Awarded ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

91--#1 Diesel Fuel for Cheyenne River Agency

INTERIOR, DEPARTMENT OF THE 140A0126Q0012
Total Obligated
$27,230
SAM.gov
Current Recipient
MANNON MECHANICAL LLC Ocean Springs MS USA
Jan 30, 2026
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of the Interior, Bureau of Indian Affairs, is seeking suppliers for the procurement of 7,000 gallons of #1 Diesel Fuel Clear to be delivered to the Cheyenne River Agency in Eagle Butte, South Dakota. The contract, initially set aside for small businesses, has been amended to an open market opportunity, with the period of performance commencing on February 13, 2026. This fuel is essential for operational needs at the agency, and the contractor must comply with various federal, tribal, and local regulations, including obtaining a tribal business license. Interested parties should submit their quotations via email to Jodi Zachary at jodi.zachary@bia.gov by January 26, 2026, at 9:00 AM PT, ensuring they acknowledge all amendments to the solicitation.

Classification Codes

NAICS Code
324110
Petroleum Refineries
PSC Code
9140
FUEL OILS

Solicitation Documents

6 Files
Sol_140A0126Q0012.pdf
PDF343 KBJan 16, 2026
AI Summary
This Request for Proposal (RFP) is a combined synopsis/solicitation for commercial products, specifically 7,000 gallons of #1 Diesel Fuel Clear, to be delivered to the BIA Cheyenne River Agency in Eagle Butte, SD. The acquisition is 100% set aside for Indian Small Business Economic Enterprises (ISBEEs), with a NAICS code of 324110 (Petroleum Refineries) and a small business size standard of 1,500 employees. The anticipated period of performance requires delivery within seven calendar days after receipt of order. The document outlines various Federal Acquisition Regulation (FAR) and Department of the Interior Acquisition Regulation (DIAR) clauses, including those related to System for Award Management, payment terms, and restrictions on certain telecommunications and foreign purchases. It also details specific Indian Affairs custom clauses for electronic invoicing via the Invoice Processing Platform (IPP), notice of late delivery, limitation of government liability, and non-payment for unauthorized work, emphasizing that only a warranted Contracting Officer can modify contract terms.
Attachment__2__IA_-_IEE_Representation_Form.pdf
PDF29 KBJan 16, 2026
AI Summary
The document outlines the requirements for Indian Economic Enterprise (IEE) self-certification under the Buy Indian Act (25 U.S.C. 47) and DIAR Part 1480. To qualify, an enterprise must meet the IEE definition at the time of offer, contract award, and throughout the contract term. Contracting Officers can request additional eligibility documentation at any point. The submission of false or misleading information is a violation of law, punishable under 18 U.S.C. 1001, with false claims during performance subject to penalties under 31 U.S.C. 3729-3731 and 18 U.S.C. 287. The form requires offerors to provide their Federally Recognized Tribal Entity name, Unique Entity ID (UEI), Legal Business Name, and the name of the 51% (or greater) IEE firm owner, along with a certifying signature and printed name, thereby representing their IEE status.
Sol_140A0126Q0012_Amd_0001.pdf
PDF87 KBJan 16, 2026
AI Summary
Amendment 0001 to Solicitation 140A0126Q0012 changes the set-aside from Indian Small Business Economic Enterprises (ISBEEs) to Indian Economic Enterprises (IEEs). Offers must acknowledge this amendment by completing items 8 and 15A-C and submitting it with their quotation via email to jodi.zachary@bia.gov by Friday, December 19, 2025, 9:00 AM Pacific. The period of performance for the resulting contract is January 9, 2026. This amendment ensures compliance with the updated set-aside designation and outlines the revised submission requirements for interested parties.
Attachment__1__Statement_of_Work.pdf
PDF124 KBJan 16, 2026
AI Summary
This Statement of Work (SOW) outlines the requirements for a contractor to provide all labor, equipment, and services necessary for the purchase and delivery of 7,000 gallons of #1 Diesel Fuel Clear to the Bureau of Indian Affairs (BIA), Cheyenne River Agency, in Eagle Butte, South Dakota. Deliveries must be made to a government-provided, above-ground storage tank at 605 N Willow Street within seven days of order receipt, during normal business hours (8:00 AM to 4:00 PM Mountain, Monday-Friday, excluding Federal Holidays). Special requirements include obtaining and maintaining a tribal business license from the Cheyenne River Sioux Tribe and complying with all applicable Federal, Tribal, State, and Local laws, industry standards, and environmental protection regulations. The contractor must have a current Nebraska State license, and all work will be inspected and accepted by the BIA Technical POC.
Sol_140A0126Q0012_Amd_0003.pdf
PDF203 KBJan 16, 2026
AI Summary
Amendment 0003 for solicitation 140A0126Q0012, effective December 4, 2025, removes the small business set-aside designation, making the RFQ an open market opportunity. All references to the set-aside are hereby removed, and the IEE Representation Form is no longer required. Interested parties must complete Blocks 8 and 15A-15C of Amendments 0001, 0002, and 0003 and submit them with their quotation via email to jodi.zachary@bia.gov by January 26, 2026, at 9:00 AM PT. The period of performance is February 13, 2026. This amendment updates the solicitation, while all other terms and conditions remain unchanged.
Sol_140A0126Q0012_Amd_0002.pdf
PDF203 KBJan 16, 2026
AI Summary
Amendment 0002 revises solicitation 140A0126Q0012, changing the set-aside designation from Indian Economic Enterprises (IEEs) to Small Business (SB). All references to the Indian Set-Aside and the requirement for the IEE Representation Form are removed. Offerors must acknowledge receipt of amendments 0001 and 0002 by completing Blocks 8 and 15A-15C and submitting them with their quotation. Quotes are due via email to jodi.zachary@bia.gov by January 14, 2026, at 9:00 AM PT. The Period of Performance is January 30, 2026. Failure to acknowledge amendments may result in offer rejection. The document also details the Standard Form 30 for amendment and modification of contracts, outlining administrative changes and other modifications.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 4, 2025
amendedAmendment #1Dec 12, 2025
amendedAmendment #2Jan 6, 2026
amendedAmendment #3Jan 6, 2026
amendedLatest AmendmentJan 16, 2026
deadlineResponse DeadlineJan 26, 2026
awardAwarded to MANNON MECHANICAL LLC Ocean Springs MS USAJan 30, 2026
expiryArchive DateFeb 10, 2026

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
BUREAU OF INDIAN AFFAIRS
Office
PACIFIC REGION

Point of Contact

Name
Zachary, Jodi

Official Sources