MOLD REMEDIATION
ID: 140A0325Q0004Type: Combined Synopsis/Solicitation
AwardedFeb 4, 2025
$12.1K$12,099
AwardeeAMERICAN NATIVE VETERANS OF LOUISIANA LLC 809 FLORIDA ST Mandeville LA 70448 USA
Award #:140A0325P0009
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
    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
    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.
    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.
    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.
    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
    Trash Pickup for Kaibeto Boarding School
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking quotations for trash pickup services at the Kaibeto Boarding School. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, with a focus on solid waste collection under NAICS code 562111. The contract will be structured as a Firm Fixed Price purchase order for a base year starting January 1, 2026, with the possibility of four additional option years extending through 2030. Interested contractors must submit a comprehensive quote that includes their qualifications and ability to perform, with evaluations based on technical capability and price. For further inquiries, potential offerors can contact Ashleigh Cleveland at Ashleigh.Cleveland@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.
    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.
    R--Geographic Information Systems (GIS) Modernization
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking contractor support for the Geographic Information Systems (GIS) Modernization project, aimed at enhancing IT systems through data integration and workflow improvements. The primary objectives include addressing a backlog of mapping trust lands and developing GIS applications to manage natural resources on Indian lands, with specific tasks outlined for both experienced and basic GIS support roles. This project is critical for improving the management of tribal resources and ensuring compliance with various regulations. Interested parties must acknowledge the amendment to the solicitation and submit their proposals by the specified deadlines, with the contract period set from February 1, 2026, to January 31, 2027. For further inquiries, contact Nancy Shah at Nancy.Shah@bia.gov or call 703-390-6728.
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    S--Waste Management Services for Blackfeet Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking to negotiate a sole source contract with the Blackfeet Tribe for Waste Management Services for the Blackfeet Agency. The BIA has determined that the Blackfeet Tribe is the only entity capable of fulfilling the specific requirements outlined in the procurement specifications. This contract is crucial for ensuring effective waste management services within the Blackfeet Agency, which is vital for maintaining environmental standards and community health. Interested parties who believe they can meet the requirements are encouraged to submit their capabilities and specifications by the deadline to the primary contact, Lara Wood, at lara.wood@bia.gov, as the government will consider these responses to assess the feasibility of competitive procurement. The contract will be processed using Simplified Acquisition Procedures (FAR 13) and FAR Part 12, Acquisition of Commercial Items, with no solicitation package available.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    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.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    Trash Service, Haskell Indian Nations University (
    Interior, Department Of The
    The Bureau of Indian Education (BIE) is soliciting quotes for trash collection services at Haskell Indian Nations University (HINU) in Lawrence, Kansas. The procurement involves a firm-fixed-price purchase order for refuse collection and disposal services, with a base year from January 1, 2026, to December 31, 2026, and four optional one-year extensions through December 31, 2030. This service is crucial for maintaining the university's cleanliness and compliance with health and sanitation regulations, requiring the contractor to provide specific equipment and adhere to various federal and state standards. Quotes are due by December 17, 2025, at 2:00 p.m. Central Standard Time, and must be submitted via email to Jeff Morris at jeff.morris@bie.edu.