84--Fire-resistant uniform purchase
ID: 140A1125Q0039Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Apparel Accessories and Other Apparel Manufacturing (315990)

PSC

OUTERWEAR, MEN'S (8405)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 3:00 PM UTC
Description

The Bureau of Indian Affairs (BIA) Western Region is seeking quotes for the procurement of fire-resistant uniforms, specifically work shirts, pants, and boots, all requiring a minimum CAT2 rating. This initiative aims to equip approximately 25 employees with essential personal protective equipment (PPE) for safety and compliance during their duties. The procurement emphasizes adherence to federal guidelines, including the submission of detailed bids that account for all applicable taxes and shipping costs, ensuring a transparent and efficient process. Interested contractors must submit their quotes by April 3, 2025, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.

Point(s) of Contact
Brown, Randall
(520) 723-6208
(406) 247-7921
Randall.Brown@bia.gov
Files
Title
Posted
Apr 1, 2025, 9:04 PM UTC
The Bureau of Indian Affairs (BIA) Western Regional Office has issued RFQ No. 140A1125Q0039, soliciting quotes for fire-resistant uniforms, including work shirts, pants, and boots, all with a minimum CAT2 rating. The total quantity required is 25 units for each item, to be delivered to Parker, Arizona, with shipping costs included in the quote. Interested contractors must provide prices for each item as specified in the Quote Schedule; failing to do so will render the submission "non-responsive." This procurement utilizes the NAICS code 315990, applicable to entities with a size standard of 600 employees. The document emphasizes compliance with all applicable taxes and shipping costs and outlines the necessity for a detailed bid response that maintains the integrity of the request. This RFQ reflects the BIA's commitment to equipping personnel safely and efficiently.
Apr 1, 2025, 9:04 PM UTC
The document is an amendment to a federal solicitation, specifically Amendment 0001 to solicitation number 140A1125Q0039. It outlines the requirements for acknowledging receipt of the amendment by potential contractors, stipulating that acknowledgment can be made through various methods including written communication or electronic means. The amendment modifies specific sections of the original solicitation and must be adhered to prior to the designated deadline to avoid rejection of offers. Furthermore, it replaces Section B entirely and provides contact details for inquiries. The issuing office is the Bureau of Indian Affairs, highlighting the importance of compliance with federal procurement processes. The amendment serves as an administrative update to ensure clarity and accuracy in the solicitation, facilitating effective communication between the government and contractors.
Apr 1, 2025, 9:04 PM UTC
This document is a Request for Proposal (RFP) issued by the Bureau of Indian Affairs (BIA) for commercial items, specifically related to the San Carlos Irrigation project. It outlines key details such as the solicitation number (140A1125Q0039), offer submission due date (April 3, 2025), and contact information for inquiries (Randall Brown). The commercial products solicitation follows the Federal Acquisition Regulation (FAR) guidelines, including clauses relevant to small businesses and set-asides for various business categories like service-disabled veteran-owned and economically disadvantaged women-owned businesses. The document emphasizes that the solicitation can be responded to via email and requests that quotes be submitted using the Standard Form 1449. The final acceptance of the offer must adhere to specified terms and conditions, with invoices to be sent to the designated address. This RFP illustrates the federal government's commitment to purchasing goods and services while promoting inclusivity for small and disadvantaged businesses. It serves as a formal invitation for vendors to provide proposals that meet the specified requirements.
Apr 1, 2025, 9:04 PM UTC
The document outlines RFQ No. 140A1125Q0039 from the BIA Western Regional Office, focused on procuring flame-resistant clothing and boots for the San Carlos Irrigation Project. The primary aim is to establish a direct billed PPE program catering to approximately 25 employees, with an initial allowance for purchasing flame-resistant shirts, pants, and boots. Specifications require a minimum CAT2 rating for shirts and pants, alongside approved safety standards for boots. The suppliers must provide essential services, including initial sizing, outfitting, and a maintained online catalog for easy ordering with monthly reconciliations. The contract includes rigorous inspection requirements, ensuring compliance with federal guidelines and quality assurance. Key clauses and regulations address aspects like limitations on subcontracting, payment processes through the Department of Interior's Invoice Processing Platform, and whistleblower protections under federal law. The document emphasizes adherence to federal policies, pricing inclusivity for taxes, and the necessity for proper invoice documentation. Overall, it reflects the government's commitment to ensuring safety standards and compliance while supporting small businesses through clear guidelines for bidding and contract management processes.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
68--PROPANE
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking qualified Indian Economic Enterprises (IEE) to provide propane delivery services at the Truxton Canon Agency in Arizona. The procurement aims to ensure an uninterrupted supply of liquefied propane gas (LP gas) to support the operations of federally owned facilities, with responsibilities including regular tank inspections, maintenance, and repairs of associated equipment. This contract is crucial for maintaining reliable utility services at multiple locations, including Valentine, Peach Springs, and Supai, and is scheduled to run from April 1, 2025, to September 30, 2025. Interested vendors must submit their responses by April 10, 2025, at 5:00 PM Pacific Time, via email to Danielle Bitsilly at danielle.bitsilly@bia.gov, and comply with registration requirements in the System for Award Management (SAM) database.
QTRS 1010 ROOF REPLACEMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is soliciting proposals for a roof replacement project at Government Quarters 1010 located in Crow Agency, Montana. The project requires a contractor to provide all necessary labor, materials, and equipment for a complete roof replacement, including the installation of metal roofing panels and gutters, while adhering to local labor regulations and BIA policies. This initiative underscores the importance of supporting Indian Small Business Economic Enterprises (ISBEE) and ensuring compliance with federal acquisition clauses, particularly those related to minority participation. Proposals are due by April 9, 2025, and interested contractors can contact Mary King at Mary.King@bia.gov or by phone at 406-247-7941 for further information.
VIPR I-BPA for Incident Base Unit for Region 5 - Pacific Southwest Region ONLY
Buyer not available
The Department of Agriculture, specifically the U.S. Forest Service (USFS), is seeking quotes for an Incident Base Unit exclusively for Region 5, which encompasses the Pacific Southwest Region. This procurement aims to secure a contractor responsible for providing all necessary equipment, materials, supplies, transportation, lodging, and trained personnel to support local, regional, and nationwide fire suppression and all-hazard incidents, as well as RX Prescribed Project Work. The resources acquired through this contract will play a crucial role in protecting lands from various hazards, with the potential for interagency cooperation with entities such as the Department of the Interior and National Park Service. Interested vendors must ensure they have a valid email address, a Unique Entity ID (UEI), active registration in the System for Award Management (SAM), and a Login.gov account to participate in the solicitation process, which will be conducted via the Virtual Incident Procurement (VIPR) system. For further inquiries, vendors can contact RaShauna Workman at rashauna.workman@usda.gov or by phone at 208-296-8375.
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.
H--NMNS/ANNUAL PM/INSPECT FIRE RATED DOORS
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 annual preventive maintenance and inspection of fire-rated doors across six educational facilities in New Mexico. This procurement aims to ensure compliance with safety regulations, including NFPA 80 standards, and is limited to Indian Economic Enterprises (IEE) as part of the Indian Economic Enterprise set-aside program. The contract, which is expected to span from May 1, 2025, to April 30, 2030, includes multiple option years and requires contractors to cover all necessary labor, materials, and travel expenses for thorough inspections. Interested parties should contact Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266, and note that the deadline for submitting offers has been extended to April 7, 2025, at 5:00 PM MDT.
B--SCIP-IW BUILDING TRANSFER ESA/ LEAD/ASB
Buyer not available
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.
BPA - Clothing, Special Purpose PSC 8415
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for the supply of special purpose clothing under the PSC code 8415 and NAICS code 315990. Interested vendors must demonstrate their capabilities and expertise by providing a cover sheet, a price list, and at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring the availability of specialized clothing for defense operations, and vendors are encouraged to submit their documentation by April 30 for June awards or by October 31 for December awards. For further inquiries, interested parties can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or by phone at 301-744-6674.
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.
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.
EMERGENCY SUPPORT SECTION Deployment Equipment
Buyer not available
The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking sources for the procurement of emergency support section deployment equipment through a Blanket Purchase Agreement (BPA). This initiative aims to ensure that law enforcement personnel have access to essential personal protective equipment (PPE) and related supplies necessary for effective disaster response operations, including both natural and man-made emergencies. The BPA will facilitate the rapid procurement and delivery of a range of tactical and emergency equipment, such as medical kits, safety vests, and portable generators, thereby enhancing operational readiness for government and emergency services. Interested vendors must submit their responses, including company information and capability statements, by April 8, 2025, with inquiries directed to David Berger at david.berger@atf.gov or Christian Shepherd at Christian.Shepherd@atf.gov.