S--Solid Waste Management, TOHS
ID: 140A2325Q0135Type: Combined Synopsis/Solicitation
AwardedAug 18, 2025
$123.3K$123,270
AwardeeTOHONO O'ODHAM NATION HWY 86 SELLS BUSINESS LOOP Sells AZ 85634 USA
Award #:140A2325P0374
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSINDIAN EDUCATION ACQUISITION OFFICEAlbuquerque, NM, 87104, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

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, is seeking qualified contractors to provide solid waste management services for Tohono O'odham High School in Sells, Arizona. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to ensure efficient waste collection, with services including weekly pickups and management of multiple waste bins. This initiative underscores the federal commitment to supporting Indigenous enterprises while addressing the specific waste management needs of the educational institution. Interested vendors must submit their proposals by July 7, 2025, and can contact Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the self-certification requirements for Offerors under the Buy Indian Act, as stipulated in 25 U.S.C. 47 and the Department of the Interior Acquisition Regulation (DIAR) Part 1480. Offerors must certify that they qualify as an "Indian Economic Enterprise" (IEE) at three critical points: when submitting an offer, at contract award, and throughout the contract duration. Contracting Officers may request further evidence of eligibility during any phase of the acquisition process. Any false information provided in this self-certification or contract performance could lead to legal penalties under applicable U.S. laws. The form requires details about the federally recognized tribal entity, unique entity ID, legal business name, and ownership to substantiate the Offeror's qualifications as an IEE. This document serves as an important legal framework for ensuring that contract awards intended for Indian Economic Enterprises are properly allocated and monitored.
    The document outlines a federal Request for Proposals (RFP) for solid waste services from the Department of Health Services (TOHS). It details the requirements for the rental and service fees associated with 6-yard and 8-yard bins over a specified contract period, which includes a base year and optional renewal years (OY1 to OY4). The pricing structure lists the quantities required and the weekly service schedule, though specific rates and total amounts are currently not specified. Each bin size has designated rental and service fees for 52 weeks per year, with instructions to only input rates in designated cells and to contact the contracting officer for assistance with calculation errors. The document emphasizes the importance of maintaining organization and clarity in responding to the RFP, indicative of standard practices in federal contracting processes.
    The document outlines a Request for Proposals (RFP) for solid waste collection services required at the Tohono O’odham High School in Sells, Arizona. The service is scheduled for one pickup per week, operating from Monday to Friday between 6:00 AM and 3:00 PM. The selected vendor will be responsible for providing all necessary labor, equipment, materials, and incidentals, with the requirement to service three 8-yard bins and two 6-yard bins. The performance period will extend for the duration of the contract, with oversight from the Education Program Administrator, Maxine Roanhorse-Dineyazhe. This RFP emphasizes the importance of efficient waste management at the educational institution, reflecting the government's commitment to maintaining cleanliness and operational standards within public facilities.
    The document details the Wage Determination No. 2015-5473 under the Service Contract Act, issued by the U.S. Department of Labor. It outlines applicable minimum wage rates for contracts undertaken in Arizona, specifically detailing occupational categories and their respective wage rates for 2025, reflecting executive orders regarding minimum wage requirements. For contracts initiated or extended after January 30, 2022, workers must earn at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30 per hour. The document also lays out fringe benefits, including health and welfare provisions, vacation, and holiday policies. Additionally, it describes processes for classifying unlisted occupations and ensuring compliance with wage and labor regulations, emphasizing the importance of proper classification and wage rate determination in federal contracts. Key note provisions include health benefits, vacation entitlements, and additional compensatory measures for specialized roles or challenging working conditions. The summary illustrates a structured approach to establishing fair labor standards in relation to federal contracting within the legal framework of the Service Contract Act and relevant Executive Orders.
    This document is an amendment to a solicitation concerning solid waste services for Tohono O'odham High School in Sells, Arizona. The key purpose of the amendment is to change the response date for offers from May 1, 2025, at 10:00 AM to May 19, 2025, at 10:00 AM Mountain Daylight Time. It emphasizes that acknowledgment of the amendment is crucial for the offers to be considered responsive. Additionally, the document reaffirms that all other terms and conditions of the original solicitation will remain unchanged. The amendment includes standard procedural details relevant to submission and acknowledgment, ensuring proper communication and compliance with federal guidelines for procurement. Overall, this amendment serves to clarify and extend the submission timeline for potential contractors while maintaining the integrity of the original solicitation's conditions.
    The document outlines an amendment to solicitation number 140A2325Q0135 concerning solid waste service for Tohono O'odham High School in Sells, Arizona. The primary purpose of the amendment is to revise the response date from May 19, 2025, to May 26, 2025, at 10:00 AM Mountain Daylight Time. It is required that offers acknowledge receipt of the amendment to remain compliant. In addition, the solicitation is set-aside for Indian Small Business Economic Enterprises (ISBEE), encouraging participation from these vendors. Should no acceptable proposals be received from ISBEE vendors, IEE responses may still be evaluated. All other conditions of the solicitation remain unchanged. The amendment emphasizes the importance of timely acknowledgment to avoid rejection of offers, highlighting procedural requirements associated with federal contract modifications. This document exemplifies the ongoing processes within government procurement systems, focusing on compliance and eligibility criteria for specific business demographics.
    This government document pertains to the amendment of solicitation number 140A2325Q0135, specifically updating the response date for a solicitation aimed at providing solid waste services for Tohono O'odham High School in Sells, Arizona. The amendment changes the deadline for responses from May 26, 2025, to June 16, 2025, at 10:00 AM Mountain Daylight Time. It clarifies that acknowledgment of this amendment is required for offers to be considered responsive. The solicitation is set aside for Indian Small Business Economic Enterprises (ISBEE), but responses from Indian-eligible entities (IEE) will be evaluated if no acceptable offers are received from ISBEE vendors. All other terms and conditions of the solicitation remain unchanged. This document exemplifies standard practices in managing RFP amendments and ensuring compliance with federal procurement guidelines.
    The document is an amendment to a solicitation for solid waste services at Tohono O'odham High School in Sells, Arizona, specifically identified by solicitation number 140A2325Q0135. The primary purpose of this amendment is to update the response date for offers, changing it from June 16, 2025, at 10:00 AM to July 7, 2025, at the same time. It stresses the necessity for contractors to acknowledge receipt of the amendment to ensure their offers are considered responsive. Other terms and conditions of the original solicitation remain unchanged, preserving the integrity of the contract despite the modification. The amendment includes details about filing procedures for acknowledgment and stipulations for modifications to previously submitted offers. This document reflects the federal government's processes for amendments in RFPs and grants, ensuring projects receive proper proposals and administrative compliance.
    The document is a solicitation for a request for quote (RFQ) to provide solid waste services for Tohono O'odham High School in Sells, Arizona. The procurement is set aside exclusively for Native American-owned businesses, in compliance with the Buy Indian Act and Indian Small Business Economic Enterprise (ISBEE) regulations. The contract will include a base year of service from May 15, 2025, to May 14, 2026, with four optional renewal years. Contractors must adhere to specific guidelines concerning personnel background checks, safety and health regulations, and invoice procedures through the U.S. Department of the Treasury's Internet Payment Platform. The contractor's personnel are required to be U.S. citizens and demonstrate cultural sensitivity due to the locality's Indigenous population. The total contract value includes federal, state, and local taxes. Various Federal Acquisition Regulation (FAR) clauses apply, mandating compliance with labor standards, equal opportunity policies, and environmental regulations. This procurement underscores the federal commitment to support Indigenous enterprises while ensuring community-specific needs and compliance with legal standards are met.
    Lifecycle
    Title
    Type
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    SOURCES SOUGHT NOTICE: Infectious Waste Collection and Disposal Services
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting a sources sought notice to identify potential sources for infectious waste collection and disposal services for the Kayenta Health Center in Kayenta, Arizona, and the Inscription House Health Center in Tonalea, Arizona. The procurement aims to secure services related to the provision of infectious waste storage containers, collection, and disposal, which are critical for maintaining health and safety standards in healthcare facilities. Interested parties are invited to submit their qualifications and capabilities by November 17, 2025, at 12:00 PM, to Flora Washington via email at flora.washington@ihs.gov. Respondents must include a company profile, capability statement, and, if applicable, the completed IHS IEE Representation Form to demonstrate eligibility as an Indian Economic Enterprise.
    Trash Service, Haskell Indian Nations University (
    Interior, Department Of The
    The Bureau of Indian Education (BIE) is soliciting quotes for trash collection services at Haskell Indian Nations University (HINU) in Lawrence, Kansas. The procurement involves a firm-fixed-price purchase order for refuse collection and disposal services, with a base year from January 1, 2026, to December 31, 2026, and four optional one-year extensions through December 31, 2030. This service is crucial for maintaining the university's cleanliness and compliance with health and sanitation regulations, requiring the contractor to provide specific equipment and adhere to various federal and state standards. Quotes are due by December 17, 2025, at 2:00 p.m. Central Standard Time, and must be submitted via email to Jeff Morris at jeff.morris@bie.edu.
    BFSU Trash Removal Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a sole source contract for trash removal services to Blackfeet Solid Waste for the Blackfeet Service Unit in Browning, Montana. The contract will cover essential waste management services for the year 2025, from January 1 to December 31, at both the Blackfeet Service Unit and the Heart Butte Clinic. This procurement is crucial for maintaining public health standards through effective waste disposal in the community. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov or by phone at 406-338-6452 within seven days of this notice, with the contract valued at $54,440.00.
    FY26 GSU THC Pharmaceutical Medication Returns [base+3options]
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is soliciting proposals for pharmaceutical medication returns at the Tohatchi Health Center in New Mexico. This procurement, set aside for small businesses, requires offerors to provide waste disposal services, including waste characterization, container provision, staff training, and ongoing support, with a contract period spanning from January 1, 2026, to December 31, 2026, and options for three additional years. The services are critical for managing hazardous pharmaceutical waste in compliance with regulatory standards, ensuring safe disposal and environmental protection. Interested parties must submit their proposals by December 19, 2025, at 3:00 PM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.
    R--Food Delivery and Courier Services, HES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide Food Delivery and Courier Services for Havasupai Elementary School (HES) located in Supai, Arizona. The procurement involves weekly deliveries of temperature-controlled food and secure package courier services, addressing logistical challenges due to the school's remote canyon location and ensuring compliance with food safety standards. This contract is critical for maintaining the school's operations and supporting its K-8 student population, with a performance period from December 15, 2025, to December 14, 2026, and potential extensions through four option years until December 14, 2030. Interested parties must submit their proposals by December 29, 2025, and can direct inquiries to Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    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.
    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.
    GIMC Housekeeping Supply BPAs
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is planning to establish multiple Blanket Purchase Agreements (BPAs) for janitorial and housekeeping supplies at the Gallup Service Unit in New Mexico. The procurement includes a variety of essential items such as trash can liners, biohazardous bags, bathroom tissue, disinfectants, and cleaning equipment, which are critical for maintaining hygiene and sanitation standards in healthcare facilities. The anticipated period of performance spans one year with four optional extensions, starting from January 15, 2026, and interested vendors are encouraged to submit their capability statements and price lists by December 23, 2025, to the primary contact, Bertina Jones, at bertina.jones@ihs.gov.