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
    Description

    The Bureau of Indian Affairs, under the Department of the Interior, is soliciting proposals for the procurement of two CAT317 hydraulic excavators for the Flathead Indian Irrigation Project, with this opportunity set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs). The procurement aims to enhance operational efficiency by acquiring heavy construction equipment that aligns with existing machinery, ensuring that operators and mechanics are familiar with its usage and maintenance. Proposals must be submitted by March 13, 2025, with delivery expected within 120 days after award to Saint Ignatius, MT. Interested vendors can contact Brock Bell at brock.bell@bia.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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
    Z--CRIP Main Canal Checks with Lateral 73
    Buyer not available
    The Bureau of Indian Affairs (BIA) is soliciting proposals for the Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73, focusing on construction, alteration, and repair work on critical irrigation infrastructure in La Paz County, Arizona. This competitive procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and includes the rehabilitation and replacement of check structures MC185, MC270, and MC420, as well as the Lateral 73-36 Check, with an estimated project cost exceeding $10 million. The project is vital for enhancing irrigation efficiency and ensuring reliable water management for agricultural needs, with a proposal submission deadline of March 18, 2025, and a performance period of 900 days post-notice to proceed. Interested contractors can contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444 for further details.
    Sonar Underwater Drone BIA Off. of Justice Service
    Buyer not available
    The Bureau of Indian Affairs (BIA) under the U.S. Department of the Interior is seeking proposals for the procurement of specialized Sonar Underwater Drone Equipment, specifically the OceanBotics SRV-8 ROV and associated components. This solicitation is aimed at Indian Small Business Economic Enterprises (ISBEEs) and includes multiple line items such as underwater drones, multibeam sonar systems, robotic grabbers, and spare parts, with an emphasis on brand-name specifications and customer support. The equipment is intended to enhance the capabilities of the BIA's Office of Justice Services, particularly in addressing cases involving missing and murdered individuals, thereby reflecting the government's commitment to advanced marine technology for effective operational needs. Proposals are due within 90 days post-order, and interested parties can contact Lara Wood at lara.wood@bia.gov 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 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.
    Portable Air Compressor, Yakama Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of a Portable Air Compressor for the Yakama Agency located in Toppenish, WA. The solicitation is set aside for Indian Small Business Economic Enterprises (ISBEEs) and requires compliance with specific technical specifications, including adherence to Tier 4 Final emissions standards and a free-air delivery of 185 cfm. This equipment is essential for various operational tasks within the agency, ensuring efficient performance and reliability. Interested contractors must submit their proposals within the specified timeframe, with an anticipated delivery of the compressor within 60 days after award. For further inquiries, potential bidders can contact Brock Bell at brock.bell@bia.gov.
    23--Heavy Equipment Trailer, Yakama Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of heavy-duty trailers for the Yakama Agency. The contract involves the supply of two types of trailers: a 20ft Heavy Duty Tandem Dual Wheel Gooseneck trailer and a 22ft Heavy Duty Over-the-Axle Tilt Bed Equipment Trailer, both designed to meet stringent safety and durability standards for government use. This procurement is particularly significant as it supports Indian Small Business Economic Enterprises (ISBEEs) through a set-aside provision, ensuring compliance with federal regulations and promoting community engagement. Interested suppliers must submit their proposals within the specified timeframe, and for further inquiries, they can contact Brock Bell at brock.bell@bia.gov.
    Fort Hall Indian Irrigation Project (FIIP) Pump 13
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the repair or replacement of Pump 138 as part of the Fort Hall Indian Irrigation Project (FIIP) located at the Fort Hall Indian Reservation in Idaho. The project requires the contractor to supply a new pump with specifications of 255 HP and 1850 GPM, along with necessary components and professional services to ensure the work does not disrupt irrigation deliveries to approximately 72,000 acres of agricultural land. This initiative highlights the federal government's commitment to maintaining essential infrastructure for tribal agricultural activities. Proposals are due by March 10, 2025, and the contract is set aside for small businesses under NAICS code 811310, with inquiries directed to Brian Roberts at brian.roberts@bia.gov or 503-231-2279.
    Irrigation canal lining maintenance
    Buyer not available
    The Bureau of Indian Affairs (BIA) is soliciting bids for the maintenance of approximately 140 miles of concrete lining along the Colorado River Irrigation Project (CRIP). Contractors are required to provide maintenance services on an as-needed basis during designated dry-up periods, which includes identifying and repairing damaged lining, preparing sites for new Gunite material, and ensuring the finished surface matches existing conditions. This initiative is crucial for supporting the agricultural needs of the Colorado River Indian Reservation, emphasizing the importance of maintaining essential irrigation infrastructure for the community's productivity. Interested bidders must submit sealed offers by 8:00 AM local time on March 31, 2025, and can contact Randall Brown at Randall.Brown@bia.gov or 520-723-6208 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.
    Maintenance Supplies for Many Farms High School
    Buyer not available
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is soliciting proposals for maintenance supplies for Many Farms High School, specifically set aside for Indian Small Business Economic Enterprises (ISBEEs). The procurement includes a variety of essential items such as multi-tool kits, batteries, ratcheting tool sets, and storage chests, with detailed specifications and quantities outlined in the Request for Quote (RFQ). These supplies are crucial for maintaining the operational efficiency of the school, supporting the educational environment for students. Interested vendors must submit their proposals, including pricing and required certifications, by the specified deadline, and can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further information.
    Firewall Hardware & Licenses for OIT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the acquisition of firewall hardware and licenses for its Office of Information Technology. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 541519, emphasizing the government's commitment to supporting eligible small businesses in the technology sector. The selected vendor will provide essential cybersecurity infrastructure, with a firm fixed-price purchase order anticipated to be awarded within 90 days of the contract award. Interested offerors should ensure compliance with federal acquisition regulations and submit their proposals promptly, as late submissions may jeopardize eligibility; for further inquiries, contact Maggie Main at maggie.main@bia.gov.