WTP SCADA SYSTEM/INSTALL, CROW AGENCY
ID: 140A0425R0007Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSROCKY MOUNTAIN REGIONBILLINGS, MT, 59101, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE) (7G22)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 11:00 PM UTC
Description

The U.S. Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the installation and programming of a Supervisory Control and Data Acquisition (SCADA) system at the Water Treatment Plant in Crow Agency, Montana. The project aims to ensure compliance with state and federal regulations, including the Montana Department of Environmental Quality standards and the Safe Drinking Water Act, while enhancing the monitoring and reporting capabilities of water quality parameters. This initiative is part of broader governmental efforts to improve infrastructure and water treatment services on Native American lands, emphasizing safety and regulatory adherence. Interested contractors, particularly those qualifying as Indian Economic Enterprises, must submit their proposals by April 15, 2025, with a project completion deadline of June 30, 2025. For further inquiries, potential bidders can contact Mary King at Mary.King@bia.gov or call 406-247-7941.

Point(s) of Contact
King, Mary
(406) 247-7941
(406) 247-7908
Mary.King@bia.gov
Files
Title
Posted
Apr 1, 2025, 10:04 PM UTC
This document outlines the self-certification process for Offerors responding to solicitations under the Buy Indian Act, specifically detailing requirements for qualifying as an "Indian Economic Enterprise" (IEE) per the Department of the Interior Acquisition Regulation. Eligibility must be confirmed at three critical stages: upon submission of an offer, at the contract award, and throughout the contract's duration. Contracting Officers may request further documentation to verify eligibility during the acquisition process. Any false information in the application is legally punishable under various statutes, ensuring integrity in the procurement process. The document also includes a representation form for Offerors to certify their compliance, requiring details such as the name of the tribal entity, unique entity ID, and the owner's information. This framework reinforces the government's commitment to supporting Indian Economic Enterprises through structured and transparent procurement practices.
Apr 1, 2025, 10:04 PM UTC
This document outlines a Request for Proposal (RFP) pertaining to the construction of a Supervisory Control and Data Acquisition (SCADA) system installation for a Water Treatment Plant (WTP) at Crow Agency, Montana. It specifies the project managed by the Bureau of Indian Affairs and is strictly set aside for Indian Economic Enterprises (IEEs). Key details include a submission deadline of April 15, 2025, delivery by June 30, 2025, and a budget of $34. It incorporates clauses from the Federal Acquisition Regulation (FAR) and Department of the Interior regulations, ensuring compliance with numerous federal statutes, including those related to small business participation and contractor responsibilities. The proposal emphasizes the importance of fair labor standards, subcontract limitations, and provisions for whistleblower protections, showcasing a commitment to ethical government contracting practices. It mandates that submissions adhere to various legal frameworks and economic enterprise definitions to qualify for consideration. The comprehensive regulatory structure aims to promote fairness, transparency, and compliance while supporting minority business enterprises in federal contracting efforts.
Apr 1, 2025, 10:04 PM UTC
The U.S. Department of the Interior - Bureau of Indian Affairs (BIA) is seeking a contractor to install and program a Supervisory Control and Data Acquisition (SCADA) system at the Water Treatment Plant in Crow Agency, Montana. The project aims to meet state and federal regulations, including the Montana Department of Environmental Quality standards and the Safe Drinking Water Act. Key tasks include monitoring water quality parameters, generating alarms for critical deviations, logging data for trend analysis, and producing custom compliance reports. The contractor must ensure operator training and provide program support for a minimum of one year post-installation. Special requirements outline project coordination with BIA representatives, adherence to safety practices, and compliance with local codes. The contractor is responsible for preventing property damage, obtaining necessary permits, and managing waste disposal. The comprehensive approach underscores not only the technical execution but also the importance of safety, regulatory compliance, and effective communication throughout the project lifecycle. This RFP reflects governmental initiatives to enhance infrastructure and water treatment capabilities on Native American lands while maintaining environmental and safety standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
BFSU Utility - Water and Sewer Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for water and sewer services to Two Medicine Water for the Blackfeet Service Unit in Browning, Montana. The contract, valued at $49,980.00, will cover essential utility services at the Heart Butte Clinic and Government Quarters, ensuring operational functionality in these tribal regions. This procurement reflects the federal government's commitment to maintaining infrastructure support in underserved areas, with the performance period set from January 1, 2025, to December 31, 2025. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within seven days of this notice.
(Buy-Indian) Sources Sought: Water Softener Installation
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources for the installation of a new water softener and reverse osmosis unit at the Parker Indian Health Care Center in Arizona. The project involves removing an outdated water softener that currently fails to adequately treat water, which is critical for sterilization equipment, and replacing it with a duplex water softener and a comprehensive RO system. This initiative is vital for ensuring high-quality water treatment, which is essential for patient care and the protection of medical equipment. Interested contractors must respond by April 30, 2025, with detailed qualifications and capability statements, and are encouraged to contact Kenneth Nicholson at kenneth.nicholson@ihs.gov for further information.
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.
Samantha DeGoede New Test Well (Mossyrock, WA, Lewis County)
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting quotes for the installation of a new residential drinking water well in Mossyrock, WA, under solicitation number 75H70125Q00024. The project aims to enhance local water accessibility and is set aside exclusively for small businesses, with an estimated construction cost ranging from $25,000 to $100,000. This initiative is critical for ensuring safe drinking water and compliance with health standards, emphasizing the importance of proper water resource management. Interested contractors must submit their quotes electronically by May 15, 2025, to Colleen Henry at colleen.henry@ihs.gov, and are encouraged to review all attached documents for detailed requirements and specifications.
H--BOILER INSPECTION FOR NAVAJO REGIONAL
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services for the Navajo Regional area, with a focus on supporting small businesses through a total small business set-aside. The contract entails conducting annual external inspections of boilers and pressure vessels across sixty-six schools managed by the Bureau of Indian Education, requiring the contractor to provide all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is significant for ensuring the safety and compliance of heating systems in educational facilities, with the contract expected to commence on March 1, 2025, and extend through several option years until February 28, 2030. Interested parties must submit their quotes by April 25, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
Betty Jane Bagley OSS Replacement (Suquamish)
Buyer not available
The Indian Health Service (IHS) is seeking qualified contractors for the installation of a new onsite septic system for Betty Jane Bagley in Bremerton, Washington. The project involves the construction of a comprehensive wastewater management system, including a 2-compartment septic tank, advanced treatment unit, pump chamber, and low-profile chamber drainfield, all to be completed within 30 calendar days after receiving the Notice to Proceed. This initiative is part of the federal commitment to enhance sanitation facilities in tribal communities and is classified as a Total Small Business Set-Aside, with an estimated budget ranging from $25,000 to $100,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to prepare for the forthcoming solicitation expected to be released around October 23, 2024. For further inquiries, potential bidders can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
61--IA OJS BUILDING 1134 & 1135 REPLACEMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the replacement and installation of generators at the OJS Buildings 1134 and 1135 located at the Wind River Agency in Fort Washakie, Wyoming. This project aims to ensure reliable backup power for emergency services, with a focus on utilizing Indian Small Business Economic Enterprises (ISBEE) through a 100% set-aside for qualified small businesses. The contractor will be responsible for site verification, purchasing, and installing a new Genrac generator, as well as removing the existing unit, with a performance period scheduled from May 1, 2025, to May 30, 2025. Proposals are due by April 24, 2025, and interested parties should contact Mary King at Mary.King@bia.gov or call 406-247-7941 for further inquiries.
BPA Water Chemicals GIMC
Buyer not available
The Indian Health Service, specifically the Gallup Indian Medical Center (GIMC) in New Mexico, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for the procurement of water treatment chemicals and related equipment. This BPA will cover the purchase of various items, including Boiler Water Testing equipment, pumps, motors, pipes, and valves, on an as-needed basis, with an emphasis on supporting Indian economic enterprises in accordance with the Buy Indian Act. The BPA is intended to enhance operational efficiency in healthcare facilities and will commence upon award, lasting until December 31, 2025, with an option for three additional years. Interested parties must submit their qualifications, including a completed representation form, to Melissa Lake at melissa.lake@ihs.gov by the specified deadline to participate in this market research initiative.
Water Service Line Mayetta, KS
Buyer not available
The Indian Health Service, part of the Department of Health and Human Services, is seeking qualified contractors for the installation of a water service line in Mayetta, Kansas. The project involves furnishing and installing a 2 ½-inch water service line at a specified location, with a performance period of 90 calendar days from the Notice to Proceed. This procurement is a total small business set-aside under NAICS code 237110, with an estimated award amount of less than $25,000, emphasizing the importance of compliance with federal labor standards as outlined in the Davis-Bacon Act. Interested contractors must submit their quotes by May 1, 2025, and direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
GAOA Rexford Sewer & Water System Replacement
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the GAOA Rexford Sewer & Water System Replacement project located at the Rexford Bench Campground in Montana. The project entails significant improvements to the campground's water and sewer systems, including the installation of sewer lift stations, gravity systems, and water distribution lines, with a project magnitude estimated between $1 million and $5 million. This initiative is crucial for enhancing infrastructure that supports recreational facilities and ensures compliance with safety and environmental standards. Interested contractors must submit sealed bids by the specified deadline and are encouraged to attend a site visit scheduled for April 30, 2025, at 1:00 PM MST, with further inquiries directed to Brenda Simmons at brenda.simmons@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.