S--Solid Waste Management, TOHS
ID: 140A2325Q0135Type: Combined Synopsis/Solicitation
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 compliance with the Buy Indian Act, emphasizing the importance of supporting Native American-owned businesses. The contract will cover a base year of service from May 15, 2025, to May 14, 2026, with four optional renewal years, and includes specific requirements for personnel background checks and cultural sensitivity due to the local Indigenous population. Interested vendors must submit their proposals by June 16, 2025, at 10:00 AM Mountain Daylight Time, 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 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
    Combined Synopsis/Solicitation
    Similar Opportunities
    CONNEX CONTAINTER
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is soliciting quotes for the procurement of two high cube watertight connex containers intended for storage of cleaning supplies and hand power tools at Sanostee Day School in New Mexico. This opportunity is specifically set aside for Indian-owned small businesses in accordance with the Indian Small Business Economic Enterprise (ISBEE) guidelines, emphasizing the government's commitment to supporting economic development in Indian communities. Bidders must submit their offers by June 10, 2025, with delivery expected by July 30, 2025, and compliance with Federal Acquisition Regulations is required throughout the contract process. Interested parties can contact Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266 for further details.
    PROPANE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for the procurement of propane delivery services for the Truxton Canon Agency in Arizona. The contract, structured as a Firm-Fixed-Price agreement, will cover the continuous delivery of liquid propane (LP) gas, along with maintenance and repair services for propane tanks and related equipment, ensuring a reliable supply for agency operations. This opportunity is particularly significant as it is set aside for small businesses, promoting their engagement in federal contracting while adhering to safety and environmental standards. Interested vendors should note that the contract duration is from April 1, 2025, to September 30, 2025, and they can contact Danielle Bitsilly at danielle.bitsilly@bia.gov for further information.
    San Simon-Building Structural and Surface Repairs
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is soliciting proposals for the San Simon-Building Structural and Surface Repairs project at San Simon Elementary School in Sells, Arizona. The project aims to address critical structural deficiencies across the school's campus, including significant repairs to masonry walls and concrete slabs, as identified in a recent structural report. This initiative is vital for ensuring the safety and functionality of educational facilities within Indian Country, promoting the well-being of students and staff. Interested contractors must submit their proposals by the specified deadline, with an estimated project value between $250,000 and $500,000. A mandatory site visit is scheduled for June 20, 2025, and questions regarding the solicitation must be submitted by June 26, 2025. For further inquiries, contact Katrina Eaton at katrina.eaton@bie.edu or call 405-531-7933.
    Physical Therapy for Pine Springs Day School
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is soliciting proposals for physical therapy services at Pine Springs Day School, specifically set aside for Indian Small Business Economic Enterprises (ISBEEs). The procurement aims to provide essential physical therapy support to enhance educational services for students, with a contract period commencing on August 1, 2025, and extending through July 31, 2026, including options for two additional years. Proposals will be evaluated based on price and technical capability, ensuring compliance with federal acquisition regulations and ethical procurement practices. Interested contractors should contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further details and to submit proposals by the specified deadlines.
    R--Occupational Therapy Services, JFK
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide occupational therapy services at the John F. Kennedy Day School in Whiteriver, Arizona. The contract, which will run from August 1, 2025, to July 31, 2030, includes a base year and four option years, and aims to support students with disabilities in compliance with the Individuals with Disabilities Education Improvement Act (IDEIA). This initiative is crucial for ensuring that students receive appropriate educational services, with contractors expected to deliver direct therapy, collaborate with staff, and maintain communication with the Special Education Department. Interested parties should contact Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702 for further details, and must adhere to the specified deadlines for proposal submissions, which have been extended to June 19, 2025.
    J--Tractor Repair for Selba Delkai Boarding School
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide tractor repair services for the Selba Delkai Boarding School. This procurement is aimed at Indian Small Business Economic Enterprises (ISBEE) and requires vendors to deliver all-inclusive pricing that covers parts, labor, shop supplies, and applicable taxes. The contract performance period is set from July 1, 2025, to August 31, 2025, with the solicitation open to all small businesses and a deadline for offers extended to June 19, 2025, at 5:00 PM EDT. Interested parties should acknowledge the amendment in their submissions and can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further inquiries.
    N--HVAC Replacement & Repairs and Building Automation
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for the HVAC Replacement and Repairs and Building Automation System Installation at San Simon Elementary School in Sells, Arizona. The project requires contractors to provide design-build services for replacing and repairing HVAC systems across multiple buildings on the school campus, ensuring compliance with safety and operational standards. This initiative is crucial for enhancing the educational infrastructure while promoting economic opportunities for Indian-owned businesses, as the solicitation is set aside for 100% Indian Economic Enterprises (IEEs). Interested contractors must submit their proposals by June 18, 2025, and are encouraged to attend a site visit scheduled for April 29, 2025, with RSVPs required by April 25, 2025. For further inquiries, potential bidders can contact Katrina Eaton at katrina.eaton@bie.edu or call 405-531-7933.
    BFSU Trash Removal Services
    Buyer not available
    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.
    BIE SFES - RE-ROUTE SUPPLY/RETURN OF HEATING WATER
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a fixed-price construction project to re-route the supply and return of heating water at the San Felipe Elementary School in San Felipe, New Mexico. This project, set aside for Indian Small Business Economic Enterprises (ISBEEs), aims to enhance the heating efficiency of the school's hot water boiler system, which is crucial for providing a conducive learning environment for approximately 164 Native American students. Interested contractors must submit their proposals by June 16, 2025, and are required to attend a site visit on May 28, 2025, with all inquiries due by June 2, 2025. For further details, contractors can contact Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259.
    78--BENCHES/SCOREBOARD REPLACEMENT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking quotes for the replacement of player benches and a football scoreboard at T’iis Ts’ozi Bi’Olta Community School in Crownpoint, New Mexico. The procurement involves supplying four outdoor player benches with backrests and shelves, as well as a new scoreboard that will utilize existing foundations, with delivery expected by August 31, 2025. This initiative is part of the federal government's commitment to enhancing educational facilities in indigenous communities and is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) to promote economic development. Interested vendors must submit their quotes electronically by June 17, 2025, and can contact Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266 for further details.