35--SERVICE WASHER & DRYER FOR RESIDENTIAL
ID: 140A2325Q0086Type: Solicitation
Overview

Buyer

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

NAICS

Coin-Operated Laundries and Drycleaners (812310)

PSC

LAUNDRY AND DRY CLEANING EQUIPMENT (3510)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due May 8, 2025, 7:00 PM UTC
Description

The Department of the Interior, Bureau of Indian Affairs, is soliciting proposals for the lease, maintenance, and repair of washers and dryers for the Southwestern Indian Polytechnic Institute (SIPI) in Albuquerque, New Mexico. The contract, which is set aside for small businesses, requires the contractor to deliver, install, and maintain the laundry equipment, ensuring compliance with energy efficiency standards and providing training for students on equipment use. This procurement is vital for supporting SIPI's housing and recreation programs, enhancing the quality of life for students. Interested vendors must submit their quotes electronically by May 8, 2025, with the contract period commencing on July 1, 2025, and lasting for one year, with options to extend for up to four additional years. For further inquiries, contact Jeff Morris at jeff.morris@bie.edu or call 505-364-2130.

Point(s) of Contact
Files
Title
Posted
Apr 21, 2025, 9:05 PM UTC
The Southwester Indian Polytechnic Institute (SIPI), under the Bureau of Indian Education, requires a contractor for the lease, maintenance, and repair of washers and dryers for its housing and recreation programs. The contract, effective from March 2025 for 365 days, mandates delivery, installation, cleaning, and ongoing maintenance of appliances to ensure they operate efficiently at SIPI's Albuquerque campus. Contractors must follow strict guidelines for equipment quality, ensuring compliance with energy efficiency standards, and are responsible for any damages incurred. Maintenance includes preventive inspections, responsive repairs within 48 hours, and cleaning schedules submitted monthly. The contractor must train students on equipment use and establish a Quality Control Program (QCP) to ensure service quality and compliance. Security clearances are required for contractor employees on campus. The document outlines specific expectations for service delivery, including timely response to emergencies, compliance with safety regulations, and detailed documentation of all maintenance activities. Overall, this RFP emphasizes reliability, safety, and accountability in service provision at SIPI.
Apr 21, 2025, 9:05 PM UTC
The document is an amendment regarding Solicitation No. 140A2325Q0086 for a washer/dryer lease at the Southwestern Indian Polytechnic Institute (SIPI). The amendment modifies the contract by changing the set-aside status from Indian Small Business Economic Enterprises (ISBEE) to Indian Economic Enterprises (IEE) and extends the submission deadline to April 17, 2025, at 2:00 p.m. Central Daylight Time. The amendment highlights the importance of acknowledging receipt prior to the specified deadline to avoid rejection of offers and outlines the process for modifying previously submitted offers. The period of performance for this contract is set from July 1, 2025, to June 30, 2026. Overall, the document serves to provide essential updates concerning the solicitation, ensuring compliance and guiding potential contractors through the amendment process within the context of government procurement practices.
Apr 21, 2025, 9:05 PM UTC
The document outlines a Request for Quotes (RFQ) for a firm fixed price purchase order to lease washers and dryers for the Southwestern Indian Polytechnic Institute (SIPI) under solicitation number 140A2325Q0086. Key amendments include a change to a 100% Small Business Set-Aside, and an extension of the due date for offers to May 8, 2025. The contract’s period of performance spans from July 1, 2025, to June 30, 2026, with options to extend for four additional years. The RFQ adheres to federal acquisition regulations, requiring that quotes be submitted electronically, and specifies evaluation criteria, including installation and maintenance schedules, past performance, and pricing. Federal clauses and regulations governing performance, payment, and compliance expectations are included, emphasizing the necessity for small businesses to participate effectively. The summary of work included highlights critical aspects such as invoicing, performance assessments, and reporting protocols related to any allegations of fraud or waste, demonstrating the government's commitment to transparency and accountability in its procurement processes.
Apr 21, 2025, 9:05 PM UTC
The document outlines a Request for Proposal (RFP) for leasing washers and dryers at the Southwestern Indian Polytechnic Institute (SIPI), issued by the Department of the Interior, Bureau of Indian Education. The acquisition is set aside 100% for Indian Small Business Economic Enterprises (ISBEEs). It proposes a firm fixed-price purchase order with a base year running from July 1, 2025, to June 30, 2026, and includes four optional years through June 2030. The RFP falls under the North American Industry Classification System (NAICS) code 812310 for coin-operated laundries, with an SB size standard of $13 million. The documents emphasize compliance with Federal Acquisition Regulation (FAR) and specific clauses related to small business participation and subcontracting limitations. The offer due date is set for March 14, 2025, and requires interested vendors to provide assurances of their ability to fulfill the contract terms as defined. The document includes sections on contract clauses, evaluation criteria, and mandatory requirements for eligible businesses, reinforcing the importance of Indian economic enterprise participation. This opportunity aims to bolster local economic growth while providing essential services to SIPI.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
POTABLE WATER TRAILER
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting quotes for the procurement of a Potable Water Trailer intended for the Southwestern Indian Polytechnic Institute (SIPI). The trailer must include a minimum 550-gallon tank along with essential equipment such as a food-grade pump and hose, adhering to specific requirements outlined in the solicitation. This procurement is part of the government's initiative to support Indian Small Business Economic Enterprises (ISBEEs), ensuring that the goods meet federal standards while promoting economic opportunities for minority-owned businesses. Interested vendors should submit their firm fixed price quotes by the specified deadline and can contact Jeff Morris at jeff.morris@bie.edu or call 505-364-2130 for further information.
Laundry & Dry Cleaning Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide laundry and dry cleaning services for the Billings Area Indian Health Service in Browning, Montana. This opportunity is a Sources Sought notice aimed at identifying Indian Small Business Economic Enterprises (ISBEEs) and Indian Economic Enterprises (IEEs) capable of fulfilling the requirements outlined, which include regular pickup and delivery of soiled and cleaned linens, adherence to health regulations, and compliance with the Buy Indian Act. The contract is expected to span one base year with four option years, commencing on July 1, 2025, and interested parties must submit their capability statements along with the Buy Indian Act Indian Economic Enterprise Representation Form to Shannon Connelly at shannon.connelly@ihs.gov within 15 days of the announcement.
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.
Azure licensing for Southwestern Indian Polytechni
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking proposals for the procurement of Microsoft 365 Azure (A5 version) software licenses for the Southwestern Indian Polytechnic Institute (SIPI). This solicitation emphasizes the participation of Indian Small Business Economic Enterprises (ISBEEs) and outlines a firm fixed-price contract for a one-year base period from June 28, 2025, to June 27, 2026, with options for two additional years. The software will enhance SIPI's educational and administrative functions, ensuring the security of student and faculty data through user licenses and cloud synchronization services. Interested vendors can contact Jeff Morris at jeff.morris@bie.edu or call 505-364-2130 for further details regarding compliance requirements and the proposal submission process.
Z--IE 150 SSIS LAGOON AERATOR
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 installation of a permanent TITUS Aerator System at St. Stephens Indian School in Wyoming. This project aims to enhance the school's facilities by constructing concrete slabs, performing electrical demolition, and installing a new electrical system, all while adhering to the National Electrical Code and ensuring cultural sensitivity. The contract is set aside for small businesses, with an estimated budget between $25,000 and $100,000, and proposals are due by April 21, 2025, following a site visit on April 7, 2025. Interested contractors should contact Carolyn Sulla at carolyn.sulla@bie.edu for further details and to ensure compliance with all solicitation requirements, including acknowledgment of amendments and adherence to safety regulations.
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.
HVAC Replacement & Repairs and Building Automation
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for HVAC replacement and repair, along with the installation of a Building Automation System at San Simon Elementary School in Sells, Arizona. The project requires contractors to provide design-build services for the replacement and repair of HVAC systems across multiple buildings on the school campus, ensuring compliance with safety and health codes while minimizing disruption to school operations. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEEs), promoting economic development within the community. Interested contractors must submit their proposals by May 16, 2025, following a mandatory site visit on April 29, 2025, and can direct inquiries to Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933. The estimated project budget ranges from $100,000 to $250,000.
PM Service Kitchen Equipment NNMC
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is conducting a Sources Sought notice for preventative maintenance kitchen equipment at the Northern Navajo Medical Center located in Shiprock, New Mexico. This notice aims to gather information on potential qualified sources, particularly focusing on small business Indian firms or small business concerns, to assess their ability to fulfill the requirements outlined in the request. The initiative is part of the Buy Indian Act, which prioritizes Indian economic enterprises in federal contracting, thereby promoting economic opportunities for Native American businesses. Interested parties are encouraged to contact Melissa Lake at melissa.lake@ihs.gov or call 505-930-1975 for further details and to submit the required documentation, including the Buy Indian set aside status and relevant experience, as this is not a solicitation but a market research effort.
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.
7K--Nimble Storage for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of Nimble Storage solutions for its Office of Information Technology (OIT). This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance the agency's IT storage capabilities through the acquisition of various HPE storage products and accessories. The selected contractor will be responsible for delivering the required products within 90 days post-award, with proposals due by April 1, 2025. Interested parties can reach out to Maggie Main at maggie.main@bia.gov for further inquiries regarding this solicitation.