B--SCIP-IW BUILDING TRANSFER ESA/ LEAD/ASB
ID: 140A1125Q0030Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Environmental Consulting Services (541620)

PSC

SPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTS (B510)

Set Aside

Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services) (IEE)
Timeline
  1. 1
    Posted Feb 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 12:00 AM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals from qualified Indian Economic Enterprises for a Phase I Environmental Site Assessment (ESA) and related evaluations for the transfer of three buildings to the Gila River Indian Community in Sacaton, Arizona. The project requires comprehensive assessments, including a Phase I ESA, a Comprehensive Asbestos Survey, and a Lead-Based Paint Inspection, all adhering to established ASTM standards to ensure environmental safety and regulatory compliance. This initiative underscores the BIA's commitment to responsible property management prior to transfer, with a contract anticipated to be awarded as a Firm Fixed Price Purchase Order, and proposals due by April 8th at 1700 Pacific Daylight Time. Interested vendors can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566 for further details.

Point(s) of Contact
Schiaveto, Melanie
(602) 241-4566
(602) 379-6763
Melanie.Schiaveto@bia.gov
Files
Title
Posted
Mar 24, 2025, 7:06 PM UTC
The document outlines the Phase I Environmental Site Assessment (ESA) for an irrigation maintenance property located at the Pima Agency Headquarters in Albuquerque, NM. It includes detailed floor plans for three structures labeled Building #51, Building #98, and Building #T5, specifying their dimensions and purposes, such as irrigation shops and offices. Building #51 covers 278 square feet, Building #98 is 4,000 square feet, and Building #T5 serves as an office at 1,904 square feet. The assessment is part of the Bureau of Indian Affairs' efforts through its Office of Facilities Management and Construction (OFMC) to ensure proper management and maintenance of facilities. This file is relevant for federal grants and state or local RFPs related to facility management and maintenance projects, supporting compliance with operational standards and environmental regulations.
Mar 24, 2025, 7:06 PM UTC
The Bureau of Indian Affairs (BIA) is preparing to transfer three buildings to the Gila River Indian Community and requires comprehensive environmental assessments to ensure safety and compliance. The project entails three primary evaluations: a Phase I Environmental Site Assessment (ESA), a Comprehensive Asbestos Survey, and a Lead Based Paint Inspection for the properties located in Sacaton, Arizona. The Phase I ESA will adhere to ASTM E1527-21 standards, while the asbestos survey must comply with ASTM E2356-14, involving sampling and analysis by accredited laboratories. Specific parameters detail the quantity of asbestos-containing material samples to be collected from each building, estimated to be 15 for Building 98, 3 for Building 51, and 10 for Building T5. For lead-based paint, inspections will utilize X-Ray Fluorescence techniques, avoiding paint chip sampling, conducted by licensed professionals. Deliverables include a draft of the reports within 60 days post-approval and a final report within 90 days of proceeding, detailing inspection procedures, results, conclusions, and necessary recommendations. This initiative emphasizes the BIA's commitment to environmental safety and regulatory adherence in the management of government properties prior to their transfer.
Mar 24, 2025, 7:06 PM UTC
The document outlines the requirements for entities applying for contracts under the Buy Indian Act, emphasizing that self-certification is necessary to qualify as an "Indian Economic Enterprise" (IEE). Offerors must meet specific criteria at the time of their proposal, upon contract award, and throughout the contract duration. Contracting Officers may request additional eligibility documentation during the acquisition lifecycle. Furthermore, submitting false or misleading information can lead to legal penalties under relevant U.S. codes. The form includes sections for basic project information and signatures certifying compliance with IEE definitions, necessitating details like the name of the federally recognized tribal entity and the owner of the enterprise. This process ensures that federal contracting opportunities prioritize eligible Native American businesses, promoting economic growth within Indian communities. The document serves as a critical guideline for agencies in managing compliance with the Buy Indian Act while supporting the objectives of government RFPs and grants targeted at Native enterprises.
Mar 24, 2025, 7:06 PM UTC
The document is an amendment to a solicitation (140A1125Q0030) issued by the Department of the Interior (DOI), Bureau of Indian Affairs (BIA). It modifies the solicitation by changing the set-aside to an Indian Economic Enterprise (IEE) and extending the response due date to April 8th at 1700 Pacific Daylight Time. The amendment specifies that a single Firm Fixed Priced Purchase Order will be awarded for a Phase I Environmental Site Assessment. To be eligible for award, vendors are required to quote on all items/services listed. Quotes must be submitted via electronic mail to the Contracting Officer and should include all costs associated with fulfilling the requirements. The document also emphasizes that failure to acknowledge the amendment before the specified deadline may lead to rejection of offers. Additionally, all other terms and conditions remain unchanged. This amendment is part of the broader federal procurement process, facilitating opportunities for enterprises aiming to engage with government contracts while ensuring compliance with specific regulations.
Mar 24, 2025, 7:06 PM UTC
The document outlines a Request for Proposal (RFP) from the Bureau of Indian Affairs (BIA) for a Phase I Environmental Site Assessment on specified buildings within the Gila River Indian Community, Arizona. It emphasizes that only proposals from Indian Economic Enterprises that qualify as small business concerns will be considered. The anticipated contract is a Firm Fixed Price Purchase Order, with a performance period of 90 days post-award. Vendors must quote on all items, ensuring their quotes encompass all costs, including taxes and labor. The document includes essential procurement details, including guidelines for quote submission, contracting officer information, and applicable Federal Acquisition Regulation (FAR) clauses. It highlights requirements regarding tax obligations under tribal laws and the importance of fraud reporting. Lastly, the document stresses strict compliance with labor standards, including the prohibition of internal confidentiality agreements restricting employees from reporting misconduct. This solicitation aims to ensure that contracts are awarded fairly to qualified enterprises while promoting compliance with federal regulations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
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.
Ductile iron utility poles and related electrical
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for the procurement of ductile iron utility poles and related electrical hardware intended for the Colorado River Agency in Parker, Arizona. The procurement requires various sizes of utility poles and specific hardware parts that must meet stringent quality and material standards, including ASTM and ANSI classifications, with all materials required to be new. This initiative supports the federal government's commitment to high-quality standards and economic opportunities for local enterprises, particularly targeting Indian Economic Enterprises. Interested parties must submit their quotes by April 16, 2025, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
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.
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.
CON Roof Repair for Fire Station at Dennehotso
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for labor services to repair the roof of the fire station at Dennehotso Boarding School in Arizona. The project involves the removal of existing asphalt shingles and the installation of a Metal Roof Panel System, with a focus on compliance with current building codes and safety regulations. This initiative is crucial for maintaining the functionality and safety of the fire station, which plays a vital role in supporting fire service operations in the community. Interested contractors must attend a site visit on April 29, 2025, and submit their proposals by May 16, 2025, with a contract performance period expected from May 26 to June 27, 2025. For further inquiries, contact Mary Jane Johnson at maryjane.johnson@bie.edu or call 505-803-4259.
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.
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.
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.
Y--Wapato Drop One Water Screens
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is issuing a pre-solicitation notice for proposals from Indian-owned Small Business Economic Enterprises (ISBEEs) to undertake construction work at the Drop 1 Pumping Plant, part of the Wapato Irrigation Project near Yakima, Washington. The project involves the installation of automatic traveling water screens, gate actuators, and essential safety improvements aimed at enhancing the safety and efficiency of the irrigation water supply in the region. This initiative is crucial for modernizing vital irrigation infrastructure, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and the contract will be awarded using the Lowest Price Technically Acceptable method. Proposals will be accepted approximately 30 days post-solicitation, expected around May 2, 2025, with an estimated project duration of 295 days following the notice to proceed. Interested parties must have a UEI number and be registered in the System for Award Management (SAM), and inquiries can be directed to Contract Specialist Gregory Florey or Contracting Officer William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.