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 The project involves historical document research, onsite reconnaissance, contamination identification, risk evaluation, field sampling, and analysis.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
S--Solid Waste Collection (Unrestricted)
Buyer not available
The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for solid waste collection services at the Cheyenne Eagle Butte School in Eagle Butte, South Dakota. The procurement is structured as a firm fixed-price contract with a base year from April 1, 2025, to March 31, 2026, and includes options for four additional years. This contract requires the contractor to provide waste bins, perform routine collections, and ensure compliance with environmental and safety regulations, reflecting the government's commitment to sustainable waste management. Interested vendors must submit their proposals by April 9, 2025, at 10:00 AM Mountain Time, and can direct inquiries to Leah Azure at leahr.azure@bie.edu or (505) 803-4256.
Solid Waste Management, TOHS
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide solid waste management services for Tohono O'odham High School in Sells, Arizona. This procurement is set aside exclusively for Native American-owned businesses under the Indian Small Business Economic Enterprise (ISBEE) regulations, emphasizing the federal commitment to support Indigenous enterprises. The contract includes a base year of service from May 15, 2025, to May 14, 2026, with four optional renewal years, and requires compliance with specific labor standards, safety regulations, and cultural sensitivity due to the local Indigenous population. Interested parties can contact Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702 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.
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. The project requires contractors to provide comprehensive records management services, including inventorying, cleaning, digitizing, and ensuring quality control of sensitive documents, all in compliance with National Archives and Records Administration (NARA) standards. This initiative is crucial for enhancing record management efficiency and ensuring compliance with federal regulations regarding record retention and disposal. Interested contractors must acknowledge receipt of the solicitation amendments and submit their proposals by May 8, 2025, with the anticipated contract performance period starting from June 1, 2025, to May 30, 2026. For further inquiries, potential bidders can contact Mary King at Mary.King@bia.gov or call 406-247-7941.
R--Pre-Solicitation Notice
Buyer not available
The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is preparing to solicit bids for an Indefinite Delivery Contract focused on Engineering and Construction Management Support Services for facilities projects within the Bureau of Indian Education (BIE). The contract will encompass a range of services including maintenance, inspections, program development, and construction contract administration, aimed at enhancing educational infrastructure in Indian communities. This initiative is set aside for Indian Small Business Economic Enterprises (ISBEE) and is categorized under NAICS code 541330 for Engineering Services, with the solicitation expected to be available between May 5 and May 9, 2025, and contract awards anticipated by June 10, 2025. Interested bidders must ensure registration in the System for Award Management (SAM) and can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further inquiries.
Z--IE 150 SSIS LAGOON AERATOR
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 installation of a permanent TITUS Aerator System at St. Stephens Indian School in Wyoming. This project aims to enhance the school's facilities by constructing concrete slabs, performing electrical demolition, and installing a new electrical system, all while adhering to the National Electrical Code and ensuring cultural sensitivity. The contract is set aside for small businesses, with an estimated budget between $25,000 and $100,000, and proposals are due by April 21, 2025, following a site visit on April 7, 2025. Interested contractors should contact Carolyn Sulla at carolyn.sulla@bie.edu for further details and to ensure compliance with all solicitation requirements, including acknowledgment of amendments and adherence to safety regulations.
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.
Vinyl Tile Installation
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for vinyl tile installation services at the Main Interior Building in Washington, DC. The project involves the installation of approximately 350 square feet of Luxury Vinyl Tile (LVT), requiring contractors to remove existing debris, prepare the surface, and ensure compliance with safety and environmental standards. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 238330, emphasizing the government's commitment to supporting small businesses and Indian economic enterprises. Proposals are due by April 25, 2025, with a pre-bid site visit scheduled for May 1, 2025; interested contractors can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or 571-560-0519 for further details.
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.
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.