Remediation Services in Village of Napaskiak, AK
ID: 140A0525Q0021Type: 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 Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 4:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide remediation services in the Village of Napaskiak, Alaska. The primary objective of this procurement is to conduct a thorough investigation and assessment of soil and groundwater contamination at a former school site, with the goal of developing a comprehensive remediation plan to address environmental and public health risks. This initiative is crucial for enhancing environmental safety and supporting local economic development through the engagement of Indian Small Business Economic Enterprises (ISBEEs), as the contract is set aside exclusively for these entities. Interested contractors should contact Jodi Zachary at Jodi.Zachary@bia.gov or call 916-978-6005 for further details, with the project expected to be completed by June 30, 2026.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 10:07 PM UTC
The Site Characterization Report for the Napaskiak Former Bureau of Indian Affairs (BIA) School Day Tanks outlines the findings from 2024 field investigations in Napaskiak, Alaska. The primary objective is to characterize site contamination, particularly from diesel fuel releases, to develop potential remediation strategies. The project involved soil and groundwater sampling at various test pits and newly installed monitoring wells. Field activities included installing five monitoring wells to assess groundwater conditions and testing soil samples for contaminants such as Diesel Range Organics (DRO), Volatile Organic Compounds (VOCs), and Polycyclic Aromatic Hydrocarbons (PAHs). The results indicated significant exceedances of cleanup levels for various contaminants at multiple test pits, particularly near previous fuel storage areas. Historical assessments revealed a long-standing presence of contamination associated with leaking pipelines and tanks at the former school site. Interviews with local officials noted challenges related to flooding that could affect remediation efforts. Ultimately, the report aims to guide the cleanup procedures, maintaining compliance with Alaska Department of Environmental Conservation regulations while working towards achieving Cleanup Complete status for the site.
Apr 9, 2025, 10:07 PM UTC
The Napaskiak Remediation Services RFQ outlines a contract for a preliminary investigation and site assessment of soil and groundwater contamination at the old school site in Napaskiak, Alaska. The objective is to characterize the contamination extent and develop a remediation plan to address environmental and public health risks. The project involves identifying contamination, conducting geotechnical investigations, risk evaluations, permitting, fieldwork, sampling, and analysis. The contractor will lead project management, including kickoff meetings and strategic planning, followed by fieldwork to collect up to 16 soil and 12 groundwater samples for laboratory analysis. Rigorous adherence to DEC methods is required during sampling and monitoring. A detailed report summarizing site conditions, findings, and potential cleanup strategies is to be submitted within 75 days post-fieldwork. The contractor is responsible for obtaining necessary permits, managing any utility damages, and ensuring compliance with federal, state, and tribal regulations. The oversight from the Bureau of Indian Affairs (BIA) is central to managing communications and release of information throughout the project. This initiative aims to secure the health of the community and the environment while fulfilling regulatory obligations.
Apr 9, 2025, 10:07 PM UTC
This document outlines the self-certification process for Offerors under the Buy Indian Act, specifically focusing on the definition of an "Indian Economic Enterprise" as specified in the Department of the Interior Acquisition Regulation (DIAR) Part 1480. It emphasizes that Offerors must meet eligibility requirements at three critical points: when responding to a solicitation, at the award of the contract, and throughout the contract's duration. Contracting Officers retain the right to request additional documentation at any point during the acquisition process. It warns that providing false information can lead to legal repercussions under various statutes. The document also includes a representation form for Offerors, requiring essential details such as the name of the tribal entity, unique entity ID, business name, and ownership information to validate their status as an IEE. Overall, the document serves to ensure compliance with federal regulations and uphold the integrity of the contracting process with Native American enterprises.
Apr 9, 2025, 10:07 PM UTC
The document outlines Amendment 0001 for Request for Quotation (RFQ) 140A0525Q0021 concerning remediation services in the Village of Napaskiak, AK. It details the procedures for acknowledging receipt of the amendment, specifying that offers must be submitted by a certain deadline. The amendment’s core purpose is to disclose questions received about the solicitation and their corresponding answers. Key clarifications include required laboratory analyses for soil and groundwater samples, the status of groundwater monitoring wells, and specifics about site investigations. Important points cover the intent to delineate contamination, the need for groundwater monitoring well maintenance, and the adherence to Alaska DEC standards in all work performed. The amendment confirms that no new geotechnical investigations will be conducted and that all generated investigative-derived waste (IDW) must comply with regulatory guidelines. Overall, this document serves to update prospective contractors on key aspects of the solicitation, ensuring compliance with existing environmental regulations and clarifying project expectations to support effective bid submissions.
Apr 9, 2025, 10:07 PM UTC
The document is a solicitation (140A0525Q0021) for remediation services within the Village of Napaskiak, Alaska. It outlines the government's intent to award a Firm-Fixed-Price Purchase Order, emphasizing a 100% set-aside for Indian Small Business Economic Enterprises (ISBEEs). The work involves identifying contamination, conducting investigations and evaluations, and determining the extent of contaminants at a designated old school site, necessitating completion by June 30, 2026. Key sections include general requirements, specifics of the work, applicable federal acquisition regulations (FAR), provisions for reporting and ethics, as well as instructions for quotation preparation. The contractor will be responsible for using the U.S. Department of the Treasury's Invoice Processing Platform for payment submission. The document emphasizes compliance with various regulatory clauses, including those related to telecommunications equipment and subcontracting rules, ensuring that the procurement meets specific socio-economic guidelines and local tribal regulations. Overall, this solicitation represents a structured request for proposals intending to enhance environmental safety through targeted remediation efforts while supporting local economic development through small business engagement.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
TETON HERBICIDE FY 2025
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of Teton Herbicide as part of the Fort Hall Irrigation Project for fiscal year 2025. This acquisition is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 325320, focusing on the need for aquatic herbicides to control vegetation that obstructs irrigation water flow. The Teton Herbicide is uniquely qualified for this purpose, being the only EPA-approved product containing Salt of Endothall, making its timely application critical to avoid legal repercussions. Proposals are due by April 10, 2025, with a delivery deadline of 60 days post-award. Interested vendors can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or by phone at 571-560-0519 for further information.
Math, Reading, and Science PD Services for Nenahne
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide professional development services in Math, Reading, and Science for the Nenahnezad Community School located in Fruitland, NM. The contract, which is set aside for Indian Small Business Economic Enterprises (ISBEE), aims to enhance educational outcomes through monthly consultant support focused on curriculum mapping, assessments, and teaching strategies over a performance period from June 1, 2025, to May 31, 2026. This initiative is crucial for improving educational services within the community while ensuring compliance with federal regulations, including the protection of Personally Identifiable Information (PII). Interested parties should contact Michael Drinkwater at michael.drinkwater@bie.edu for further details and must submit their proposals, including technical capabilities and pricing, by the specified deadlines.
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.
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.
Carpet Installation for OIS at MIB
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for carpet installation services at the Office of Indian Services located in the Stewart Lee Udall Building, Washington, DC. The project involves replacing flooring across approximately 12,631.93 square feet, requiring contractors to provide all necessary labor, materials, and supervision, with completion expected by May 15, 2025. This opportunity is fully set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 238330, emphasizing the government's commitment to supporting small businesses owned by economically disadvantaged groups. Interested contractors must submit proposals by the specified deadline and can contact Adam Lowery at Adam.Lowery@bia.gov or 571-560-0622 for further information. A site visit is scheduled for April 17, 2025, and adherence to federal labor standards, including wage determinations, is mandatory throughout the contract duration.
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.
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.
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.
Z--NMNS/REPAVE MAIN ENTRANCE TURNOUT AT WHS
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 repaving of the main entrance turnout at Wingate High School in Fort Wingate, New Mexico. The project aims to address significant disrepair, including deep potholes and narrow access that pose safety risks for school buses, by demolishing existing asphalt, regrading the entrance, and constructing wider concrete curbs with drainage features. This initiative underscores the government's commitment to improving educational infrastructure on tribal lands, ensuring safe access for students and staff. Interested contractors, particularly those qualifying as Indian Small Business Economic Enterprises (ISBEE), must submit their proposals by April 30, 2025, with a project budget estimated between $100,000 and $250,000, and are encouraged to contact Carolyn Sulla at carolyn.sulla@bie.edu for further information.
38--317 07C HYDRAULIC EXCAVATOR/MULCHER
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking proposals for the procurement of two CAT317 hydraulic excavators with mulcher attachments for the Flathead Indian Irrigation Project. This solicitation is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the government's commitment to supporting tribal economic development. The equipment is crucial for enhancing irrigation infrastructure and operational efficiency within the project, which is vital for the agricultural needs of the local tribes. Proposals are due by May 9, 2025, with delivery expected within 120 days after award to Saint Ignatius, MT. Interested parties can contact Brock Bell at brock.bell@bia.gov for further information.