71--OFFICE FURNITURE -PIMA Agency
ID: 140A1125Q0018Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Office Furniture (except Wood) Manufacturing (337214)

PSC

OFFICE FURNITURE (7110)

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, Bureau of Indian Affairs (BIA), is seeking proposals from Indian Small Business Economic Enterprises (ISBEEs) for the procurement of office furniture for the Pima Agency in Sacaton, AZ, and the Salt River Agency in Scottsdale, AZ. The objective is to replace outdated furniture with new items that enhance ergonomics, productivity, and the professional image of the agencies, including specific requirements for standing desks, ergonomic chairs, and file cabinets. This procurement is vital for improving the functionality of government offices while supporting economically disadvantaged businesses through targeted contracting practices. Interested vendors must submit their quotes by 5:00 PM MST on February 4, 2025, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566.

    Point(s) of Contact
    Schiaveto, Melanie
    (602) 241-4566
    (602) 379-6763
    Melanie.Schiaveto@bia.gov
    Files
    Title
    Posted
    The document pertains to the Buy Indian Act, necessitating self-certification for Offerors qualifying as an "Indian Economic Enterprise" (IEE). It mandates compliance with specific criteria at three key points: submission of an offer, contract award, and throughout the contract duration. Contracting Officers may request additional evidence of eligibility at any stage. Submitting false information is considered a violation of federal law, subject to severe legal penalties under 18 U.S.C. 1001 and 31 U.S.C. 3729 to 3731. Additionally, the document includes an "Offeror Representation" form to affirm IEE status, including necessary details like the legal business name, ownership, and tribal affiliation. This framework ensures that contracts availed under the Buy Indian Act support and promote Indian economic enterprises while maintaining integrity in the acquisition process.
    The document outlines a Notice of Indian Small Business Economic Enterprise Set-Aside, soliciting offers under the Buy Indian Act specifically from Indian Economic Enterprises that qualify as small businesses. The solicitation involves procurement of office furniture, requiring interested parties to submit quotes via email to a designated official, excluding other forms of submission. Each proposal must include a completed Standard Form 1449 and signed amendments. The requested items include height-adjustable desks, anti-fatigue kitchen mats, ergonomic chairs, and printer stands, with specific quantities listed for each. The total cost of each quote must encompass all related expenses, including taxes, labor, materials, and necessary permits. Overall, this document emphasizes the government’s commitment to supporting Indian small businesses through targeted procurement practices while ensuring compliance with relevant federal regulations.
    This document serves as Amendment No. 1 to solicitation number 140A1125Q0018 issued by the Bureau of Indian Affairs (DOI, BIA WRO) in Phoenix, AZ. The amendment provides essential updates regarding the solicitation, specifically addressing questions from potential contractors. Notably, it confirms that installation and assembly are required components of the project's scope of work. The amendment outlines methods for contractors to acknowledge receipt of the amendment, highlighting the importance of timely acknowledgment to avoid rejection of their offers. Furthermore, it emphasizes that all other terms and conditions of the initial solicitation remain unchanged, indicating a continuation of the existing contractual obligations. The document follows a standardized format, outlining sections that guide the modifications while reinforcing the procedural integrity of federal contracting processes.
    This document outlines Amendment No. 2 to Solicitation No. 140A1125Q0018, emphasizing the importance of acknowledging receipt of the amendment by specified means to avoid rejection of offers. It addresses inquiries from contractors regarding the delivery breakdown of furniture supplies to specific locations in Arizona, namely the Salt River and Pima Agencies. The amendment includes answers to questions about shipping capabilities and product equivalencies. It clarifies that both delivery locations have shipping docks but no forklifts, and it refers to the Federal Acquisition Regulation (FAR) for alternate product proposals. The amendment maintains that other terms and conditions are unchanged. The document is associated with the U.S. Department of the Interior's Bureau of Indian Affairs, representing procedural updates in the contracting process, which remain vital for ensuring compliance and effective communication among stakeholders in government contracting.
    The document outlines a Request for Quote (RFQ) by the Department of the Interior, Bureau of Indian Affairs (BIA) for the procurement of office furniture, under solicitation number 140A1125Q0018. The RFQ is aimed at Indian Small Business Economic Enterprises (ISBEEs), with a set aside for 100% of the contract. Responses must be submitted by 5:00 PM MST on February 4, 2025. A site visit is scheduled for January 22, 2025, at two BIA locations in Arizona. The expected delivery is within 180 days post-award. The RFQ requires vendors to quote on various office furniture items like desks and ergonomic chairs. Instructions on quote submission, including tax considerations and pricing, are provided. The document emphasizes compliance with numerous federal regulations, notably the Federal Acquisition Regulation (FAR) clauses. The purpose is to solicit proposals for specific office furniture to enhance government functionality, ensuring compliance with U.S. small business laws and procurement procedures, while emphasizing the government's commitment to supporting economically disadvantaged businesses.
    The Statement of Work outlines the procurement of new furniture for the Pima Agency in Sacaton, AZ, and the Salt River Agency in Scottsdale, AZ. The existing furniture, over five years old, fails to adequately serve the office's needs. The primary objective is to enhance ergonomics, productivity, aesthetic appeal, and the professional image of the agencies. The scope includes the delivery of specific office furniture items, such as standing desks, ergonomic chairs, mats, and file cabinets, with specifications for design uniformity and commercial-grade quality. Delivery and installation must be coordinated with administrative services, and a single point of contact from the contractor will oversee the project. The agencies will also provide staging space for assembly. The requirements detail the number and types of items to be delivered, stipulating that all products must be new, ensuring a cohesive and modern office environment that supports effective work practices.
    The U.S. Department of Labor's Wage Determination No. 2015-5469 outlines wage standards for contracts under the Service Contract Act (SCA), specifically for Arizona counties of Maricopa and Pinal. Effective January 30, 2022, contracts require minimum wages of at least $17.75 per hour or the higher applicable rate for 2025. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $13.30 per hour. A comprehensive occupational wage list detailing hourly rates for various positions is included, alongside required fringe benefits such as health and wellbeing contributions, vacation, and holiday pay. Additionally, the document outlines paid leave mandates and conformance procedures for unlisted job classifications. This wage determination emphasizes compliance aspects for federal contractors, ensuring fair compensation and benefits for employees in service roles, while providing necessary guidelines for adherence to federal labor standards. The structured format includes detailed wage classifications and legal considerations, focusing on worker rights and protections under relevant Executive Orders and the SCA.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 for a comprehensive environmental assessment related to the transfer of three buildings to the Gila River Indian Community in Arizona. The project requires a Phase I Environmental Site Assessment (ESA), a Comprehensive Asbestos Survey, and a Lead-Based Paint Inspection, all aimed at ensuring safety and compliance with environmental regulations prior to the transfer. This initiative underscores the BIA's commitment to environmental safety and regulatory adherence, with deliverables including draft reports within 60 days and final reports within 90 days of approval. Interested parties, particularly those qualifying as Indian Economic Enterprises, should contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or call 602-241-4566 for further details.
    Z--GYM FLOOR REPLACEMENT KCES
    Buyer not available
    The Bureau of Indian Education, part of the Department of the Interior, is soliciting proposals for the replacement and repair of the gym floor at Keams Canyon Elementary School in Arizona. This project, funded under a federal contract set aside for Indian Small Business Economic Enterprises (ISBEEs), requires contractors to remove the existing gym floor and install new flooring systems, adhering to various safety and construction standards. The total budget for this project is estimated between $100,000 and $250,000, with proposals due by March 21, 2025, following a mandatory site visit on February 21, 2025. Interested contractors must ensure compliance with Davis Bacon Wage Determinations, tribal taxes, and COVID-19 guidelines, and can direct inquiries to Krisanne Dernago at krisanne.dernago@bie.edu.
    Firewall Hardware & Licenses for OIT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the acquisition of firewall hardware and licenses for its Office of Information Technology. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 541519, emphasizing the government's commitment to supporting eligible small businesses in the technology sector. The selected vendor will provide essential cybersecurity infrastructure, with a firm fixed-price purchase order anticipated to be awarded within 90 days of the contract award. Interested offerors should ensure compliance with federal acquisition regulations and submit their proposals promptly, as late submissions may jeopardize eligibility; for further inquiries, contact Maggie Main at maggie.main@bia.gov.
    H--BOILER INSPECTION FOR NAVAJO REGIONAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services across sixty-six schools managed by the Bureau of Indian Education, including nine Bureau of Indian Affairs locations. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires contractors to conduct annual external inspections of boilers and pressure vessels, providing all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period commencing on March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors should submit their offers by March 20, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
    Z--CRIP Main Canal Checks with Lateral 73
    Buyer not available
    The Bureau of Indian Affairs (BIA) is soliciting proposals for the Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73, focusing on construction, alteration, and repair work on critical irrigation infrastructure in La Paz County, Arizona. This competitive procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and includes the rehabilitation and replacement of check structures MC185, MC270, and MC420, as well as the Lateral 73-36 Check, with an estimated project cost exceeding $10 million. The project is vital for enhancing irrigation efficiency and ensuring reliable water management for agricultural needs, with a proposal submission deadline of March 18, 2025, and a performance period of 900 days post-notice to proceed. Interested contractors can contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444 for further details.
    Thermal Monoculars BIA Office of Justice Services
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of 30 thermal monoculars intended for use by the Office of Justice Services. The thermal monoculars must meet specific military compatibility requirements, including a BAE 12-micron 640x480 core, an 18 mm F1.0 lens, and a maximum runtime of 8 hours, along with various accessories. This procurement is crucial for enhancing operational capabilities in law enforcement and security within Indian communities. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEEs), must submit their proposals, including necessary documentation, by the specified deadline, with the expectation of delivery within 90 days after order receipt. For further inquiries, potential bidders can contact Lara Wood at lara.wood@bia.gov.
    Notice to Intent to Award - BPA Hardware Supplies
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, has issued a Special Notice regarding its intent to award a Blanket Purchase Agreement (BPA) for hardware supplies. This procurement aims to secure essential hardware supplies necessary for the effective operation and maintenance of health services in the Pinon area of Arizona. The goods procured will play a crucial role in supporting the infrastructure and operational needs of health facilities serving the local community. Interested vendors can reach out to Whitney Shorty at whitney.shorty@ihs.gov or by phone at 928-725-9806 for further details regarding this opportunity.
    J--Well Pump Removal and Replacement for Tiis Nazbas
    Buyer not available
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is soliciting proposals for the removal and replacement of a water pump at the Tiis Nazbas Community School. This procurement aims to ensure compliance with the Federal Acquisition Regulation (FAR) while promoting participation from Indian Small Business Economic Enterprises (ISBEEs). The project is critical for maintaining the school's water supply infrastructure, which is essential for the health and safety of students and staff. Interested small businesses must submit their bids by March 12, 2025, at 5:00 PM Eastern Time, and can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further information.
    74--Notice of Intent to Sole Source for Supplies/Services at NWRO
    Buyer not available
    The Department of the Interior's Bureau of Indian Affairs (BIA) intends to award a sole source contract to Pitney Bowes Global Financial Services LLC for a new postage machine required for the Northwest Region Office (NWRO). The existing postage machine in the BIA mail room is outdated, necessitating a replacement that can efficiently process postage and interface with USPS, FedEx, and BIA's finance software. This specialized equipment is crucial for maintaining operational efficiency in the mail room, and Pitney Bowes is uniquely positioned to meet these specific requirements. Interested parties may submit capability statements and pricing by March 7, 2025, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    Firm Fixed-Price, Commercial Item, Purchase to provide IT Equipment for the Lower Brule Service Unit (LBSU), Lower Brule Health Center (LBHC), Lower Brule, South Dakota.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide IT equipment for the Lower Brule Service Unit in Lower Brule, South Dakota. The procurement involves a Firm Fixed-Price Commercial Item Purchase Order for various Dell laptops and monitors, adhering to a "100% Buy Indian, Small Business" standard, with a delivery period of 45 days from the date of award. This initiative is crucial for ensuring compatibility and continuity with existing systems, thereby enhancing operational efficiency and minimizing administrative costs. Interested parties must submit their bids by March 20, 2025, and are required to comply with federal procurement regulations, including registration with the System for Award Management. For further inquiries, vendors can contact David Jones at david.jones@ihs.gov or Nichole Lerew at nichole.lerew@ihs.gov.