38--317 07C HYDRAULIC EXCAVATOR/MULCHER
ID: 140A1225Q0003Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSNORTHWEST REGIONPORTLAND, OR, 97232, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

MISCELLANEOUS CONSTRUCTION EQUIPMENT (3895)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 4:00 PM UTC
Description

The Bureau of Indian Affairs (BIA) is seeking proposals for the procurement of two CAT317 hydraulic excavators with mulcher attachments for the Flathead Indian Irrigation Project. This solicitation is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the government's commitment to supporting tribal economic development. The equipment is crucial for enhancing irrigation infrastructure and operational efficiency within the project, which is vital for the agricultural needs of the local tribes. Proposals are due by May 9, 2025, with delivery expected within 120 days after award to Saint Ignatius, MT. Interested parties can contact Brock Bell at brock.bell@bia.gov for further information.

Point(s) of Contact
Files
Title
Posted
Apr 14, 2025, 8:06 PM UTC
The document serves as a justification for a procurement action that does not allow for full and open competition, specifically regarding the acquisition of heavy construction equipment, namely a CAT317 Excavator and a mulcher attachment, for the Flathead Indian Irrigation Project managed by the Bureau of Indian Affairs. The contracting officer cites that all existing equipment is by Caterpillar, which ensures that operators and mechanics are well-versed in its usage and maintenance, thus facilitating operational efficiency. Despite the restriction to a sole brand, market research indicates that multiple ISBEE vendors can supply the equipment and that there is sufficient distributor support to foster competition. This requirement will be publicly announced according to federal regulations, ensuring transparency and wider solicitations. The justification outlines the anticipated cost as fair and reasonable, based on prior vendor engagement and local repair capabilities that minimize downtime during mechanical failures. Future efforts will aim to broaden the scope of vendors by exploring the potential for alternative manufacturers to reduce dependency on brand-name acquisitions. Overall, the document emphasizes the need for specific brand reliance due to operational considerations while also indicating a commitment to increasing competitive options in future procurements.
Apr 14, 2025, 8:06 PM UTC
The document outlines the self-certification process for Offerors under the Buy Indian Act, as defined by the Department of the Interior Acquisition Regulation (DIAR) Part 1480. It confirms that enterprises claiming to be an "Indian Economic Enterprise" (IEE) must meet specific criteria at three critical points: during the proposal submission, at the contract award, and throughout the contract's duration. Contracting Officers can request additional documentation regarding eligibility at any stage. Misrepresentation can lead to severe legal repercussions under 18 U.S.C. 1001 and 31 U.S.C. 3729 to 3731. The form requires the Offeror to provide identifying details, including the name of the federally recognized tribal entity and ownership information, culminating in a signature certifying compliance with the IEE definition. This process plays an integral role in ensuring transparency and accountability within government contracting, particularly for Indian Economic Enterprises, supporting the objectives of federal RFPs and grants aimed at promoting economic opportunities for tribal entities.
Apr 14, 2025, 8:06 PM UTC
The document is an amendment to solicitation number 140A1225Q0003, issues by the BIA Northwest Regional Office in Portland, Oregon, regarding contract modifications. The primary purpose of this amendment is to extend the deadline for offers from the original date to May 9, 2025. It outlines that contractors must acknowledge the receipt of this amendment to ensure their offers are considered; failure to do so may lead to rejection. Contractors can acknowledge by completing copies of the amendment, via separate letters, or electronic communication that references the solicitation and amendment numbers. The document remains largely unchanged aside from the deadline extension, adhering to established regulations and emphasizing the importance of timely communication. Overall, it serves to maintain clarity and compliance in the bidding process for federal contracts.
Apr 14, 2025, 8:06 PM UTC
The document is a solicitation for the procurement of two CAT317 hydraulic excavators for the Bureau of Indian Affairs (BIA) Flathead Indian Irrigation Project. The acquisition is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), and a Firm-Fixed-Price Purchase Order is anticipated. The North American Industry Classification System (NAICS) code applicable to this acquisition is 333120, with a small business size standard of 1,250 employees. Proposals must be submitted by March 13, 2025, with delivery expected within 120 days after award to Saint Ignatius, MT. The document details the necessary specifications, line items, and requirements for bidders, including references to federal laws and regulations that govern the solicitation process. Required clauses from the Federal Acquisition Regulation (FAR) and Department of the Interior Acquisition Regulation (DIAR) ensure compliance with ethical standards, labor laws, and other contractual obligations. Invoicing must be done electronically via the Treasury's Invoice Processing Platform, and contractors must meet strict reporting and performance evaluation requirements. The solicitation emphasizes the commitment to utilizing small business resources while ensuring compliance with government contract regulations and standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Y--Wapato Drop One Water Screens
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is issuing a pre-solicitation notice for proposals from Indian-owned Small Business Economic Enterprises (ISBEEs) to undertake construction work at the Drop 1 Pumping Plant, part of the Wapato Irrigation Project near Yakima, Washington. The project involves the installation of automatic traveling water screens, gate actuators, and essential safety improvements aimed at enhancing the safety and efficiency of the irrigation water supply in the region. This initiative is crucial for modernizing vital irrigation infrastructure, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and the contract will be awarded using the Lowest Price Technically Acceptable method. Proposals will be accepted approximately 30 days post-solicitation, expected around May 2, 2025, with an estimated project duration of 295 days following the notice to proceed. Interested parties must have a UEI number and be registered in the System for Award Management (SAM), and inquiries can be directed to Contract Specialist Gregory Florey or Contracting Officer William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
Towable Sewer Machine for BIE AZ Navajo Central Ag
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is seeking qualified vendors to provide a Towable Sewer Machine for the Bureau of Indian Education (BIE) at the Navajo Central Agency Facility in Chinle, AZ. This procurement is a 100% set-aside for Indian Small Business Economic Enterprise (ISBEE) vendors, emphasizing the need for submissions that demonstrate technical capabilities, relevant experience, and compliance with federal regulations, particularly concerning background checks for contractor employees interacting with Indian children. The Towable Sewer Machine is essential for maintaining waste disposal operations at the facility, ensuring the health and safety of the community served. Interested vendors should contact Michael Drinkwater at michael.drinkwater@bie.edu for further details, with an estimated delivery timeline of 90 days following contract award.
R--DIGITIZATION PROJECT
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking proposals for a digitization project aimed at transitioning approximately 500 boxes of paper records to electronic formats at its Rocky Mountain Regional Office and associated agencies. This initiative is in response to federal mandates for compliance with National Archives and Records Administration (NARA) standards, emphasizing the importance of efficient records management and data security. Contractors must possess a minimum of ten years of experience in records management and adhere to strict security protocols while completing the project within a timeline of 6 months to 1 year. Interested parties should contact Mary King at Mary.King@bia.gov or by phone at 406-247-7941, with proposals due by May 8, 2025, at 1700 local time.
7K--Nimble Storage for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of Nimble Storage solutions for its Office of Information Technology (OIT). This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance the agency's IT storage capabilities through the acquisition of various HPE storage products and accessories. The selected contractor will be responsible for delivering the required products within 90 days post-award, with proposals due by April 1, 2025. Interested parties can reach out to Maggie Main at maggie.main@bia.gov for further inquiries regarding this solicitation.
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.
Ductile iron utility poles and related electrical
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for the procurement of ductile iron utility poles and related electrical hardware intended for the Colorado River Agency in Parker, Arizona. The procurement requires various sizes of utility poles and specific hardware parts that must meet stringent quality and material standards, including ASTM and ANSI classifications, with all materials required to be new. This initiative supports the federal government's commitment to high-quality standards and economic opportunities for local enterprises, particularly targeting Indian Economic Enterprises. Interested parties must submit their quotes by April 16, 2025, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
Thermal Monoculars BIA Office of Justice Services
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Office of Justice Services, is seeking proposals for the procurement of 30 thermal monoculars intended for use by the Missing and Murdered Unit in Albuquerque, NM. The thermal monoculars must meet specific technical requirements, including compatibility with helmet mounts, a combat-proven design, and a minimum detection range of 753 yards, ensuring they are suitable for tactical operations. This procurement is fully set aside for Indian Small Business Economic Enterprises (ISBEE), reflecting the government's commitment to supporting Indian-owned businesses in federal contracting. Interested offerors must submit their proposals, including technical specifications and compliance with federal regulations, by the specified deadline, and can contact Lara Wood at lara.wood@bia.gov for further information.
Nlyte Software Licenses for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for Nlyte Software Licenses for its Office of Information Technology (OIT), with a focus on engaging Indian Small Business Economic Enterprises (ISBEEs). The procurement aims to secure a Firm-Fixed-Price purchase order for software licenses, along with associated support and maintenance services, emphasizing compliance with federal contracting regulations. This initiative is crucial for enhancing the Bureau's IT capabilities and ensuring efficient management of software resources. Proposals are due by April 9, 2025, and interested parties can contact Maggie Main at maggie.main@bia.gov for further information.
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.
Y--BIE Chinle Agency Fencing Installation
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the installation of a chain-link fence and two gates at the Bureau of Indian Education's Chinle Agency in Arizona. The project entails the construction of 1,995 linear feet of commercial-grade chain-link fencing, aimed at enhancing security and protecting property from vandalism and break-ins. This initiative is part of the government's commitment to improving safety on tribal lands and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), promoting economic opportunities for qualified Indian-owned businesses. Interested contractors must submit their proposals by the end of April 2025, with an estimated project value between $100,000 and $250,000. For further inquiries, potential bidders can contact Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933.