Phase I ESA Services in Village of Kwigillingok,AK
ID: 140A0525Q0014Type: Combined Synopsis/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 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 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 seeking proposals for Phase I Environmental Site Assessment (ESA) services at the Old School Site in Kwigillingok, Alaska. The objective of this procurement is to conduct comprehensive assessments, including historical document research, site analysis, contamination identification, and risk evaluations, to facilitate effective remediation planning. This initiative is crucial for addressing environmental risks associated with Native Allotments and Trust properties, ensuring compliance with federal, state, and tribal regulations. Interested Indian Small Business Economic Enterprises (ISBEEs) must submit their proposals by the specified deadlines, with the contract period running from April 21, 2025, to June 30, 2026. For further inquiries, potential offerors can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-978-6005.

Point(s) of Contact
Files
Title
Posted
Mar 21, 2025, 11:05 PM UTC
The Phase 1 Environmental Site Assessment (PH1 ESA) project in Kwigillingok, Alaska, aims to evaluate environmental contamination at an old school site to facilitate remediation planning. The project involves a comprehensive approach, including historical document research, site reconnaissance, contamination identification, risk evaluation, and reporting. Key tasks include project management meetings, fieldwork to assess current conditions, interviews with past and present site occupants, and a thorough review of historical records and public files. The contractor will coordinate with the Bureau of Indian Affairs (BIA) and local authorities to ensure compliance with environmental regulations. A detailed report summarizing findings and recommendations will be submitted to the BIA. The project timeline includes various deliverables, with the final report expected 75 days after fieldwork completion. This initiative underscores the government’s commitment to addressing environmental risks related to Native Allotments and Trust properties while adhering to federal, state, and tribal regulations. The PH1 ESA serves as a critical step in identifying potential liabilities and planning for necessary cleanup actions.
Mar 21, 2025, 11:05 PM UTC
This document pertains to the Buy Indian Act and outlines the self-certification process for Offerors applying for contracts as Indian Economic Enterprises (IEEs). In compliance with 25 U.S.C. 47 and the Department of the Interior Acquisition Regulation (DIAR) Part 1480, the Offeror must certify their status as an IEE at the time of offer submission, contract award, and throughout the contract duration. Contracting Officers can request further documentation to verify eligibility at any stage. Misrepresentation can lead to severe penalties as outlined in 18 U.S.C. and 31 U.S.C. The Offeror is required to provide specific details, including the name of the federally recognized tribal entity, Unique Entity ID, legal business name, and owner information, along with a certifying signature. This form is integral to ensuring that contracts funded under the Buy Indian Act support legitimate Indian-owned businesses and comply with federal regulations, safeguarding the integrity of public procurement processes.
Mar 21, 2025, 11:05 PM UTC
The document outlines a Request for Proposal (RFP) for Phase I Environmental Site Assessment (ESA) services at the Old School Site in Kwigillingok, Alaska, specifically targeting Indian Small Business Economic Enterprises (ISBEEs). It states the intent to issue a Firm-Fixed-Price purchase order, with a period of performance running from April 21, 2025, to June 30, 2026. The required services include comprehensive assessments of historical documents, site analysis, contamination identification, and risk evaluations. This initiative is governed by specific clauses from the Federal Acquisition Regulation (FAR) and the Department of the Interior Acquisition Regulation (DIAR), which dictate obligations related to payment, contract terms, and compliance with regulations. It also specifies that the contractor must invoice through the U.S. Department of the Treasury's Invoice Processing Platform (IPP). The document emphasizes proper documentation, including completion certificates and adherence to the unique requirements for Indian organizations, illustrating the government’s focus on engaging small minority businesses while ensuring environmental safety and regulatory compliance.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
Carpet Installation for OIS at MIB
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for carpet installation services at the Office of Indian Services located in the Stewart Lee Udall Building, Washington, DC. The project involves replacing flooring across approximately 12,631.93 square feet, requiring contractors to provide all necessary labor, materials, and supervision, with completion expected by May 15, 2025. This opportunity is fully set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 238330, emphasizing the government's commitment to supporting small businesses owned by economically disadvantaged groups. Interested contractors must submit proposals by the specified deadline and can contact Adam Lowery at Adam.Lowery@bia.gov or 571-560-0622 for further information. A site visit is scheduled for April 17, 2025, and adherence to federal labor standards, including wage determinations, is mandatory throughout the contract duration.
AQUATIC HERBICIDE
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of aquatic herbicides to support the Flathead Indian Irrigation Project. This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the government's commitment to fostering economic participation among indigenous businesses. The herbicides are critical for controlling aquatic vegetation that could obstruct irrigation water flow, thereby safeguarding agricultural operations and preventing potential legal claims against the government. Interested vendors should contact Brian Roberts at brian.roberts@bia.gov or call 503-231-2279 for further details, with proposals expected to be delivered within 60 days of award notification.
U--PRE-SOLICITATION NOTICE
Buyer not available
The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is issuing a pre-solicitation notice for a Firm-Fixed-Price contract aimed at providing student assessments in English Language Arts and Mathematics for BIE-funded schools. This initiative is designed to serve approximately 33,000 students in grades 3-8 and high school across 23 states, focusing on a unified assessment approach rather than relying on individual state systems. The contract will cover the school year 2025-2026, with options extending through 2029-2030, and is part of BIE's commitment to enhancing educational support services through standardized assessments. Interested contractors must register in the System for Award Management with the relevant NAICS code (611710), and the solicitation is expected to be available between April 18 and April 30, 2025, with an anticipated award date by June 2, 2025. For further inquiries, interested parties can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.
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 for the Navajo Regional, which includes annual external inspections of boilers and pressure vessels across sixty-six schools managed by the Bureau of Indian Education. The contract is set aside for Indian Economic Enterprises (IEE) and requires the contractor to provide 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 starting March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors must submit their offers by April 18, 2025, at 5:00 p.m. MDT, and can reach out to Charmaine Williams-James at Charmaine.Williams-James@bie.edu for further inquiries.
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.
Fire Prevention Service
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide fire prevention services at the Flandreau Indian School in South Dakota. The procurement involves comprehensive fire safety inspections, testing, maintenance, and emergency repairs for various fire safety equipment across 12 buildings, adhering to National Fire Protection Association (NFPA) codes and standards. This initiative is crucial for ensuring the safety and compliance of educational facilities on Native American reservations, with a total estimated contract value of $19.5 million. Interested parties must submit their proposals by April 11, 2025, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.
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.
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.
OT/COTA SERVICES
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting quotes for Occupational Therapist (OT) and Certified Occupational Therapist Assistant (COTA) services at T’iis Ts’ozi Bi’ Olta Community School in Crownpoint, NM. This procurement is aimed at Indian Small Business Economic Enterprises (ISBEEs) and involves a firm fixed-price contract for the period from July 1, 2025, to June 30, 2026, requiring the contractor to provide all necessary labor, materials, and supervision while complying with federal regulations and background check requirements. The services are crucial for supporting the educational needs of Native American students, ensuring they receive high-quality occupational therapy services in a school setting. Interested parties should submit their bids electronically and can contact Charmaine Williams-James at Charmaine.Williams-James@bie.edu or 505-803-4266 for further information.