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 The primary objective of this procurement is to conduct a comprehensive assessment that includes historical document research, site reconnaissance, contamination identification, and risk evaluation to inform potential site remediation efforts.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
Solid Waste Management, TOHS
Buyer not available
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. This procurement is set aside exclusively for Native American-owned businesses under the Indian Small Business Economic Enterprise (ISBEE) regulations, emphasizing the federal commitment to support Indigenous enterprises. The contract includes a base year of service from May 15, 2025, to May 14, 2026, with four optional renewal years, and requires compliance with specific labor standards, safety regulations, and cultural sensitivity due to the local Indigenous population. Interested parties can contact Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702 for further details.
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.
R--DIGITIZATION PROJECT
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking proposals for a digitization project aimed at transitioning approximately 500 boxes of paper records to electronic formats at its Rocky Mountain Regional Office and associated agencies. This initiative is in response to federal mandates for compliance with National Archives and Records Administration (NARA) standards, emphasizing the importance of efficient records management and data security. Contractors must possess a minimum of ten years of experience in records management and adhere to strict security protocols while completing the project within a timeline of 6 months to 1 year. Interested parties should contact Mary King at Mary.King@bia.gov or by phone at 406-247-7941, with proposals due by May 8, 2025, at 1700 local time.
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.
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.
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.
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.
OEHE GIS Support Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for GIS Support Services under a presolicitation notice for Solicitation 75H70125R00030. The procurement aims to establish a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to enhance GIS capabilities within the Office of Environmental Health and Engineering (OEHE), focusing on tasks such as program management, technical support, training, and data conversion for community water and wastewater systems. This initiative is crucial for improving healthcare service delivery through technology in native communities, with a total budget ceiling of $9.9 million over a five-year period, including a base year and four option years. Interested parties should contact Thupten Tsering at Thupten.Tsering@ihs.gov or 206-615-2452, and are advised to monitor www.sam.gov for the official solicitation release anticipated in April 2025, with proposals due at least 30 days thereafter.
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.