71--AIRR Shelving Units
ID: 140D0425Q0169Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Showcase, Partition, Shelving, and Locker Manufacturing (337215)

PSC

CABINETS, LOCKERS, BINS, AND SHELVING (7125)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:00 PM UTC
Description

The Department of the Interior, through the Acquisition Services Directorate, is soliciting proposals for the delivery and installation of 300 records storage shelving units at the American Indian Records Repository (AIRR) in Lenexa, Kansas. The contractor will be responsible for providing shelving that meets specific federal specifications, including the ability to support significant weight and resist corrosion, with installation required to be completed within 90 days of contract award. This procurement is crucial for enhancing the management and preservation of Indian Trust records, ensuring efficient access for federal stakeholders. Interested small businesses must submit their proposals by April 7, 2025, and can direct inquiries to Catherine Mattocks at CATHERINE_MATTOCKS@IBC.DOI.GOV or by phone at 703-964-8409.

Point(s) of Contact
Mattocks, Catherine
(703) 964-8409
(907) 271-4788
CATHERINE_MATTOCKS@IBC.DOI.GOV
Files
Title
Posted
Apr 4, 2025, 2:06 PM UTC
The Department of the Interior (DOI), through the Interior Business Center, has issued a Request for Quote (RFQ) to procure and install 300 units of records storage shelving for the American Indian Records Repository. This procurement falls under NAICS code 337215 and is set aside for small businesses, aiming to award a Firm-Fixed-Price (FFP) purchase order. The anticipated performance period is 90 days following contract award. Interested contractors are required to submit separate technical and price quotes, totaling no more than 10 pages for the technical submission, with a deadline of April 3, 2025. The selection criteria will be based on the Lowest Price Technically Acceptable (LPTA) approach, evaluating compliance with technical specifications and price fairness, respectively. The contractor must adhere to various federal acquisition regulations and must submit invoices electronically via the Treasury’s Invoice Processing Platform. The proposal should include all necessary information and certifications, with an emphasis on providing a complete and accurate response for consideration. This RFQ reflects the government’s efforts to engage small businesses and streamline the purchasing process while ensuring compliance with relevant legislation and contractual obligations.
Apr 4, 2025, 2:06 PM UTC
The document comprises a series of measurements, likely related to a construction or architectural project, with dimensions presented in feet and inches. It lists various lengths, presumably of materials or structural elements, which include multiple distinct entries ranging from 1 foot to 167 feet. The lack of accompanying context suggests these measurements could be part of an RFP (Request for Proposal) or grant application targeting construction or renovation efforts by a federal, state, or local government entity. The provided dimensions are critical for contractors to understand the scale and requirements of the proposed project, informing bids or grant applications. While specific details about the project's nature or location are absent, the document underscores the essential need for precise measurements in public works, facilitating contractors' planning and execution in alignment with regulatory standards. This focus on accurate dimensions reflects a foundational aspect of successful project proposals and implementations within governmental frameworks.
Apr 4, 2025, 2:06 PM UTC
The AIRR Shelving Solicitation Q&A document addresses inquiries related to the procurement of shelving units, part of a federal solicitation (140D0425Q0169). It confirms that the contractor is responsible for sourcing the shelving, with a layout to be provided in an upcoming amendment. While the specifications for the type of uprights are not detailed, it clarifies that the units do not need to be standalone, allowing flexibility in assembly. The contractor's proposal can offer a shelf capacity of 600 lbs instead of the originally requested 800 lbs, and the use of baked-on powder coat paint for frames and shelves is acceptable. The pricing structure for installing shelving in rows involves both starter and add-on units, though the solicitation does not require all starters. This inquiry-driven document aims to clarify requirements and specifications for potential bidders in compliance with federal procurement processes, ensuring an understanding of project expectations.
Apr 4, 2025, 2:06 PM UTC
The file primarily discusses the release of federal and state RFPs and grant opportunities for various projects aimed at improving public services and infrastructure. Key initiatives include funding for social programs, environmental sustainability projects, technological advancements in government operations, and infrastructure repair and development. Each RFP outlines specific guidelines for applications, eligibility criteria, and deadlines, ensuring transparency and accessibility for interested parties. The document emphasizes the importance of collaboration between federal, state, and local entities to enhance community engagement and resource allocation. Additionally, it highlights the necessity for rigorous monitoring and evaluation measures to assess project outcomes and maintain accountability. Overall, this initiative reflects the government's proactive approach to addressing community needs through informed partnerships and strategic investments in public service enhancement.
Apr 4, 2025, 2:06 PM UTC
This document is an amendment to a federal solicitation, specifically solicitation number 140D0425Q0169, issued by the Acquisition Services Directorate of the Interior Business Center. The amendment modifies existing terms and outlines the requirements for acknowledgment of receipt. Offers must acknowledge the amendment prior to the specified deadline, which is critical to avoid rejection. The primary purpose of this amendment is to include a Statement of Work (SOW) within the solicitation, detailing the services to be provided. The amendment specifies a period of performance from April 18, 2025, to July 17, 2025. The document emphasizes that all other terms and conditions remain unchanged unless specified otherwise. Additionally, it clarifies the process for contractors to submit changes to already submitted offers before the opening date. This amendment reinforces the procedural and administrative requirements typically found in federal RFPs, ensuring compliance and clarity in the ongoing procurement process.
Apr 4, 2025, 2:06 PM UTC
This document is an amendment to a solicitation, identified by the number 140D0425Q0169, issued by the Acquisition Services Directorate of the Interior Business Center. The primary purpose of the amendment is to post questions and answers related to the solicitation, ensuring that all bidders are informed of relevant clarifications. It specifies that offers must acknowledge receipt of the amendment by the designated deadline to avoid rejection. The amendment outlines procedural requirements for changes to offers that have already been submitted and establishes the period of performance for the contract from April 18, 2025, to July 17, 2025. Additionally, it details that the amendment does not alter other terms and conditions of the original solicitation unless explicitly stated. This structured communication is vital for maintaining transparency and compliance within the federal procurement process, reflecting the importance of clear communication in government contracts. Overall, the amendment serves to enhance procedural clarity and support effective bidding practices among contractors.
Apr 4, 2025, 2:06 PM UTC
This document serves as an amendment to a solicitation associated with the federal contract ID 140D0425Q0169. It corrects an administrative error regarding the quote submission deadline, which is now set for April 3, 2025, at 1700 hours, as opposed to the previously stated April 1 date. Additionally, the amendment clarifies that the provided layout document is not to scale and does not accurately represent the number of shelving units; it merely serves as an example of possible configurations. The period of performance for the contract will run from April 18, 2025, to July 17, 2025. Offers must acknowledge receipt of this amendment through specified methods to avoid rejection. The amendment maintains that all other terms and conditions of the original solicitation remain unchanged and in effect. The document is structured to provide clear instructions and modifications while ensuring that potential contractors are adequately informed of the changes and requirements.
Apr 4, 2025, 2:06 PM UTC
This document is an amendment to solicitation number 140D0425Q0169, issued by the Acquisition Services Directorate of the Interior Business Center. The primary purpose of this amendment is to provide additional details regarding the spatial requirements for shelf installation and to extend the submission deadline for proposals. A diagram outlining the room's footprint has been attached to help bidders assess the space for the shelving units. Bidders are expected to determine their own shelf layout based on the items proposed. The new due date for submissions is extended from April 3, 2025, to April 7, 2025. The period of performance for the project is set from April 23, 2025, to July 22, 2025. The amendment emphasizes the importance of acknowledging its receipt in the proposal submissions to avoid potential rejection. All other terms and conditions of the solicitation remain unchanged, maintaining the necessity for compliance and proper communication during the bidding process.
Apr 4, 2025, 2:06 PM UTC
The document pertains to an amendment of a solicitation for a government contract, identified as 140D0425Q0169. The amendment outlines that contractors must acknowledge receipt of this document by specific means to ensure consideration of their offers. Quoters are permitted to submit multiple quotes; however, the award will be based on the lowest priced technically acceptable quote. The amendment emphasizes the importance of clearly demonstrating how proposed products meet specific salient characteristics outlined in the Statement of Work (SOW), implying that vague submissions could lead to disqualification. The period of performance for the contract is indicated to last from April 23, 2025, to July 22, 2025. The document holds significant relevance as it clarifies procedural requirements and expectations for bidders within the context of government contracting, ensuring compliance with established guidelines and facilitating the procurement process.
Apr 4, 2025, 2:06 PM UTC
The Department of the Interior, Office of Indian Affairs, Bureau of Trust Funds Administration, is soliciting proposals for the delivery and installation of 300 shelving units at the American Indian Records Repository (AIRR) in Lenexa, KS. This document outlines a Request for Proposal (RFP) that anticipates awarding a firm-fixed-price purchase order. The project involves providing records storage shelving hardware and installation services, following the specifications detailed in the attached Statement of Work (SOW). The expected period for performance is from April 18, 2025, to July 17, 2025. Vendors are encouraged to submit their offers, adhering to the stipulations set forth in the solicitation, which includes compliance with federal acquisition regulations and the Defense Priorities and Allocations System (DPAS). The document is structured to include sections for bid details, contractor information, and payment terms, ultimately establishing clear requirements and expectations for the proposal submission process.
Apr 4, 2025, 2:06 PM UTC
The Bureau of Trust Funds Administration (BTFA) is seeking a contractor to provide specialized project management services, document preparation, and quality control for the American Indian Records Repository (AIRR) in Lenexa, Kansas. The focus is on urgent requests from senior Department leadership, including support for initiatives like the Boarding School Initiative. The contractor will deliver and install 300 units of high-capacity records storage shelving compliant with federal specifications. Key requirements include shelving capable of holding 800 lbs, specific dimensions, and materials resistant to rust and abrasion. Delivery must occur within specified timelines, and installation is expected to be completed within 90 days of contract award, including a thorough inspection by a government representative. The contractor is responsible for maintaining site cleanliness and ensuring compliance with safety regulations throughout the installation process. This RFP underscores the need for efficient management of Indian Trust records and the importance of maintaining proper infrastructure within the AIRR.
Apr 4, 2025, 2:06 PM UTC
The Bureau of Trust Funds Administration (BTFA) is soliciting services for project management, document preparation, and quality control at the American Indian Records Repository (AIRR) in Lenexa, KS. The focus is on high-priority, urgent requests from senior leadership rather than typical operations. The contractor will deliver and install 300 shelving units for records storage, adhering to specifications set by the National Archives. Key requirements include shelving capable of supporting significant weight, specific dimensions to accommodate federal record boxes, and construction materials that resist corrosion. Installation must be completed within 90 days from contract award, including a 21-day window for setup. Contractors must adhere to safety standards, site policies, and ensure no damage occurs during installation. A thorough inspection will be conducted upon completion to ensure compliance, and any deficiencies must be rectified at no cost to the government. Overall, this project supports the efficient management of Indian Trust records, enhancing preservation and access for federal stakeholders.
Lifecycle
Title
Type
71--AIRR Shelving Units
Currently viewing
Solicitation
Similar Opportunities
Vinyl Tile Installation
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for vinyl tile installation services at the Main Interior Building in Washington, DC. The project involves the installation of approximately 350 square feet of Luxury Vinyl Tile (LVT), requiring contractors to remove existing debris, prepare the surface, and ensure compliance with safety and environmental standards. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 238330, emphasizing the government's commitment to supporting small businesses and Indian economic enterprises. Proposals are due by April 25, 2025, with a pre-bid site visit scheduled for May 1, 2025; interested contractors can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or 571-560-0519 for further details.
Shelving Unit Removal - Indianapolis Indiana
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for a non-personal services contract to remove shelving systems from two designated areas within the Emmett J Bean Federal Center in Indianapolis, Indiana. The contractor will be responsible for the complete tear-down, removal, and off-site disposal of both electrically powered and manually controlled shelving units, with a requirement to complete the work within ten business days of contract award. This project is critical for maintaining the operational efficiency of the facility and ensuring compliance with safety and disposal regulations. Interested parties must submit their quotes electronically by the specified deadline, and all inquiries should be directed to Cara Johnson at cara.j.johnson.civ@army.mil or Terry D. Phillips at terry.d.phillips6.civ@army.mil.
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. The project requires contractors to provide comprehensive records management services, including inventorying, cleaning, digitizing, and ensuring quality control of sensitive documents, all in compliance with National Archives and Records Administration (NARA) standards. This initiative is crucial for enhancing record management efficiency and ensuring compliance with federal regulations regarding record retention and disposal. Interested contractors must acknowledge receipt of the solicitation amendments and submit their proposals by May 8, 2025, with the anticipated contract performance period starting from June 1, 2025, to May 30, 2026. For further inquiries, potential bidders can contact Mary King at Mary.King@bia.gov or call 406-247-7941.
Office furniture for OCFO
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs' Office of the Chief Financial Officer (OCFO), is seeking proposals for the acquisition of office furniture. The procurement includes a variety of items such as chairs, desks, filing cabinets, and meeting furniture, with specifications allowing for brand-name or equal alternatives. This initiative is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEEs), reflecting the federal commitment to support economic development within Indian communities. Interested suppliers must ensure delivery to Reston, VA, between May 9 and May 16, 2025, and are encouraged to contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or 571-560-0519 for further details regarding the proposal process.
FIRE RATED COUNTER DOORS
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting bids for the installation of fire-rated rolling counter doors at its Anadarko Agency in Oklahoma, under project number 140A0325Q0005. The project involves the demolition of existing structures, installation of new fire-rated doors compliant with NFPA 80 standards, and associated electrical work, with all materials required to be brand new. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), with an estimated contract value between $25,000 and $100,000, and bids are due by May 12, 2025, with an anticipated award date of June 1, 2025. Interested contractors should contact Jocelyn Littlechief at Jocelyn.LittleChief@bia.gov or call 405-247-1527 for further details.
Art Kits for Tuba City Boarding School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking proposals for the procurement of 350 elementary art kits for the Tuba City Boarding School. This solicitation is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to fulfill educational needs by providing essential art supplies to support K-12 learning environments. Interested contractors must comply with Federal Acquisition Regulations (FAR) and Interior Acquisition Regulations (DIAR), and proposals should include pricing information, product specifications, and evidence of capability to meet the requirements. For further inquiries, potential bidders can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov. Proposals are due within 30 days of the order receipt, and the contract will be awarded as a single firm-fixed-price agreement.
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.
Y--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 the construction of 1,995 linear feet of commercial-grade chain-link fencing, aimed at enhancing security and protecting property from vandalism and break-ins. This initiative is part of the government's commitment to improving safety on tribal lands and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), promoting economic opportunities for qualified Indian-owned businesses. 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.
Roof Repair - Beclabito Day School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a roof repair project at Beclabito Day School in Shiprock, New Mexico. The project entails the removal and repair of approximately 37,000 square feet of damaged roofing using TPO materials, with the objective of ensuring compliance with Indian Affairs life safety codes and extending the roof's lifespan. This procurement is crucial for maintaining safe and functional educational facilities for the community, with a project budget estimated between $250,000 and $500,000. Interested contractors must submit sealed bids by May 15, 2025, and are encouraged to direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259 before the question deadline of May 5, 2025.
Pharmacy Casework - 3 pharmacies at Phoenix Indian Medical Center
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is seeking qualified contractors to provide pharmacy casework for three pharmacies at the Phoenix Indian Medical Center in Arizona. The project involves the replacement of pharmacy cabinetry with new modular casework systems that comply with USP-797/USP-800 standards for handling sterile and hazardous substances, ensuring ergonomic efficiency and durability. This initiative is crucial for enhancing pharmacy operations and maintaining compliance with health standards in medical facilities. Interested vendors should contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or call 602-364-5012 for further details regarding the procurement process, which is set aside for Indian Small Business Economic Enterprises (ISBEE).