OFFICE FURNITURE -PIMA Agency
ID: 140A1125Q0018Type: Combined Synopsis/Solicitation
AwardedFeb 14, 2025
$23.5K$23,504
AwardeeATA GOVERNMENT LLC 11815 LAURELWOOD DR UNIT 5 Studio City CA 91604 USA
Award #:140A1125P0011
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 The objective is to replace outdated furniture with new items that enhance ergonomics, productivity, and the professional image of the agencies, including specific requirements for standing desks,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
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    68--Propane for Tohono O'odham Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking proposals for a firm fixed-price contract to supply propane to the Tohono O'odham Agency in Sells, Arizona. The procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), requiring that offerors qualify as both Indian Economic Enterprises and small businesses. The propane will be utilized for heating and kitchen appliances across various facilities, including the Tohono O'odham Agency Quarters and the Adult Detention Center, ensuring uninterrupted service is maintained. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 480-744-4870.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    Trash Pickup for Kaibeto Boarding School
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking quotations for trash pickup services at the Kaibeto Boarding School. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, with a focus on solid waste collection under NAICS code 562111. The contract will be structured as a Firm Fixed Price purchase order for a base year starting January 1, 2026, with the possibility of four additional option years extending through 2030. Interested contractors must submit a comprehensive quote that includes their qualifications and ability to perform, with evaluations based on technical capability and price. For further inquiries, potential offerors can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    44--Replacement Heat Pumps for Seba Delkai Boarding Sc
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors to provide replacement heat pumps for the Seba Delkai Boarding School located in Winslow, Arizona. This procurement aims to supply heating equipment essential for maintaining a conducive learning environment at the boarding school, which serves Native American students. The solicitation is set aside for small businesses, specifically under the Indian Small Business Economic Enterprise (ISBEE) program, with a closing date for offers extended to December 16, 2025, at 5:00 PM ET. Interested parties must acknowledge receipt of the solicitation amendments and submit their proposals electronically, ensuring compliance with all applicable federal regulations.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.