F--Phase I ESA Services in Village of Sleetmute, AK
ID: 140A0525Q0017Type: 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 Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 4:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for Phase I Environmental Site Assessment (ESA) services at the old school site in the Village of Sleetmute, Alaska. The primary objective of this procurement is to conduct a comprehensive assessment that includes historical document research, site reconnaissance, contamination identification, and risk evaluation to inform potential site remediation efforts. This initiative is crucial for managing and remediating contaminated sites, aligning with federal efforts to ensure environmental safety and compliance. Interested Indian Small Business Economic Enterprises (ISBEEs) must submit their proposals by 9:00 AM PST on March 26, 2025, with the contract period set from April 21, 2025, to June 30, 2026. For further inquiries, potential offerors can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-978-6005.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 4:04 AM UTC
This government request for quotes (RFQ) outlines the objectives and requirements for conducting a Phase 1 Environmental Site Assessment (PH1 ESA) at the old school site in the Village of Sleetmute, Alaska. The primary goal is to gather vital information for potential site remediation, focusing on identifying contamination, evaluating risks, and determining liability and health concerns. The assessment will include historical records research, site reconnaissance, interviews with past and present owners and officials, and a detailed report summarizing findings and recommendations. Key tasks encompass project management, fieldwork to assess conditions and potential contaminants, and documentation through interviews and public agency records. The contractor is responsible for planning and coordinating with the Bureau of Indian Affairs (BIA) and local governments, ensuring compliance with environmental laws throughout the project. The timeline details specific deliverables, such as meetings, reports, and fieldwork, with a total project completion expected by the defined performance period. The initiative aims to identify environmental risks effectively, facilitating informed decisions for future remediation actions in accordance with relevant regulations. This RFQ aligns with federal initiatives to manage and remediate contaminated sites effectively.
Apr 3, 2025, 4:04 AM UTC
This document outlines the self-certification requirements for Offerors under the Buy Indian Act, specifically regarding the definition and eligibility of an "Indian Economic Enterprise" (IEE) as per Department of the Interior Acquisition Regulation (DIAR) Part 1480. Offerors must confirm their eligibility at multiple stages: upon submission of an offer, at the time of contract award, and throughout the contract's duration. Contracting Officers may request additional documentation to verify qualifications during the procurement process. Misrepresentation by Offerors is penalized under federal law, underscoring the importance of truthful disclosure. The document includes a representation form that requires information such as the federally recognized tribal entity name, the unique entity ID, the legal business name, and details about the IEE ownership. This set of regulations aims to ensure that contracts intended for Indian Economic Enterprises are awarded justly and legally, safeguarding the rights and opportunities of these entities in government contracting processes.
Apr 3, 2025, 4:04 AM UTC
The document serves as Amendment #1 to RFQ #140A0525Q0017, concerning remediation services in Sleetmute, AK. It updates the Small Business Size Standard, changing the NAICS code from “562910 Remediation Services / $25M” to “562910 (Exception) Environmental Remediation Services / 1,000 employees.” Offerors are required to acknowledge this amendment to ensure compliance and submission of their quotations by the specified deadline. Additionally, it addresses questions from potential contractors regarding the use of past performance references from sister companies, confirming they can be credited if relevant resources are demonstrated. The amendment also clarifies that contractors must provide itemized price breakdowns for each task in their quotations, ensuring transparency regarding costs. The period of performance for the contract is set from April 21, 2025, to June 30, 2026, maintaining all original terms and conditions. This amendment is part of the government’s effort to facilitate competitive bidding while adhering to guidelines for responsible contracting as mandated by federal acquisition regulations.
Apr 3, 2025, 4:04 AM UTC
This document is a Request for Proposal (RFP) issued by the Bureau of Indian Affairs (BIA) for Phase 1 Environmental Site Assessment (ESA) services at the old school site in Sleetmute, Alaska. The solicitation is set aside entirely for Indian Small Business Economic Enterprises (ISBEEs), reinforcing the government’s commitment to support such businesses. The anticipated period of performance spans from April 21, 2025, to June 30, 2026. The RFP outlines a firm-fixed-price contract type and includes specifications for services required, including historical document research, site reconnaissance, contamination identification, fieldwork, and risk evaluation. Submission of proposals must adhere to detailed guidelines and are due by 9:00 AM PST on March 26, 2025. Compliance with various federal regulations, such as payment terms, and provisions related to minority and veteran-owned businesses is emphasized, including the necessity of using the Department of the Treasury's Invoice Processing Platform for payments. The contract will not be binding until written approval is obtained from the BIA Contracting Officer. The document encapsulates terms, conditions, and the evaluation criteria that bidders must follow, ensuring a structured and fair procurement process that promotes transparency and supports local economic growth.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
F--Remediation Services in Village of Napaskiak, AK
Buyer not available
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.
F--LEAD PAINT AND ASBESTOS ASSESSMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a comprehensive lead paint and asbestos assessment project on the Hopi Indian Reservation in Arizona. The procurement involves inspecting 48 BIA-owned buildings for hazardous materials, with a focus on ensuring safety and compliance with federal regulations, including the Asbestos Hazard Emergency Response Act. This initiative is crucial for safeguarding public health and facilitating future construction or renovation activities in the area. Interested contractors, particularly those qualifying as Indian Small Business Economic Enterprises (ISBEEs), should submit their proposals electronically, with the project expected to be completed within 180 days from the award date. For further inquiries, contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 480-744-4870.
IE 150 SSIS LAGOON AERATOR
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the installation of a permanent TITUS Aerator System at St. Stephens Indian School in Wyoming, aimed at enhancing the school's facilities for its predominantly Native American student population. The project entails significant construction activities, including the installation of concrete slabs, electrical work, and the integration of a new 15 HP blower with a Variable Frequency Drive (VFD), all while adhering to safety regulations and the National Electrical Code. This procurement is particularly important as it reflects the Bureau of Indian Education's commitment to providing quality educational opportunities, with a project budget estimated between $25,000 and $100,000. Interested small businesses must submit their proposals by April 21, 2025, following a site visit on April 7, 2025, and can direct inquiries to Carolyn Sulla at carolyn.sulla@bie.edu.
U--PRE-SOLICITATION NOTICE
Buyer not available
The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is issuing a pre-solicitation notice for a Firm-Fixed-Price contract aimed at providing student assessments in English Language Arts and Mathematics for BIE-funded schools. This initiative is designed to serve approximately 33,000 students in grades 3-8 and high school across 23 states, focusing on a unified assessment approach rather than relying on individual state systems. The contract will cover the school year 2025-2026, with options extending through 2029-2030, and is part of BIE's commitment to enhancing educational support services through standardized assessments. Interested contractors must register in the System for Award Management with the relevant NAICS code (611710), and the solicitation is expected to be available between April 18 and April 30, 2025, with an anticipated award date by June 2, 2025. For further inquiries, interested parties can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.
DIGITIZATION PROJECT
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting proposals for a Digitization Project aimed at transitioning paper records to electronic formats within the Rocky Mountain Region, specifically at the Crow Agency in Montana. The project involves the on-site digitization of approximately 105 boxes of records, requiring contractors to possess at least ten years of experience in records management and to adhere to federal regulations, including NARA standards. This initiative is crucial for enhancing records management, ensuring data security, and improving accessibility to important documentation. Interested Indian Small Business Economic Enterprises must submit their proposals by May 8, 2025, at 1700 local time, and can contact Mary King at Mary.King@bia.gov or 406-247-7941 for further information.
PAVEMENT MARKINGS PROJECT N49-11 N9W N56
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting proposals for a pavement markings project on designated routes within the Eastern Navajo Agency, specifically focusing on retracing and re-striping existing road markings in Crownpoint, New Mexico. The contractor will be responsible for applying waterborne traffic paint with glass beads, adhering to federal standards, and ensuring the maintenance of safe and visible road markings from May 1, 2025, to August 31, 2025. This project is crucial for enhancing road safety and visibility in the community, with a strong emphasis on supporting Indian Small Business Economic Enterprises through set-aside provisions. Interested contractors must submit their proposals by April 4, 2025, and can direct inquiries to Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.
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.
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 erecting 1,995 linear feet of commercial-grade chain-link fencing to enhance security and protect property from vandalism and break-ins. This initiative is crucial for ensuring a safe environment for BIE operations and reflects the government's commitment to supporting Indian Economic Enterprises, as the solicitation is set aside for 100% Indian Small Business Economic Enterprises (ISBEE). 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.
AQUATIC HERBICIDE
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of aquatic herbicides to support the Flathead Indian Irrigation Project. This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the government's commitment to fostering economic participation among indigenous businesses. The herbicides are critical for controlling aquatic vegetation that could obstruct irrigation water flow, thereby safeguarding agricultural operations and preventing potential legal claims against the government. Interested vendors should contact Brian Roberts at brian.roberts@bia.gov or call 503-231-2279 for further details, with proposals expected to be delivered within 60 days of award notification.
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.