:00 PM UTC
Description

The Bureau of Indian Affairs (BIA) is seeking qualified contractors to provide mold remediation services at the Horton Agency in Horton, Kansas, under Solicitation No. 140A0325Q0004. The project entails a comprehensive assessment, cleaning, and reporting of mold in designated areas, specifically a Basement Storage Room and Server Room, totaling approximately 400 square feet. The contractor will be responsible for developing a detailed cleaning plan, conducting clearance sampling, and ensuring compliance with federal, state, and local regulations, all overseen by a Certified Industrial Hygienist (CIH). Quotes are due by January 17, 2025, at 2:00 PM Central Standard Time, and interested parties must contact Jocelyn Little Chief at jocelyn.littlechief@bia.gov for further information. This procurement is exclusively set aside for Indian Economic Enterprises in accordance with the Buy Indian Act, with a contract expected to be awarded within 30 days of the award date.

Point(s) of Contact
Files
Title
Posted
Dec 30, 2024, 4:05 PM UTC
The Bureau of Indian Affairs (BIA) is seeking a contractor for mold remediation services at the Horton Agency in Kansas. The project requires assessment, cleaning, and reporting of mold in specific areas of the facility, including a Basement Storage Room and Server Room of approximately 400 sq. ft. The work will involve cleaning mold from surfaces, conducting clearance sampling to ensure effective remediation, and providing a final written report detailing actions taken and recommendations for preventing future mold growth. A Certified Industrial Hygienist (CIH) will oversee the project, ensuring compliance with federal, state, and local regulations. The contractor must develop a detailed cleaning plan, obtain necessary clearances, and ensure safe disposal of any contaminated materials. Additionally, the final report must document remediation efforts, clearance results, and operational recommendations to maintain indoor air quality. The document outlines clear administrative requirements regarding project approval, coordination, invoicing, and compliance with safety regulations, ensuring the work is conducted in a methodical and professional manner to enhance the safety and habitability of the facility.
Dec 30, 2024, 4:05 PM UTC
Dec 30, 2024, 4:05 PM UTC
The document appears to be a layout plan for an office space located in a federal building, specifically representing the first floor of an office complex referred to as "HORTON AGE." The plan includes the designation of various office rooms and their dimensions, clearly outlining different office areas, consultation spaces, waiting areas, and corridors, suggesting a systematic approach to optimizing the use of the available space. The file may serve as part of a government request for proposals (RFP) or grant application, aimed at improving or renovating office facilities to support operational efficiency. Understanding the layout is fundamental for potential contractors or grantees when proposing their services or bids. The plan's clarity indicates a commitment to maintaining organized work environments, aligning with federal standards for office design and functionality. Overall, this document's significance lies in its role in informing stakeholders about spatial arrangements essential for effective workflow in federal operations.
Dec 30, 2024, 4:05 PM UTC
The document outlines the requirements for an Indian Economic Enterprise (IEE) under the Buy Indian Act, as stipulated by 25 U.S.C. 47. It establishes that the signature in the Offeror Section serves as self-certification that the enterprise meets the IEE criteria, which must be satisfied at the proposal submission, contract award, and throughout the contract duration. Contracting Officers reserve the right to request further eligibility documentation during the acquisition process. The text emphasizes that any false or misleading information can lead to criminal penalties under various U.S. Codes. Additionally, it provides a form for Offerors, requiring essential details such as the name of the tribal entity, legal business name, owner information, and certifying signature. The document's primary purpose is to ensure compliance with federal regulations regarding contracts awarded to Indian Economic Enterprises, reinforcing accountability throughout the procurement process.
Dec 30, 2024, 4:05 PM UTC
The document outlines a Request for Proposal (RFP) for Mold Remediation Services, identified by Solicitation No. 140A0325Q0004, to be issued by the Bureau of Indian Affairs (BIA), specifically the Horton Agency located in Horton, Kansas. This procurement is exclusively set aside for Indian Economic Enterprises in accordance with the Buy Indian Act. The successful contractor is expected to complete the remediation services within 30 days of the award date, which falls between January 27, 2025, and February 28, 2025. Submission of quotes is required by January 17, 2025, at 2:00 PM Central Standard Time. Key components needed in the proposal include the SF-1449 form, a summary of the proposed work, and a signed IEE Representation Form. Furthermore, the evaluation process will follow a Lowest Price Technically Acceptable methodology, prioritizing offers that meet specifications and delivery timelines. Additional governmental regulations, clauses, and contact information for the contracting officer are specified within the document to ensure compliance and facilitate the contracting procedure.
Lifecycle
Title
Type
MOLD REMEDIATION
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
FIRE RATED COUNTER DOORS
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting bids for the installation of fire-rated rolling counter doors at its Anadarko Agency in Oklahoma, under project number 140A0325Q0005. The project involves the demolition of existing structures, installation of new fire-rated doors compliant with NFPA 80 standards, and associated electrical work, with all materials required to be brand new. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), with an estimated contract value between $25,000 and $100,000, and bids are due by May 12, 2025, with an anticipated award date of June 1, 2025. Interested contractors should contact Jocelyn Littlechief at Jocelyn.LittleChief@bia.gov or call 405-247-1527 for further details.
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.
DIGITIZATION PROJECT
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting proposals for a Digitization Project aimed at transitioning paper records to electronic formats within the Rocky Mountain Region, specifically at the Crow Agency in Montana. The project involves the on-site digitization of approximately 105 boxes of records, requiring contractors to possess at least ten years of experience in records management and to adhere to federal regulations, including NARA standards. This initiative is crucial for enhancing records management, ensuring data security, and improving accessibility to important documentation. Interested Indian Small Business Economic Enterprises must submit their proposals by May 8, 2025, at 1700 local time, and can contact Mary King at Mary.King@bia.gov or 406-247-7941 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.
GARAGE DOOR REPLACEMENT FOR BIA-MESCALERO AGENCY
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking qualified small businesses to provide and install a commercial-grade garage door at the Mescalero Agency in Mescalero, New Mexico. The procurement involves removing an existing door and installing a new one, with specific requirements regarding dimensions, insulation, and warranty, while ensuring compliance with federal safety and quality standards. This opportunity emphasizes the importance of small business participation, including preferences for service-disabled veteran-owned, HUBZone, and economically disadvantaged women-owned businesses. Quotes are due by April 18, 2025, at 5:00 PM (MDT), with an anticipated award date of April 24, 2025. Interested parties should contact Sonia Nelson at Sonia.Nelson@bia.gov for further details.
AQUATIC HERBICIDE
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of aquatic herbicides to support the Flathead Indian Irrigation Project. This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the government's commitment to fostering economic participation among indigenous businesses. The herbicides are critical for controlling aquatic vegetation that could obstruct irrigation water flow, thereby safeguarding agricultural operations and preventing potential legal claims against the government. Interested vendors should contact Brian Roberts at brian.roberts@bia.gov or call 503-231-2279 for further details, with proposals expected to be delivered within 60 days of award notification.
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.
Contractor shall abandon a hand dug well for A. Wahwassuck#596 in Horton, KS (Brown Co.) in accordance with the statement of work and drawing.
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is seeking qualified contractors to abandon a hand-dug well at A. Wahwassuck596 in Horton, Kansas. The project requires the contractor to safely abandon the well by removing all pumps and debris, disinfecting the well, and plugging it with specified materials, all in accordance with the provided statement of work and drawings. This procurement is set aside for small businesses under NAICS code 237110, with an estimated contract value of less than $25,000 and a performance period of 60 calendar days from the award date. Interested vendors must submit their quotes by April 21, 2025, to Noleen Powell at noleen.powell@ihs.gov, ensuring compliance with all submission requirements to avoid disqualification.
Roof Repair - Beclabito Day School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a roof repair project at Beclabito Day School in Shiprock, New Mexico. The project entails the removal and repair of approximately 37,000 square feet of damaged roofing using TPO materials, with the objective of ensuring compliance with Indian Affairs life safety codes and extending the roof's lifespan. This procurement is crucial for maintaining safe and functional educational facilities for the community, with a project budget estimated between $250,000 and $500,000. Interested contractors must submit sealed bids by May 15, 2025, and are encouraged to direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259 before the question deadline of May 5, 2025.
68--PEST CONTROL SERVICES
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide pest control services for various facilities across the Truxton Canon Agency locations in Arizona. The contract will cover a base year from April 1, 2025, to March 31, 2026, with the option to extend for four additional years, ensuring ongoing pest management to maintain safe environments in public facilities. This procurement is set aside for Indian Economic Enterprises (IEEs), emphasizing the government's commitment to supporting tribal businesses while adhering to strict regulatory compliance. Interested contractors should contact Danielle Bitsilly at danielle.bitsilly@bia.gov for further details and to submit proposals by the specified deadlines.