F--Remediation Services, Village of Chefornak, AK
ID: 140A0525Q0002Type: 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 Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 27, 2025, 12:00 AM UTC
  3. 3
    Due Jan 29, 2025, 5:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for remediation services at the former school site in the Village of Chefornak, Alaska. The project aims to assess and characterize soil and groundwater contamination, primarily focusing on petroleum contaminants, to inform future remediation efforts in compliance with federal, tribal, and state regulations. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEEs) and emphasizes the importance of utilizing small and indigenous businesses in federal contracting. The anticipated performance period for the contract is from February 17, 2025, to June 30, 2026, with interested parties encouraged to contact Jodi Zachary at Jodi.Zachary@bia.gov or 916-978-6005 for further details.

Point(s) of Contact
Files
Title
Posted
Jan 27, 2025, 11:06 PM UTC
The Chefornak Environmental Site Assessment Support RFQ outlines requirements for assessing soil and groundwater contamination at the former school site in Chefornak, Alaska. The primary goal is to characterize the extent of petroleum contamination to inform a future remediation plan compliant with federal, tribal, and state regulations. The project involves historical document research, onsite reconnaissance, contamination identification, risk evaluation, field sampling, and analysis. Key tasks include: 1. Project Management - conducting meetings with stakeholders and preparing plans and reports. 2. Field Work - performing site assessments and collecting soil and groundwater samples. 3. Interviews and Records Review - gathering information from local officials and reviewing relevant regulatory files. 4. Reporting - compiling findings and recommendations into a final report. The contractor is responsible for coordinating with the BIA and local tribal councils, securing necessary permits, and adhering to environmental regulations throughout the project’s duration. The final report will be developed after extensive data gathering and is due within 45 days of completing fieldwork. The assignment underscores the federal government's commitment to addressing environmental health concerns in local communities.
Jan 27, 2025, 11:06 PM UTC
This document outlines the self-certification requirements for entities responding to solicitations under the Buy Indian Act, as detailed in 25 U.S.C. 47 and DIAR Part 1480. It mandates that Offerors certify their status as an "Indian Economic Enterprise" (IEE) at three key times: upon submission of an offer, at contract award, and throughout the contract's duration. Contracting officers may request further documentation during the acquisition process to confirm eligibility. Submitting false or misleading information can lead to legal penalties under various U.S. codes. The form includes sections for Offeror representation, requiring details about the federally recognized tribal entity, the unique entity ID, legal business name, and ownership information. This self-certification plays a crucial role in ensuring compliance and maintaining integrity in the procurement process for federal grants and RFPs specifically designated for Indian Economic Enterprises, aligning with the government's commitment to supporting Native American businesses. Overall, the purpose is to safeguard the interests of eligible tribal enterprises while promoting transparency and accountability in federal contracting.
Jan 27, 2025, 11:06 PM UTC
The document pertains to Amendment 0001 of RFQ# 140A0525Q0002, which involves remediation services in Chefornak, Alaska. The amendment is designed to publicly address and answer all questions raised regarding the solicitation. It specifies that offers must acknowledge the amendment, and that all terms of the original solicitation remain unchanged. The period of performance for the project is set from February 17, 2025, to June 30, 2026. Key responses clarify that there is no current tank or piping work included in the scope; soil type and groundwater data are unavailable; and certain contaminant analyses, particularly GRO, are not required. Additionally, it outlines that planning for monitoring well placements and soil sampling sites will be discussed prior to execution, indicating that BIA staff will participate in planning. Access issues and the absence of wetland maps are also addressed. Overall, the document serves as a critical resource for potential contractors, consolidating essential information and directives necessary for compliance with the solicitation requirements.
Jan 27, 2025, 11:06 PM UTC
The document primarily outlines a Request for Proposal (RFP) for environmental remediation services at the old school site in the Village of Chefornak, Alaska, managed by the Bureau of Indian Affairs (BIA). The RFP is set aside entirely for Indian Small Business Economic Enterprises (ISBEEs), utilizing the North American Industry Classification System (NAICS) code 562910 for remediation services. The anticipated performance period is from February 17, 2025, to June 30, 2026. Key services include researching historical documents, site reconnaissance, contamination identification, and risk evaluation, aimed at determining contaminant presence and extent. The solicitation lays out requirements, instructions for quotations, applicable federal regulations, and clauses, ensuring compliance with procurement policies and emphasizing the importance of using small and indigenous businesses. The contract will be firm-fixed-price, with invoicing requirements specified, including electronic processing through the U.S. Treasury's Invoice Processing Platform (IPP). The document reiterates the BIA’s commitment to supporting Indian Economic Enterprises and outlines the contractor's responsibilities in terms of compliance, quality assurance, and adherence to provisions surrounding labor standards and employment rights. All work must align with federal regulations and reflect best practices in environmental protection and remediation methodology.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Phase I ESA Svs in Village of Newtok, AK
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide Phase I Environmental Site Assessment (ESA) services in the Village of Newtok, Alaska. The primary objective of this procurement is to evaluate contamination risks and determine the extent of hazardous materials at the Old School Site, ensuring compliance with federal, state, and tribal regulations. This project is crucial for addressing environmental health concerns in Native communities and involves tasks such as project management, fieldwork, and comprehensive reporting on findings and recommendations. Proposals are due by the specified deadlines, with the anticipated period of performance running from April 28, 2025, to June 30, 2026. Interested parties can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-978-6005 for further information.
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.
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.
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.
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.
317 07C HYDRAULIC EXCAVATOR/MULCHER
Buyer not available
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.
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.
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.
PAVEMENT MARKINGS PROJECT N49-11 N9W N56
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting proposals for a pavement markings project on designated routes within the Eastern Navajo Agency, specifically focusing on retracing and re-striping existing road markings in Crownpoint, New Mexico. The contractor will be responsible for applying waterborne traffic paint with glass beads, adhering to federal standards, and ensuring the maintenance of safe and visible road markings from May 1, 2025, to August 31, 2025. This project is crucial for enhancing road safety and visibility in the community, with a strong emphasis on supporting Indian Small Business Economic Enterprises through set-aside provisions. Interested contractors must submit their proposals by April 4, 2025, and can direct inquiries to Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.