F--LEAD PAINT AND ASBESTOS ASSESSMENT
ID: 140A1125Q0031Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSWESTERN REGIONPHOENIX, AZ, 85004, USA

NAICS

Environmental Consulting Services (541620)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

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 21, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 12:00 AM UTC
Description

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.

Point(s) of Contact
Schiaveto, Melanie
(480) 744-4870
(602) 379-6763
Melanie.Schiaveto@bia.gov
Files
Title
Posted
Apr 12, 2025, 12:07 AM UTC
The Bureau of Indian Affairs (BIA) Hopi Agency is seeking an environmental consulting contractor to perform comprehensive asbestos assessments and lead-based paint inspections for 48 BIA-owned buildings on the Hopi Indian Reservation in Arizona. The project encompasses building locations in Keams Canyon, Polacca, and Kykotsmovi and adheres to federal regulations regarding hazardous materials, including the Asbestos Hazard Emergency Response Act and lead inspection standards. Contractors must submit a detailed project workplan that outlines objectives, methods, and safety protocols within specified timelines. The work includes a comprehensive survey to identify asbestos-containing materials and LBP analysis using approved methodologies, with necessary certifications mandated for inspectors. A final report summarizing inspection procedures, results, and recommendations is required, alongside necessary tribal permits. The project has a period of performance set at 180 days, and working hours are designated from 8 am to 5 pm on weekdays, with possible weekend work. This initiative emphasizes health safety and environmental protection for residential and public structures, addressing the public health concerns related to hazardous materials.
Apr 12, 2025, 12:07 AM UTC
This document outlines the requirements for Offerors under the Buy Indian Act (25 U.S.C. 47), emphasizing the self-certification of eligibility as an "Indian Economic Enterprise" (IEE). Offerors must confirm their eligibility at three critical points: when responding to a solicitation, at the time of contract award, and throughout the contract's duration. Contracting Officers may request additional documentation to verify this eligibility. The assertion of ineligibility or submission of false information in relation to the Buy Indian Act is subject to significant legal penalties. The form includes sections for the Offeror to provide key details such as their Tribal affiliation, Unique Entity ID (UEI), legal business name, and ownership details. This process is integral to federal contracting opportunities aimed at supporting Indian Economic Enterprises and ensuring compliance with established regulations.
Apr 12, 2025, 12:07 AM UTC
The document outlines a bid schedule for a comprehensive asbestos assessment and lead-based paint inspection at the Hopi Agency. It details three primary tasks: Project Planning, Asbestos/Lead Paint Inspection, and Project Report. The bid structure includes labor, equipment and materials, travel expenses, and fees associated with the Hopi TERO (Tribal Employment Rights Ordinance) and the Hopi Tribe Business License. The project aims to assess and report the presence of hazardous materials, ensuring safety and compliance with regulations. Each task is divided into specific costs associated with labor and materials, contributing to a total project cost. The assessment is essential for safeguarding public health and meeting local environmental standards prior to any further construction or renovation activities.
Apr 12, 2025, 12:07 AM UTC
The document is an amendment to solicitation number 140A1125Q0031 issued by the Bureau of Indian Affairs (BIA) for a project requiring contractor access to various buildings. The amendment outlines the procedures for acknowledging receipt of the amendment and includes responses to multiple questions from prospective contractors regarding access and coordination for the project. Key details include that BIA Hopi Agency Facilities Management staff will escort the contractor throughout the project, ensuring that all buildings are accessible and occupants are notified in advance. The amendment clarifies responsibilities related to accessing secured buildings, including the provision of keys and handling padlocks. Contractors are informed about potential delays due to right-of-entry coordination with residents, stressing the importance of advanced notification. The amendment solidifies the terms of engagement while emphasizing proper coordination and communication between the contractor and BIA staff throughout the project's duration, ensuring a streamlined process for accessing the buildings involved. All other terms and conditions of the solicitation remain unchanged.
Apr 12, 2025, 12:07 AM UTC
The solicitation document, numbered 140A1125Q0031, pertains to a Request for Proposal (RFP) for a comprehensive building asbestos assessment and lead-based paint inspection located on the Hopi Indian Reservation in Arizona, specifically in Keams Canyon, Polacca, and Kykotsmovi. This procurement is set-aside 100% for Indian Small Business Economic Enterprises (ISBEEs) and is guided by the Federal Acquisition Regulation (FAR) to ensure compliance and support small businesses. The anticipated period of performance for the project is 180 days from the award date. Included are specific line items for services such as project planning, asbestos and lead inspection, and related administrative tasks. The RFP outlines required qualifications, instructions for quotation submissions via electronic means, and Payment Terms, stating that invoices must be submitted through the Invoice Processing Platform (IPP). The document emphasizes adherence to several federal regulations concerning labor standards, small business requirements, and environmental regulations. It also includes clauses pertaining to invoicing procedures, payment requests, penalties for non-compliance, and the necessity for a final invoice submission upon project completion. Overall, the RFP illustrates the federal commitment to environmental safety within Indian territories, while also providing opportunities for local small businesses.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
Roof Repair - Beclabito Day School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a roof repair project at Beclabito Day School in Shiprock, New Mexico. The project entails the removal and repair of approximately 37,000 square feet of damaged roofing using TPO materials, with the objective of ensuring compliance with Indian Affairs life safety codes and extending the roof's lifespan. This procurement is crucial for maintaining safe and functional educational facilities for the community, with a project budget estimated between $250,000 and $500,000. Interested contractors must submit sealed bids by May 15, 2025, and are encouraged to direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259 before the question deadline of May 5, 2025.
Vinyl Tile Installation
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for vinyl tile installation services at the Main Interior Building in Washington, DC. The project involves the installation of approximately 350 square feet of Luxury Vinyl Tile (LVT), requiring contractors to remove existing debris, prepare the surface, and ensure compliance with safety and environmental standards. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 238330, emphasizing the government's commitment to supporting small businesses and Indian economic enterprises. Proposals are due by April 25, 2025, with a pre-bid site visit scheduled for May 1, 2025; interested contractors can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or 571-560-0519 for further details.
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.
WHITE MOUNTAIN APACHE ADULT DETENTION - WALL REPAI
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for a wall repair project at the White Mountain Apache Adult Detention Center in Whiteriver, Arizona. The project involves significant structural repairs, including addressing cracks in concrete masonry units and restoring structural integrity, with a completion timeline of 60 calendar days following the notice to proceed. This initiative is crucial for enhancing the safety and stability of the correctional facility and is part of a broader effort to support local businesses through Indian Small Business Economic Enterprise (ISBEE) set-asides. Interested bidders must submit sealed offers by May 9, 2025, and can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or 602-241-4566 for further information.
Demolition of Historic Federal Clinic Buildings, Colville Service Unit (Nespelem, WA)
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the demolition of two historic clinic buildings located at the Colville Service Unit in Nespelem, Washington. The project involves the safe demolition and disposal of the original hospital building (Building 21) and Nurse’s Quarters (Building 22), which may contain hazardous materials such as asbestos and lead-based paint, necessitating proper abatement procedures prior to or during demolition. This initiative is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 238910, emphasizing the importance of local economic participation and compliance with tribal employment regulations. Proposals are due by May 26, 2025, and interested contractors should contact Toby Hayden at toby.hayden@ihs.gov for further details and to arrange a mandatory site visit scheduled for May 13, 2025.
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.
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. The project requires contractors to provide comprehensive records management services, including inventorying, cleaning, digitizing, and ensuring quality control of sensitive documents, all in compliance with National Archives and Records Administration (NARA) standards. This initiative is crucial for enhancing record management efficiency and ensuring compliance with federal regulations regarding record retention and disposal. Interested contractors must acknowledge receipt of the solicitation amendments and submit their proposals by May 8, 2025, with the anticipated contract performance period starting from June 1, 2025, to May 30, 2026. For further inquiries, potential bidders can contact Mary King at Mary.King@bia.gov or call 406-247-7941.
Z--NEW REQ ROOF REPLACEMENT COTTONWOOD DS
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the roof replacement project at Cottonwood Day School located in Chinle, Arizona. This opportunity is designated as a 100% Indian Economic Enterprise (IEE) set-aside, requiring contractors to replace the existing roof with a new TPO roofing system while adhering to safety regulations and quality assurance practices. The project is crucial for maintaining the integrity and safety of educational facilities, with an estimated contract value between $250,000 and $500,000. Interested contractors must submit proposals by May 16, 2025, following a mandatory site visit on April 16, 2025, and are encouraged to direct any inquiries to Krisanne Dernago at krisanne.dernago@bie.edu.
Pinon Health Center Facility - Pest and Weed Control Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide pest and weed control services at the Pinon Health Center in Arizona. The procurement aims to ensure a safe and hygienic environment by controlling rodent infestations and minimizing various pests, in compliance with healthcare infection control policies. This opportunity is part of an Indian Small Business Economic Enterprise (ISBEE) set-aside, emphasizing the importance of supporting native-owned businesses while addressing public health issues within the Indian community. Interested parties should contact Tanya Begay at tanya.begay2@ihs.gov or call 928-674-7635 for further details, with the solicitation number IHS1503298 issued as a request for quotation (RFQ) for services over a five-year period, including a one-year base and four optional extension years.