Ft Hall Indian Irrigation Project (FHIP) Flowmeter
ID: 140A1225Q0014Type: Combined Synopsis/Solicitation
AwardedMay 14, 2025
$15.2K$15,225
AwardeeDT-TRAK CONSULTING, INC. 210 N BROADWAY AVE Miller SD 57362 USA
Award #:140A1225P0024
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSNORTHWEST REGIONPORTLAND, OR, 97232, USA

NAICS

Totalizing Fluid Meter and Counting Device Manufacturing (334514)

PSC

LIQUID AND GAS FLOW, LIQUID LEVEL, AND MECHANICAL MOTION MEASURING INSTRUMENTS (6680)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of flowmeters as part of the Fort Hall Indian Irrigation Project (FHIP). This opportunity is a 100% small business set-aside, aimed at acquiring totalizing fluid meters under NAICS code 334514, with a focus on ensuring compliance with federal contracting regulations. The flowmeters are essential for monitoring water flow in irrigation systems, highlighting their importance in federal irrigation efforts. Interested vendors must submit their bids by April 25, 2025, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the necessary components for a contracting officer's determination regarding the anticipated cost of a government contract. Key elements include confirming that the cost is fair and reasonable based on market research, detailing reasons for not conducting market research if applicable, and listing sources that have shown interest in the acquisition. Furthermore, it highlights the importance of identifying any barriers to competition that may need to be addressed before future procurements. This information is crucial for ensuring transparency and competition in government contracting, aligning with practices for federal grants and request for proposals (RFPs). The focus is on justifying non-competitive acquisitions and promoting future competitive opportunities within the procurement process.
    The document outlines the minimum specifications for a McCrometer OF12D-54 flowmeter, highlighting its intended use in monitoring water flow. Key features include a 54-inch open flow design, a drop pipe length of 72 inches, and the use of regular battery power. Additionally, the totalizer can be set to zero, and the meter has a remote mounting option with a 25-foot cable. Specifications also include an AFT/CFS rating of 0.1 and a flow capacity of up to 150. This document may serve as part of a Request for Proposals (RFP) or grant application, emphasizing the need for precise and reliable measurement tools in various governmental projects requiring flow monitoring. The stated specifications ensure that interested vendors understand the technical requirements for compliance and bidding purposes.
    This document outlines the self-certification process for Offerors under the Buy Indian Act, specifically concerning the definition of an "Indian Economic Enterprise" (IEE) as defined in the Department of the Interior Acquisition Regulation (DIAR) Part 1480. It emphasizes that the Offeror must meet certain eligibility criteria at three key stages: when making an offer, at the time of contract award, and throughout the contract's duration. Contracting Officers may request additional documentation to verify eligibility at any stage. The document warns that any false information provided can lead to legal penalties under various U.S. codes. It includes a representation form requiring details about federally recognized tribal entities and ownership verification. The purpose of this document is to ensure compliance with the Buy Indian Act, supporting federal initiatives aimed at promoting Indian-owned enterprises in government contracting and procurement processes.
    The document outlines a Request for Quotations (RFQ) for the Fort Hall Indian Irrigation Project (FHIP), specifically for the procurement of flowmeters. This solicitation is a 100% small business set-aside and seeks proposals for a Firm-Fixed-Price Purchase Order. The requirements are specified under the North American Industry Classification System (NAICS) code 334514, which pertains to totalizing fluid meter manufacturing, with an employee size standard of 850. The anticipated delivery time is 15 days post-award, with bids due by April 25, 2025. The document contains several sections detailing general requirements, specifications, terms, conditions, and the bidding process, including payment protocols through the Invoice Processing Platform (IPP). The solicitation adheres to various Federal Acquisition Regulations (FAR) and Department of the Interior Acquisition Regulations (DIAR), ensuring compliance with federal contracting requirements. The proposal evaluation will follow a Lowest Priced - Technically Acceptable (LPTA) approach. Overall, this RFQ represents a structured approach to acquiring vital hydrological measurement equipment for federal irrigation efforts, emphasizing transparency, regulatory adherence, and support for small businesses in government contracting.
    Lifecycle
    Similar Opportunities
    METER,FLOW,SPECIAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of specialized flow meters. These meters are critical for measuring and testing electrical and electronic properties, aligning with the NAICS code 334412 for Bare Printed Circuit Board Manufacturing. The procurement emphasizes compliance with various technical and quality requirements, including inspection and acceptance protocols, and is subject to a total small business set-aside. Interested vendors should direct inquiries to Taylor Bloor at 771-229-0099 or via email at TAYLOR.BLOOR@NAVY.MIL, with proposals expected to adhere to the outlined specifications and deadlines as detailed in the solicitation documents.
    66--FLOWMETER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture or refurbishment of flowmeters, classified under NAICS code 334514. The procurement aims to fulfill critical requirements for liquid and gas flow measurement instruments, which are essential for various defense applications. The contract will include specific quality assurance measures and compliance with military standards, with a focus on timely delivery and adherence to national defense priorities. Interested vendors can reach out to Jordan Neely at 717-605-8197 or via email at JORDAN.D.NEELY2.CIV@US.NAVY.MIL for further details, and must ensure all submissions are made in accordance with the outlined specifications and deadlines.
    FLOWMETER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of flowmeters, which are critical instruments for measuring liquid and gas flow. The contract will require manufacturers to adhere to specific quality assurance and inspection standards, ensuring that the flowmeters meet the necessary specifications for military applications. These devices play a vital role in various defense operations, contributing to the efficiency and safety of fluid management systems. Interested vendors should direct inquiries to Amanda Heller at AMANDA.HELLER@DLA.MIL or call 614-693-1483, with proposals expected to comply with the outlined requirements and deadlines as specified in the solicitation.
    66--METER,FLOW RATE IND, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of flow rate indicator meters. The procurement involves the repair of four specific units, identified by part number CMF200M419N0A2EZZZ and NIIN 016168348, with a required turnaround time of 90 days from receipt of the assets. These meters are critical for measuring liquid and gas flow, which is essential for various military operations. Interested contractors must submit their quotes via email to Christopher Campellone by the specified deadline, and they must also comply with government source approval requirements prior to award. For further inquiries, contractors can reach out to Christopher Campellone at 215-697-2530 or via email at christopher.campellone.civ@us.navy.mil.
    66--METER,FLOW RATE IND
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting bids for the procurement of flow rate meters, specifically two units of the item classified under NAICS code 334514. This requirement is categorized as a new spares acquisition, and the meters are essential for measuring liquid and gas flow, which is critical for various defense applications. Interested vendors should note that the solicitation includes specific clauses regarding quality requirements, warranty, and compliance with the Buy American Act, and they are encouraged to reach out to Thomas Kuhnle at 215-737-4024 or via email at THOMAS.KUHNLE@DLA.MIL for further information. The contract will be awarded based on the best available options, with no drawings available for this solicitation.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    Contractor shall furnish and install a water line extension for SR#6139 and SR#6734 in Bixby, OK (Tulsa Co.) in accordance with the attached Statement of Work and drawings.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water line extension for State Routes 6139 and 6734 in Bixby, Oklahoma. The project involves the installation of approximately 200 linear feet of 8-inch C900 DR14 PVC water main line and associated appurtenances, with a completion timeline of 90 calendar days from the Notice to Proceed. This procurement is a 100% Indian-owned set-aside under NAICS code 237110, with an estimated contract value between $25,000 and $100,000, emphasizing the importance of compliance with local and federal standards for water supply facilities. Interested contractors must submit their quotes by January 5, 2026, and are encouraged to contact Noleen Powell at noleen.powell@ihs.gov for further details and clarification.
    BFSU Utility - Water and Sewer Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for water and sewer services to Two Medicine Water for the Blackfeet Service Unit in Browning, Montana. The contract, valued at $49,980.00, will cover essential utility services at the Heart Butte Clinic and Government Quarters, ensuring operational functionality in these tribal regions. This procurement reflects the federal government's commitment to maintaining infrastructure support in underserved areas, with the performance period set from January 1, 2025, to December 31, 2025. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within seven days of this notice.
    44--Replacement Heat Pumps for Seba Delkai Boarding Sc
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors to provide replacement heat pumps for the Seba Delkai Boarding School located in Winslow, Arizona. This procurement aims to supply heating equipment essential for maintaining a conducive learning environment at the boarding school, which serves Native American students. The solicitation is set aside for small businesses, specifically under the Indian Small Business Economic Enterprise (ISBEE) program, with a closing date for offers extended to December 16, 2025, at 5:00 PM ET. Interested parties must acknowledge receipt of the solicitation amendments and submit their proposals electronically, ensuring compliance with all applicable federal regulations.