U--Special Education Technicians
ID: 140A2324Q0493Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSINDIAN EDUCATION ACQUISITION OFFICEAlbuquerque, NM, 87104, USA

NAICS

Educational Support Services (611710)

PSC

EDUCATION/TRAINING- GENERAL (U009)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide Special Education Technician services for the St. Stephens Indian School in Wyoming. The procurement aims to support the educational needs of Native American children by employing certified technicians to deliver on-site services over a performance period from September 9, 2024, to September 8, 2027. This initiative underscores the government's commitment to maintaining educational standards and providing culturally sensitive resources within Native American communities. Interested small businesses must submit their proposals by September 18, 2024, at 10:00 AM Mountain Time, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an amendment to a solicitation under federal procurement, specifically modifying the contracting process for Indian Economic Enterprises. The primary change involves updating the set-aside classification from "Indian Small Business Economic Enterprise" to "Indian Economic Enterprise." Interested contractors must acknowledge receipt of the amendment before the specified deadline of September 11, 2024, at 10:00 AM Mountain Time. Provisions for making changes to already submitted offers are outlined, allowing modifications via letter or electronic communication, provided they reference the relevant solicitation and amendment. The contracting authority under which this modification is issued falls under the Federal Acquisition Regulation (FAR), ensuring compliance and adherence to the appropriate administrative procedures. This amendment illustrates the federal government's ongoing commitment to adjust procurement categories to better fit the economic landscape of Indian enterprises, potentially expanding opportunities for eligible contractors.
    The document serves as an amendment to a federal solicitation, specifically altering the set-aside status of a contract from Indian Economic Enterprise to Total Small Business. The amendment details methods for acknowledging receipt and making changes to offers prior to the submission deadline. It emphasizes the importance of timely acknowledgment to avoid rejection of proposals. Key updates include the addition of the Notice of Total Small Business Set-Aside clause and the removal of several Indian Economic Enterprise related clauses. The submission deadline is set for September 18, 2024, at 10:00 AM Mountain Time, signaling a shift in focus to include a broader range of small businesses in the bidding process. This adjustment is significant for ensuring wider participation in government contracts while adhering to required federal regulations.
    The document is a Request for Proposal (RFP) for the acquisition of Special Education Technician services to support the St. Stephens Indian School, operated under the Department of the Interior's Bureau of Indian Education. This RFP outlines the solicitation process, requirements for potential contractors, and specific contract terms. Key points include the solicitation type as a combined synopsis/solicitation for commercial items, emphasizing the Hiring of Indian Small Business Economic Enterprises. The project entails having certified technicians deliver services on-site at the school, with a performance period spanning from September 9, 2024, to September 8, 2027. Payment terms follow a 15-day cycle post-delivery after appropriate inspection and acceptance. Potential contractors are reminded to demonstrate compliance with stringent federal security and background investigation regulations, particularly for personnel interacting with Native American children. Additional requirements include liability insurance and adherence to labor standards. The RFP stresses the importance of timely invoicing using the U.S. Department of the Treasury's Internet Payment Platform. Overall, this RFP reflects the government's commitment to maintaining educational standards and ensuring suitable service provision in a culturally sensitive environment, reinforcing the importance of supporting Native American communities through appropriate educational resources and services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    U--Notice of Intent to Sole Source for SPED tuition for Cheyenne Eagle-Butte India
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), on behalf of the Bureau of Indian Education (BIE), intends to award a sole source contract to Plankinton School District 1-1 for the provision of special education (SPED) tuition for the Cheyenne Eagle-Butte Indian School located in Eagle Butte, South Dakota. This contract, valued at approximately $181,392.50, is aimed at ensuring that the educational needs of students requiring special education services are met effectively. The contract period is set from September 8, 2024, to September 8, 2029, and no competitive proposals will be solicited for this requirement. For further inquiries, interested parties may contact Felicia Aspaas at felicia.aspaas@bie.edu or by phone at (480) 252-0702.
    Sports Supplies for Many Farms High School
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is soliciting proposals for the supply of sports equipment for Many Farms High School. The procurement includes various basketball scoreboards and shot timers, with specific model numbers and quantities outlined in the Request for Proposal (RFP). This initiative is crucial for enhancing the athletic facilities at the school, thereby supporting the physical education and sports programs for students. Interested bidders must submit their quotes electronically, ensuring compliance with federal regulations, and can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further information. The procurement is classified as a Firm Fixed Price purchase order under the Indian Small Business Economic Enterprise (ISBEE) set-aside, emphasizing the government's commitment to supporting small businesses.
    Speech Language Pathologist for Mariano Lake Commu
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for Speech Language Pathologist services at the Mariano Lake Community School. The procurement aims to secure a firm fixed-price contract for the provision of specialized educational services, with a performance period from October 5, 2024, to June 30, 2025. These services are crucial for supporting the communication needs of students, ensuring compliance with federal regulations while promoting engagement from small and disadvantaged businesses. Interested contractors must submit their quotes, demonstrating technical capability and all-inclusive pricing, by the specified deadline, and can reach out to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further inquiries.
    FD BNR CHUSKA LAKE STAND EXAM & SILVA CU
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is soliciting proposals for the Chuska Lake Stand Exam and Silvicultural Prescription project located in Fort Defiance, Arizona. This procurement aims to engage contractors to conduct a detailed stand examination and develop a silvicultural prescription, focusing on managing invasive species within the Navajo Nation while adhering to federal guidelines. The project underscores the importance of sustainable forest resource management and the involvement of local communities in conservation efforts. Interested vendors must submit their proposals by 3:00 p.m. MDT on September 16, 2024, and can direct inquiries to Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.
    CARPET REMOVAL & INSTALLATION AT BIA UTE MTN UTE D
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for carpet removal and installation services at the Ute Mountain Ute Detention Center in Towaoc, Colorado. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and requires contractors to provide all necessary materials, labor, and supervision for the project, which includes the installation of carpet tiles and vinyl composition tiles in designated areas. The contract emphasizes compliance with federal labor laws, quality control standards, and security protocols, reflecting the importance of maintaining high standards in public facility management. Proposals are due by September 18, 2024, with a performance period from September 23, 2024, to October 22, 2024. Interested parties can contact Sonia Nelson at Sonia.Nelson@bia.gov or by phone at 505-563-3129 for further information.
    PROVIDE MAINTENANCE ON PBX
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for the maintenance of its Cisco VoIP network system under solicitation number 140A1124Q0094. The contract requires contractors to provide annual maintenance, emergency support, and a 24/7 Integrated Voice Recognition payment system, with a focus on ensuring reliable communication services for the San Carlos Irrigation Project (SCIP). This opportunity is particularly significant as it aims to support economic initiatives for Native-owned businesses through a 100% Buy Indian Act set-aside, encouraging participation from small businesses with relevant experience and capabilities. Proposals are due by September 12, 2024, at 0900 MD, and interested parties should direct inquiries to Randall Brown at Randall.Brown@bia.gov or call 520-723-6208.
    EMERGENCY MOLD RESTORATION for BIE-JFK Day School
    Active
    Interior, Department Of The
    The Bureau of Indian Education (BIE) is soliciting proposals for an emergency mold abatement project at the John F. Kennedy Day School located in Cedar Creek, Arizona. The project requires contractors to provide all necessary materials, labor, and supervision to remediate mold contamination in mobile classroom T-31, ensuring compliance with health and safety regulations within a 30-day timeframe following the Notice to Proceed. This initiative is crucial for maintaining a safe educational environment for students and is exclusively open to Indian Small Business Economic Enterprises (ISBEEs), promoting local economic participation. Proposals must be submitted by September 17, 2024, at noon MDT, with a mandatory site visit scheduled for September 12, 2024, and all inquiries directed to Mary Jane Johnson at maryjane.johnson@bie.edu.
    7E--Sources Sought Notice for IEE Sources of Brand Name Only IT Equipment
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, has issued a Sources Sought Notice to conduct market research for Indian Economic Enterprises (IEEs) regarding brand name IT equipment. The objective is to identify authorized federal resellers of IT equipment from manufacturers such as Dell Technologies, Apple, Samsung, and Hewlett Packard, with submissions required to include vendor details, capabilities, socio-economic classifications, and past performance on federal contracts. This procurement process is crucial for ensuring that the Bureau meets its IT equipment needs while adhering to federal procurement guidelines. Interested vendors must submit their responses by September 26, 2024, and can direct inquiries to Adam Lowery at Adam.Lowery@bia.gov or by phone at 571-560-0622.
    BACKHOE LOADER
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for the procurement of a Backhoe Loader to enhance operational efficiency for the Western Navajo Branch of Transportation in Tuba City, Arizona. The required specifications include an engine output of 115 hp, compliance with Tier 4 Final emission standards, and various attachments such as a heavy-duty backhoe bucket and a general-purpose loader bucket. This procurement is part of the federal government's initiative to support infrastructure development within Native American communities, with a focus on promoting economic opportunities for Indian Small Business Economic Enterprises. Interested vendors must submit their quotes by 3:00 p.m. MDT on September 16, 2024, and can direct inquiries to Elsie Begay at 505-863-8226.
    ROOF REPLACEMENT @AZNN AGENCY BLDG
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a roof replacement project at the Arizona Navajo North Agency Building located in Tuba City, Arizona. This opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE), with a budget range of $100,000 to $250,000, and a performance period of 30 calendar days from the notice to proceed. The project involves the installation of a new Thermoplastic Olefin (TPO) roof system over approximately 15,912 square feet, adhering to various federal, tribal, and state health and safety standards, including compliance with the Davis-Bacon Wage Determinations. Interested contractors must submit their proposals via email by September 18, 2024, and direct any questions to Mary Jane Johnson at maryjane.johnson@bie.edu by September 16, 2024.