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 The objective of this procurement is to conduct comprehensive assessments, including historical document research, site analysis, contamination identification, and risk evaluations, to facilitate effective remediation planning.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 The project involves a comprehensive approach, including historical document research, site reconnaissance, contamination identification, risk evaluation, and reporting.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
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.
R--DIGITIZATION PROJECT
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking proposals for a Records Digitization Project focused on transitioning paper records to electronic formats at the Rocky Mountain Regional Office and Crow Agency in Montana. The project involves the on-site digitization of approximately 105 boxes of records, requiring contractors to have 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 while complying with federal policies for record retention and disposal. 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 significant disrepair, including deep potholes and narrow access that pose safety risks for school buses, by demolishing existing asphalt, regrading the entrance, and constructing wider concrete curbs with drainage features. This initiative underscores the government's commitment to improving educational infrastructure on tribal lands, ensuring safe access for students and staff. Interested contractors, particularly those qualifying as Indian Small Business Economic Enterprises (ISBEE), must submit their proposals by April 30, 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 information.
HVAC Replacement & Repairs and Building Automation
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for HVAC replacement and repair, along with the installation of a Building Automation System at San Simon Elementary School in Sells, Arizona. The project requires contractors to provide design-build services for the replacement and repair of HVAC systems across multiple buildings on the school campus, ensuring compliance with safety and health codes while minimizing disruption to school operations. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEEs), promoting economic development within the community. Interested contractors must submit their proposals by May 16, 2025, following a mandatory site visit on April 29, 2025, and can direct inquiries to Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933. The estimated project budget ranges from $100,000 to $250,000.
TETON HERBICIDE FY 2025
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of Teton Herbicide as part of the Fort Hall Irrigation Project for fiscal year 2025. This acquisition is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 325320, focusing on the need for aquatic herbicides to control vegetation that obstructs irrigation water flow. The Teton Herbicide is uniquely qualified for this purpose, being the only EPA-approved product containing Salt of Endothall, making its timely application critical to avoid legal repercussions. Proposals are due by April 10, 2025, with a delivery deadline of 60 days post-award. Interested vendors can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or by phone at 571-560-0519 for further information.
38--317 07C HYDRAULIC EXCAVATOR/MULCHER
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking proposals for the procurement of two CAT317 hydraulic excavators with mulcher attachments for the Flathead Indian Irrigation Project. This solicitation is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the government's commitment to supporting tribal economic development. The equipment is crucial for enhancing irrigation infrastructure and operational efficiency within the project, which is vital for the agricultural needs of the local tribes. Proposals are due by May 9, 2025, with delivery expected within 120 days after award to Saint Ignatius, MT. Interested parties can contact Brock Bell at brock.bell@bia.gov for further information.
D--Native American Student Information System Recompe
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the Native American Student Information System (NASIS) Recompete, aimed at enhancing the management of sensitive student data across Bureau of Indian Education (BIE) schools. The procurement focuses on developing a comprehensive Software-as-a-Service (SaaS) cloud-based system that will manage student demographics, grades, and attendance, ensuring compliance with federal and state reporting requirements while improving educational outcomes for Native American students. This initiative is critical for maintaining centralized data management and effective communication among stakeholders in federally operated and tribally controlled schools. Interested contractors must submit their proposals by May 19, 2025, with the contract period set from July 3, 2025, to July 2, 2026. For further inquiries, potential bidders can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.
Roof Repair - Beclabito Day School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a roof repair project at Beclabito Day School in Shiprock, New Mexico. The project entails the removal and repair of approximately 37,000 square feet of damaged roofing using TPO materials, with the objective of ensuring compliance with Indian Affairs life safety codes and extending the roof's lifespan. This procurement is crucial for maintaining safe and functional educational facilities for the community, with a project budget estimated between $250,000 and $500,000. Interested contractors must submit sealed bids by May 15, 2025, and are encouraged to direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259 before the question deadline of May 5, 2025.