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is to conduct a comprehensive assessment to identify potential contamination at the former school site, which includes historical document research, site reconnaissance, and risk evaluation.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 The project will involve historical document research, site reconnaissance, contamination identification, risk evaluation, and fieldwork.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
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.
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.
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 area, with a focus on supporting small businesses through a total small business set-aside. The contract entails conducting annual external inspections of boilers and pressure vessels across sixty-six schools managed by the Bureau of Indian Education, requiring the contractor to provide all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is significant for ensuring the safety and compliance of heating systems in educational facilities, with the contract expected to commence on March 1, 2025, and extend through several option years until February 28, 2030. Interested parties must submit their quotes by April 25, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
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.
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.
R--Appraisal services: 25-02, 25-03, 24-22, 24-09, AVIS Project Number: C57-207-20
Buyer not available
The Department of the Interior (DOI) is seeking qualified vendors to provide appraisal services for specific properties under the AVIS Project Number: C57-207-20. The procurement aims to secure independent market value opinions of fee simple estates, with a focus on enhancing real estate transactions associated with Indian trust land and ensuring regulatory compliance. Interested parties, particularly Indian-owned Small Business Economic Enterprises (ISBEE) and Indian-owned Economic Enterprises (IEE), must submit their qualifications, including company size and relevant experience, by April 25, 2025. For further inquiries, vendors can contact Jacqueline Hernandez at jacquelinehernandez@ibc.doi.gov or call 703-964-3600.
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.
68--PEST CONTROL SERVICES
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide pest control services for various facilities across the Truxton Canon Agency locations in Arizona. The contract will cover a base year from April 1, 2025, to March 31, 2026, with the option to extend for four additional years, ensuring ongoing pest management to maintain safe environments in public facilities. This procurement is set aside for Indian Economic Enterprises (IEEs), emphasizing the government's commitment to supporting tribal businesses while adhering to strict regulatory compliance. Interested contractors should contact Danielle Bitsilly at danielle.bitsilly@bia.gov for further details and to submit proposals by the specified deadlines.
U--OT/COTA SERVICES
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting quotes for Occupational Therapist (OT) and Certified Occupational Therapist Assistant (COTA) services at T’iis Ts’ozi Bi’ Olta Community School in Crownpoint, NM. The procurement aims to establish a firm fixed-price contract for services required from July 1, 2025, to June 30, 2026, emphasizing compliance with federal regulations and the importance of supporting Indian Economic Enterprises (IEEs). This initiative reflects the government's commitment to enhancing educational services within Native American communities while ensuring high standards for service delivery. Interested vendors must submit their bids electronically by April 25, 2025, and can contact Charmaine Williams-James at Charmaine.Williams-James@bie.edu or 505-803-4266 for further information.