F--Phase I ESA Svs in Village of Copper Center, AK
ID: 140A0525Q0019Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSPACIFIC REGIONSACRAMENTO, CA, 95825, 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 Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 4:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide Phase I Environmental Site Assessment (ESA) services for the former school site in the Village of Copper Center, Alaska. The objective of this procurement is to identify environmental risks and contamination at the site, which will guide necessary remediation efforts while ensuring compliance with federal, state, and tribal regulations. This project is particularly significant as it aims to empower Indian Small Business Economic Enterprises (ISBEEs) by providing them with contracting opportunities while adhering to environmental protection standards. Interested parties must submit their quotations by the specified deadlines, with the performance period set from April 21, 2025, to June 30, 2026. For further inquiries, potential contractors can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-978-6005.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 3:03 AM UTC
The Phase 1 Environmental Site Assessment (PH1 ESA) for the former school in Copper Center, Alaska, aims to identify environmental risks and contamination to guide site remediation. The project involves analyzing historical documents, conducting site reconnaissance, identifying contaminants, and evaluating risks to comply with environmental laws. The process includes planning, fieldwork, interviews with past property users, and reviewing public agency records. The contractor will perform initial project meetings, conduct on-site inspections for contamination, interview stakeholders, and compile findings in a comprehensive report. The timeline outlines specific completion dates for meetings, drafts, and final reporting, emphasizing collaboration with the Bureau of Indian Affairs (BIA) and compliance with federal, state, and tribal regulations. The overarching goal is to assess the property’s environmental condition, thus informing any necessary cleanup and ensuring compliance with relevant legal frameworks.
Apr 3, 2025, 3:03 AM UTC
This document outlines the self-certification requirements for Offerors wishing to participate in contracts under the Buy Indian Act, specifically emphasizing the need for entities to qualify as an "Indian Economic Enterprise" (IEE) per the Department of the Interior Acquisition Regulation (DIAR) Part 1480. The Offerors must satisfy the definition at three critical points: when submitting an offer, at the time of contract award, and throughout the contract duration. Contracting Officers may request additional eligibility documentation during the acquisition process. Submitting false information can lead to legal repercussions under federal statutes concerning false claims. The form includes sections for the Offeror’s information, including their Tribal affiliation and ownership details, cementing the representation of eligibility for participation in federal procurements. Overall, the purpose of this document is to ensure compliance with federal regulations aimed at supporting Indian economic enterprises in government contracting.
Apr 3, 2025, 3:03 AM UTC
The document outlines Amendment #1 to Request for Quotation (RFQ) number 140A0525Q0019, related to Remediation Services in Copper Center, AK. The amendment updates the Small Business Size Standard and addresses various inquiries from potential contractors, particularly regarding the use of past performance references from sister companies to satisfy contract requirements. The amendment clarifies that each offer submitted must acknowledge the amendment, and details how to do so. Interested parties must provide an itemized cost breakdown for each task under the Performance Work Statement (PWS) while ensuring that all costs can be transparently analyzed. This amendment extends the original solicitation terms and maintains all previously set conditions without changes. The period of performance for the project is specified as April 21, 2025, to June 30, 2026. This document reinforces the government's interest in full competition and emphasizes the importance of providing adequate evidence of a contractor’s ability to perform the required services. Overall, it aims to facilitate clear communication and compliance among contractors during the bidding process.
Apr 3, 2025, 3:03 AM UTC
The document presents a Request for Quotation (RFQ) for Phase 1 Environmental Site Assessment (ESA) services at the Old School Site in the Village of Copper Center, Alaska. The procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and aims to investigate historical documents, site conditions, and contamination risks from April 21, 2025, to June 30, 2026. It outlines the award methodology as a Firm-Fixed-Price Purchase Order, emphasizing adherence to specific federal regulations, clauses, and payment requirements via the Invoice Processing Platform. The solicitation details general requirements, the necessity for thorough environmental assessment work, and conditions for contractor responsibilities. Importantly, it includes clauses regarding labor standards, contractor compliance, payment processes, and inspection protocols set by the Bureau of Indian Affairs (BIA). Contractor performance will be regularly monitored, necessitating open communication about any project challenges. The RFQ aims to ensure compliance with environmental protection standards while empowering local Indian businesses through economic opportunity.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
F--Remediation Services in Village of Napaskiak, AK
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide remediation services in the Village of Napaskiak, Alaska. The primary objective of this procurement is to conduct a thorough investigation and assessment of soil and groundwater contamination at a former school site, with the goal of developing a comprehensive remediation plan to address environmental and public health risks. This initiative is crucial for enhancing environmental safety and supporting local economic development through the engagement of Indian Small Business Economic Enterprises (ISBEEs), as the contract is set aside exclusively for these entities. Interested contractors should contact Jodi Zachary at Jodi.Zachary@bia.gov or call 916-978-6005 for further details, with the project expected to be completed by June 30, 2026.
F--LEAD PAINT AND ASBESTOS ASSESSMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a comprehensive lead paint and asbestos assessment project on the Hopi Indian Reservation in Arizona. The procurement involves inspecting 48 BIA-owned buildings for hazardous materials, with a focus on ensuring safety and compliance with federal regulations, including the Asbestos Hazard Emergency Response Act. This initiative is crucial for safeguarding public health and facilitating future construction or renovation activities in the area. Interested contractors, particularly those qualifying as Indian Small Business Economic Enterprises (ISBEEs), should submit their proposals electronically, with the project expected to be completed within 180 days from the award date. For further inquiries, contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 480-744-4870.
IE 150 SSIS LAGOON AERATOR
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the installation of a permanent TITUS Aerator System at St. Stephens Indian School in Wyoming, aimed at enhancing the school's facilities for its predominantly Native American student population. The project entails significant construction activities, including the installation of concrete slabs, electrical work, and the integration of a new 15 HP blower with a Variable Frequency Drive (VFD), all while adhering to safety regulations and the National Electrical Code. This procurement is particularly important as it reflects the Bureau of Indian Education's commitment to providing quality educational opportunities, with a project budget estimated between $25,000 and $100,000. Interested small businesses must submit their proposals by April 21, 2025, following a site visit on April 7, 2025, and can direct inquiries to Carolyn Sulla at carolyn.sulla@bie.edu.
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 erecting 1,995 linear feet of commercial-grade chain-link fencing to enhance security and protect property from vandalism and break-ins. This initiative is crucial for ensuring a safe environment for BIE operations and reflects the government's commitment to supporting Indian Economic Enterprises, as the solicitation is set aside for 100% Indian Small Business Economic Enterprises (ISBEE). 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.
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.
Fire Prevention Service
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide fire prevention services at the Flandreau Indian School in South Dakota. The procurement involves comprehensive fire safety inspections, testing, maintenance, and emergency repairs for various fire safety equipment across 12 buildings, adhering to National Fire Protection Association (NFPA) codes and standards. This initiative is crucial for ensuring the safety and compliance of educational facilities on Native American reservations, with a total estimated contract value of $19.5 million. Interested parties must submit their proposals by April 11, 2025, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.
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.
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.
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.
Z--NMNS/REPAVE MAIN ENTRANCE TURNOUT AT WHS
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting proposals for the repaving of the main entrance turnout at Wingate High School in Fort Wingate, New Mexico. The project aims to address severe disrepair issues, including deep potholes and narrow access that pose safety risks for school buses, requiring a qualified contractor to demolish existing asphalt, regrade the entrance, and construct wider concrete curbs with drainage. This initiative reflects the government's commitment to improving educational facilities on tribal lands, ensuring safety and accessibility for students and staff. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), must submit their proposals by April 28, 2025, with a project budget estimated between $100,000 and $250,000, and are encouraged to contact Carolyn Sulla at carolyn.sulla@bie.edu for further details.