F--Phase I ESA Services in Village of Allakaket, AK
ID: 140A0525Q0016Type: 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, is seeking qualified contractors to provide Phase I Environmental Site Assessment (ESA) services in the Village of Allakaket, Alaska. The objective of this procurement is to conduct a comprehensive assessment to identify potential contamination at the former school site, which includes historical document research, site reconnaissance, and risk evaluation. This initiative is crucial for ensuring environmental compliance and public health within Native allotments and trust properties, aligning with the federal commitment to support Indian Small Business Economic Enterprises (ISBEEs) through a 100% set-aside for Indian-owned firms. Interested parties should contact Jodi Zachary at Jodi.Zachary@bia.gov or call 916-978-6005 for further details, with the performance period expected to run from April 21, 2025, to June 30, 2026.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 4:04 AM UTC
This Request for Quotes (RFQ) seeks a contractor to conduct a Phase 1 Environmental Site Assessment (PH1 ESA) at the former school site in Allakaket, Alaska, to assess contamination and inform remediation efforts. The project will involve historical document research, site reconnaissance, contamination identification, risk evaluation, and fieldwork. Key tasks include project management, field inspections to document current conditions, and a review of historical records and interviews with local officials and residents to ascertain contamination history. The contractor will develop a detailed project plan, conduct inspections for signs of contamination, and engage with past property owners to gather pertinent environmental data. Findings will culminate in a comprehensive report detailing assessment results, documenting sources, methods, and support for conclusions with necessary documentation. The government mandates adherence to federal, state, and tribal regulations, with directed communication routed through the Bureau of Indian Affairs (BIA). Expected deliverables include planning documents, field data, and a final report, with established timelines for submissions throughout the project's duration. This initiative aligns with the BIA's commitment to environmental compliance and public health within Native allotments and trust properties.
Apr 3, 2025, 4:04 AM UTC
The Bureau of Indian Affairs, Pacific Regional Office has issued a determination regarding the procurement of Phase 1 ESA Services for the Village of Ouzinkie, AK, under the Buy Indian Act. The findings emphasize that all supply and service contracts should prioritize qualified Indian Small Business Economic Enterprises (ISBEE), with non-Indian contractors considered only if no qualified Indian options are available. Market research confirmed the existence of at least two Indian-owned companies capable of meeting the procurement needs. Consequently, this request for quotation (RFQ) is designated as 100% set-aside for Indian-owned firms. Orders from other types of businesses are permissible only if Indian contractors do not submit compliant quotes. This policy underscores the federal commitment to support Indian businesses in contracting opportunities.
Apr 3, 2025, 4:04 AM UTC
This document outlines the self-certification requirements for companies wishing to participate in contracts set aside under the Buy Indian Act. It specifies that to qualify as an "Indian Economic Enterprise," the Offeror must meet the defined criteria at three key stages: when submitting an offer, at the time of contract award, and throughout the contract's duration. Contracting Officers may request additional documentation regarding eligibility at any point during the acquisition process. The document warns that providing false or misleading information could lead to legal penalties, as outlined in relevant U.S. statutes. An Indian Affairs Economic Enterprise Representation Form is included, requiring details such as the name of the federally recognized tribal entity, unique entity ID, legal business name, and ownership information to validate the Offeror's status as an IEE. Overall, the guidance emphasizes regulatory compliance and the integrity of the certification process within federal procurement opportunities aimed at supporting Indian economic enterprises.
Apr 3, 2025, 4:04 AM UTC
The document outlines Amendment 0001 to solicitation number 140A0525Q0016, issued by the Bureau of Indian Affairs (BIA) for a project in Sacramento, CA. The amendment corrects an attachment error in the Request for Quotation (RFQ), specifying that the previously uploaded document "A13_-_BI_Set-Aside.pdf" is irrelevant to the RFQ, and instructs interested parties to disregard it. Instead, the Performance Work Statement relevant to the RFQ is attached with this amendment. All potential contractors are required to acknowledge receipt of this amendment and include specific completed sections with their quotation submissions. The amendment maintains that all other terms and conditions remain unchanged and sets the project performance period from April 21, 2025, to June 30, 2026. Parties with inquiries are directed to contact the designated official via email. The document serves to ensure clarity and correctness in the bidding process, highlighting the importance of accurate documentation in federal contracting.
Apr 3, 2025, 4:04 AM UTC
The government document pertains to Request for Quotations (RFQ) 140A0525Q0016, specifically concerning Amendment 0002 related to Environmental Remediation Services in Allakaket, AK. The amendment aims to update the Small Business Size Standard, modifying the NAICS code from "562910 Remediation Services / $25M" to "562910 (Exception) Environmental Remediation Services / 1,000 employees." It stipulates that all submissions must include each completed block of the amendment and clarifies that past performance of sister companies may be considered if they can support the offeror's performance. Additionally, offerors must provide an itemized price breakdown for tasks outlined in the Performance Work Statement (PWS). The period of performance for the contract is established from April 21, 2025, to June 30, 2026. Other terms and conditions of the RFQ remain unchanged, and detailed guidance is provided for ensuring compliance with submission requirements and the evaluation of contractor qualifications. This amendment emphasizes the government's commitment to fair competition while ensuring that all contractors are equipped to meet performance standards.
Apr 3, 2025, 4:04 AM UTC
The document outlines a Request for Quotation (RFQ) for Phase 1 Environmental Site Assessment services at the Old School Site in the Village of Allakaket, Alaska. This acquisition is set-aside specifically for Indian Small Business Economic Enterprises (ISBEEs) and is expected to be executed as a Firm-Fixed-Price Purchase Order. The purpose of the assessment is to conduct comprehensive research, site reconnaissance, risk evaluation, and analysis to identify contamination and determine the extent of any contaminants present. The anticipated period of performance spans from April 21, 2025, to June 30, 2026. The document includes references to various federal acquisition regulations (FAR) and Department of the Interior Acquisition Regulations (DIAR), on compliance requirements for contractors, including the use of the Invoice Processing Platform for payment. It mandates adherence to environmental and labor standards, and outlines the process for contract monitoring by a designated Bureau of Indian Affairs (BIA) Technical Representative. The document emphasizes the importance of maintaining transparency and compliance with both federal and tribal regulations throughout the project. Overall, this RFQ serves as a vital framework to ensure the safe and effective management of environmental risk in accordance with government standards.
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.
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.
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.
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, which includes annual external inspections of boilers and pressure vessels across sixty-six schools managed by the Bureau of Indian Education. The contract is set aside for Indian Economic Enterprises (IEE) and requires the contractor to provide all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period starting March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors must submit their offers by April 18, 2025, at 5:00 p.m. MDT, and can reach out to Charmaine Williams-James at Charmaine.Williams-James@bie.edu for further inquiries.
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.
Fire Prevention Service
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide fire prevention services at the Flandreau Indian School in South Dakota. The procurement involves comprehensive fire safety inspections, testing, maintenance, and emergency repairs for various fire safety equipment across 12 buildings, adhering to National Fire Protection Association (NFPA) codes and standards. This initiative is crucial for ensuring the safety and compliance of educational facilities on Native American reservations, with a total estimated contract value of $19.5 million. Interested parties must submit their proposals by April 11, 2025, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.
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.
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.