F--Remediation Services, Village of Chefornak, AK
ID: 140A0525Q0002Type: Combined Synopsis/Solicitation
AwardedFeb 7, 2025
$89.2K$89,154
AwardeeTANANA COMMERCIAL COMPANY LLC 100 FRONT ST Tanana AK 99777 USA
Award #:140A0525P0002
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
    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
    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 The project involves historical document research, onsite reconnaissance, contamination identification, risk evaluation, field sampling, and analysis.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.
    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.
    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.
    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
    Similar Opportunities
    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--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    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.
    Birches Remedial Action, Demolition, And Groundwater Monitoring
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the Birches Remedial Action, Demolition, and Groundwater Monitoring project in Tanana, Alaska. The project involves the removal of contaminated soils, including PCB, lead, and petroleum-impacted materials, from the Engine Generator Building site, as well as the demolition of concrete foundations and groundwater monitoring. This work is critical for environmental remediation and compliance with state cleanup standards, with operations expected to take place in 2026 and/or 2027 due to the remote location and logistical challenges. Interested 8(a) certified vendors must submit their capability statements and relevant information to Sonia Holguin at sonia.o.holguin@faa.gov by December 19, 2025, at 12:00 PM Central Time to be considered for the upcoming solicitation.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    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.
    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.
    F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The contract will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated exclusive use period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific technical specifications and personnel qualifications. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and should direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    BFSU Solid Waste Removal
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for solid waste removal services at various locations in Browning, Montana, under a Sources Sought notice. The procurement aims to identify Indian Small Business Economic Enterprises (ISBEEs) and Indian Economic Enterprises (IEEs) capable of providing weekly trash removal services for the Blackfeet Service Unit and Heart Butte Clinic. This initiative is part of the Buy Indian Act, which prioritizes contracts for Indian-owned businesses, ensuring that at least 51% of the earnings from the contract go to Indian entities. Interested vendors must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form to Shannon Connelly at shannon.connelly@ihs.gov within five days of the announcement, as this will inform the acquisition strategy for the requirement.