F--Remediation Services in Village of Eek, AK
ID: 140A0525Q0009Type: 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 18, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 4:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for remediation services in the Village of Eek, Alaska, with a focus on environmental contamination at an old school site. The project aims to conduct a thorough investigation and site assessment to identify soil and groundwater contamination, including sampling and data analysis, in compliance with environmental regulations. This initiative is crucial for addressing historical contamination issues and ensuring public health and environmental safety in native communities. Interested Indian Small Business Economic Enterprises (ISBEEs) must submit their proposals by the specified deadlines, with the project timeline extending from April 21, 2025, to June 30, 2026. For further inquiries, potential bidders can contact Jodi Zachary at Jodi.Zachary@bia.gov or call 916-978-6005.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 10:08 PM UTC
The Performance Work Statement outlines a contract for a preliminary investigation and site assessment of environmental contamination in the Village of Eek, Alaska, specifically at an old school site. The contract aims to identify soil and groundwater contamination, involving tasks such as research, site inspections, sampling, and data analysis to comply with environmental regulations. Key activities include project management, fieldwork for soil and groundwater sampling, and generating comprehensive reports detailing findings and recommendations. The contractor will coordinate with the Bureau of Indian Affairs (BIA) and ensure all work adheres to federal, state, and tribal laws. The timeline for deliverables includes meetings for planning, drafting, and finalizing a report within specific deadlines following the fieldwork. The overall project emphasizes thorough investigation to assess risks to public health and the environment, ensuring that the information gathered will help determine future cleanup requirements. The document reflects the government’s commitment to environmental stewardship and compliance in response to historical contamination issues in native communities.
Apr 2, 2025, 10:08 PM UTC
The document provides guidance on self-certification for entities responding to solicitations under the Buy Indian Act as stipulated in 25 U.S.C. 47. It outlines the requirements for qualifications as an "Indian Economic Enterprise" (IEE) according to the Department of the Interior Acquisition Regulation (DIAR) Part 1480. Eligible enterprises must meet specific criteria at the time of offer submission, contract award, and throughout the contract duration. Contracting Officers can request additional documentation to verify eligibility at any stage of the acquisition process. Submitting false information can lead to legal repercussions under federal law, including penalties for false claims during contract performance. The document includes a representation form that must be filled out by the Offeror, indicating the name of the federally recognized tribal entity, unique entity ID, business name, and ownership details. This process aims to ensure that federally recognized tribal entities are provided fair opportunities in government contracting within the context of federal and state/local RFPs and grants.
Apr 2, 2025, 10:08 PM UTC
This document is an amendment to solicitation RFQ# 140A0525Q0009 concerning remediation services in Eek, Alaska. It addresses submissions and response protocols for contractors, emphasizing the need for acknowledgment of the amendment before submission deadlines. The amendment clarifies that the purpose is to publicly release questions and answers related to the solicitation. Key details include the project's timeframe from April 21, 2025, to June 30, 2026, and guidance on how to address previous inquiries about contamination at the site. Specifically, it details methods for soil and water analysis and confirms that while Diesel Range Organics (DRO) is a primary contaminant of concern, other contaminants like PAH and VOCs might also need attention. The document outlines requirements for the number of soil borings to assess contamination and mentions ongoing review processes for relevant reports by the Alaska Department of Environmental Conservation (DEC). The terms and conditions remain unchanged despite the amendment, indicating the government’s commitment to transparency and thorough environmental assessment in response to contractor queries. This amendment aims to ensure all interested parties have access to necessary information to prepare competitive and compliant bids for the remediation work.
Apr 2, 2025, 10:08 PM UTC
The document is an amendment (Amendment #2) to the RFQ 140A0525Q0009, concerning remediation services in Eek, AK. It is issued by the Bureau of Indian Affairs (BIA). This amendment addresses questions raised by interested bidders regarding the scope of work and clarifications needed for their proposals. Key points include that the project is not equivalent to a Phase 1 Environmental Site Assessment, and no geotechnical work is required. Additionally, all fieldwork must comply with Alaska DEC standards, and potential follow-up investigations are to fill data gaps from previous studies rather than serve as initial investigations. The responses emphasize that the government will not facilitate property owner interviews during assessment and that all project terms remain unchanged. The proposal due date has not been extended despite requests for additional time to prepare competitive quotes. The timeline for performance is from April 21, 2025, to June 30, 2026. This amendment serves to ensure that all contractors are clearly informed about the project's requirements and mitigates any confusion before the submission of final bids.
Apr 2, 2025, 10:08 PM UTC
The document is a Request for Proposal (RFP) for remediation services at an old school site within the Village of Eek, Alaska. It is part of a federal contract aimed solely at Indian Small Business Economic Enterprises (ISBEEs), with the anticipated work completion date by June 30, 2026. The performance will include activities like research, site reconnaissance, risk evaluation, and contamination analysis as specified under the North American Industry Classification System (NAICS) code 562910. The government is considering issuing a Firm-Fixed-Price (FFP) purchase order. The RFP outlines general requirements, payment processes, and contract clauses applicable under the Federal Acquisition Regulation (FAR) and Department of the Interior Acquisition Regulation (DIAR). Key provisions detail contractor obligations, evaluation criteria, invoicing procedures, and compliance with local laws, including potential TERO (Tribal Employment Rights Ordinance) implications. Contractors are required to utilize electronic invoicing through the U.S. Treasury's Invoice Processing Platform (IPP) and adhere to strict service standards, ensuring completed work is accepted by the Bureau of Indian Affairs (BIA) Technical Representative. This proposal highlights the government's commitment to engaging small businesses while fostering compliance and performance excellence in environmental remediation efforts.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Phase I ESA Svs in Village of Newtok, AK
Buyer not available
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 Newtok, Alaska. The primary objective of this procurement is to evaluate contamination risks and determine the extent of hazardous materials at the Old School Site, ensuring compliance with federal, state, and tribal regulations. This project is crucial for addressing environmental health concerns in Native communities and involves tasks such as project management, fieldwork, and comprehensive reporting on findings and recommendations. Proposals are due by the specified deadlines, with the anticipated period of performance running from April 28, 2025, to June 30, 2026. Interested parties can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-978-6005 for further information.
LEAD PAINT AND ASBESTOS ASSESSMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a comprehensive lead paint and asbestos assessment for 48 BIA-owned buildings located on the Hopi Indian Reservation in Arizona. The project aims to ensure safety and compliance with environmental regulations by conducting thorough inspections and assessments of hazardous materials, with a focus on public health and safety prior to any construction or renovation activities. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and has a performance period of 180 days from the award date. Interested parties can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566 for further details.
IE 150 SSIS LAGOON AERATOR
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the installation of a permanent TITUS Aerator System at St. Stephens Indian School in Wyoming, aimed at enhancing the school's facilities for its predominantly Native American student population. The project entails significant construction activities, including the installation of concrete slabs, electrical work, and the integration of a new 15 HP blower with a Variable Frequency Drive (VFD), all while adhering to safety regulations and the National Electrical Code. This procurement is particularly important as it reflects the Bureau of Indian Education's commitment to providing quality educational opportunities, with a project budget estimated between $25,000 and $100,000. Interested small businesses must submit their proposals by April 21, 2025, following a site visit on April 7, 2025, and can direct inquiries to Carolyn Sulla at carolyn.sulla@bie.edu.
WTP SCADA SYSTEM/INSTALL, CROW AGENCY
Buyer not available
The U.S. Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the installation and programming of a Supervisory Control and Data Acquisition (SCADA) system at the Water Treatment Plant in Crow Agency, Montana. The project aims to ensure compliance with state and federal regulations, including the Montana Department of Environmental Quality standards and the Safe Drinking Water Act, while enhancing the monitoring and reporting capabilities of water quality parameters. This initiative is part of broader governmental efforts to improve infrastructure and water treatment services on Native American lands, emphasizing safety and regulatory adherence. Interested contractors, particularly those qualifying as Indian Economic Enterprises, must submit their proposals by April 15, 2025, with a project completion deadline of June 30, 2025. For further inquiries, potential bidders can contact Mary King at Mary.King@bia.gov or call 406-247-7941.
317 07C HYDRAULIC EXCAVATOR/MULCHER
Buyer not available
The Bureau of Indian Affairs, under the Department of the Interior, is soliciting proposals for the procurement of two CAT317 hydraulic excavators for the Flathead Indian Irrigation Project, with this opportunity set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs). The procurement aims to enhance operational efficiency by acquiring heavy construction equipment that aligns with existing machinery, ensuring that operators and mechanics are familiar with its usage and maintenance. Proposals must be submitted by March 13, 2025, with delivery expected within 120 days after award to Saint Ignatius, MT. Interested vendors can contact Brock Bell at brock.bell@bia.gov for further information.
PAVEMENT MARKINGS PROJECT N49-11 N9W N56
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting proposals for a pavement markings project on designated routes within the Eastern Navajo Agency, specifically focusing on retracing and re-striping existing road markings in Crownpoint, New Mexico. The contractor will be responsible for applying waterborne traffic paint with glass beads, adhering to federal standards, and ensuring the maintenance of safe and visible road markings from May 1, 2025, to August 31, 2025. This project is crucial for enhancing road safety and visibility in the community, with a strong emphasis on supporting Indian Small Business Economic Enterprises through set-aside provisions. Interested contractors must submit their proposals by April 4, 2025, and can direct inquiries to Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.
DIGITIZATION PROJECT
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting proposals for a Digitization Project aimed at transitioning paper records to electronic formats within the Rocky Mountain Region, specifically at the Crow Agency in Montana. The project involves the on-site digitization of approximately 105 boxes of records, requiring contractors to possess at least ten years of experience in records management and to adhere to federal regulations, including NARA standards. This initiative is crucial for enhancing records management, ensuring data security, and improving accessibility to important documentation. Interested Indian Small Business Economic Enterprises must submit their proposals by May 8, 2025, at 1700 local time, and can contact Mary King at Mary.King@bia.gov or 406-247-7941 for further information.
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.
Z--NMNS/REPAVE MAIN ENTRANCE TURNOUT AT WHS
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting proposals for the repaving of the main entrance turnout at Wingate High School in Fort Wingate, New Mexico. The project aims to address severe disrepair issues, including deep potholes and narrow access that pose safety risks for school buses, requiring a qualified contractor to demolish existing asphalt, regrade the entrance, and construct wider concrete curbs with drainage. This initiative reflects the government's commitment to improving educational facilities on tribal lands, ensuring safety and accessibility for students and staff. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), must submit their proposals by April 28, 2025, with a project budget estimated between $100,000 and $250,000, and are encouraged to contact Carolyn Sulla at carolyn.sulla@bie.edu for further details.
Nlyte Software Licenses for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for Nlyte Software Licenses for its Office of Information Technology (OIT), with a focus on engaging Indian Small Business Economic Enterprises (ISBEEs). The procurement aims to secure a Firm-Fixed-Price purchase order for software licenses, along with associated support and maintenance services, emphasizing compliance with federal contracting regulations. This initiative is crucial for enhancing the Bureau's IT capabilities and ensuring efficient management of software resources. Proposals are due by April 9, 2025, and interested parties can contact Maggie Main at maggie.main@bia.gov for further information.