Food Delivery and Courier Services, HES
ID: 140A2326Q0010Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSINDIAN EDUCATION ACQUISITION OFFICEAlbuquerque, NM, 87104, USA

NAICS

Couriers and Express Delivery Services (492110)

PSC

SUPPORT- ADMINISTRATIVE: COURIER/MESSENGER (R602)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for Food Delivery and Courier Services for Havasupai Elementary School (HES) located in Supai, Arizona. The contract entails providing weekly, temperature-controlled food deliveries and secure package courier services, which are critical for addressing logistical challenges in this remote area. The selected contractor will manage end-to-end logistics, ensuring food safety and compliance with federal regulations, with a contract period starting December 15, 2025, and extending through December 14, 2026, with options for four additional years. Interested small businesses must acknowledge the amendment to the solicitation and submit their proposals by December 10, 2025, at 10:00 AM (MS), and can contact Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Indian Education (BIE) requires food delivery and package courier services for Havasupai Elementary School (HES), a K-8 school in a remote Grand Canyon location. The contractor will provide weekly, temperature-controlled food deliveries and secure package courier services to address issues with traditional mail. This involves coordinating with third-party couriers and helicopter sling operators for transportation from the Red Barn to the Hilltop Helipad, then via sling to HES. The contractor must manage end-to-end logistics, maintain chain of custody, and ensure food safety through temperature monitoring. Additionally, the contractor will establish a USPS-approved address for package receipt, consolidate deliveries, and ensure secure handling and documentation. Personnel must meet specific qualifications, including a valid driver's license, food handling certification, and successful completion of a BIE background check. Performance standards emphasize timeliness, completeness, food safety, and thorough documentation. Invoicing will separate labor and sling costs, with payments contingent on satisfactory service and documentation.
    This document, Wage Determination No.: 2015-5465, outlines the minimum wage rates and fringe benefits for service contract employees in Coconino County, Arizona, under the Service Contract Act. It details different minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts awarded before or after January 30, 2022. The determination lists numerous occupations across various fields, including administrative, automotive, health, and IT, with corresponding hourly rates. It also specifies fringe benefits such as health and welfare (including a separate rate for contracts covered by EO 13706 for paid sick leave), vacation, and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, weather observers (night and Sunday pay), hazardous pay differentials, and uniform allowances. The document also details the conformance process for unlisted occupations, emphasizing proper classification and wage rate determination.
    Amendment 0001 to Solicitation 140A2326Q0010 extends the due date for offers to provide weekly Food Delivery and Courier Services for Havasupai Elementary School (HES) in Supai, Arizona. The new response deadline is December 10, 2025, at 10:00 AM (MS). Acknowledgement of this amendment is mandatory for a responsive offer. Additionally, questions and answers related to the solicitation will be posted the week of December 1, 2025. Offerors are reminded to read and download the Scope of Work and other attachments, and to submit proposals in accordance with Section E Solicitation Provisions to FAR 52.212-1 Instructions to Offerors Commercial Items. The Period of Performance for the services is from December 15, 2025, to December 14, 2026.
    This government Request for Quote (RFQ) (Solicitation Number 140A2326Q0010) is for Food Delivery and Courier Services for Havasupai Elementary School (HES) in Supai, Arizona. The contract is a single "Time and Material" type purchase order with a base year (12/15/2025-12/14/2026) and four one-year option periods, extending the potential performance until 12/14/2030. The services include weekly food delivery and courier services, with helicopter travel costs being reimbursable. The NAICS code is 492110 (Couriers and Express Delivery Services), with a small business size standard of 1,500 employees, and the solicitation is set aside for small businesses. Key aspects include strict invoicing via the IPP system, requirements for contractor key personnel, background investigations for onsite personnel, and compliance with various federal acquisition regulations and clauses related to labor standards, whistleblower protections, and small business utilization.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@ihs.gov.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Buyer not available
    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.
    Automated Meter Reading/Customer Information Syste
    Buyer not available
    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.
    Intent to Award/Sole Source to Cardin Courier for Chinle Hospital
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Cardin Courier for courier delivery services at the Chinle Comprehensive Health Care Facility in Arizona. This procurement is aimed at ensuring uninterrupted delivery services that are critical for direct patient care, with the contract period set from January 1, 2026, to December 31, 2026, including two optional one-year extensions. Cardin Courier is uniquely qualified for this role, and the government has indicated that this notice is not a request for competitive proposals; thus, any responses must demonstrate clear advantages for competition. Interested parties can contact Nora Nutlouis at nora.nutlouis@ihs.gov or Tanya Begay at tanya.begay2@ihs.gov for further inquiries.
    R--FACE Program, Prekindergarten & Adult Education Se
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide Prekindergarten and Adult Education services under the FACE Program through Solicitation 140A2326Q0002. The procurement aims to deliver comprehensive technical assistance and programmatic support across approximately 55 sites in 14 states, focusing on school readiness, lifelong learning, and family engagement for American Indian families. This contract, valued at $6,324,577.00, is structured as a Firm-Fixed Price agreement with a base year and four option years, extending from March 1, 2026, to February 28, 2031. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.
    R602--Courier Service VISN 22 East Sites
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide courier services for its VISN 22 East Sites, which include multiple locations across Arizona. The procurement aims to secure timely and secure transportation of medical supplies, biological specimens, pharmaceuticals, and dental instruments, with services required to be available 24/7/365 for urgent needs. This opportunity is critical for maintaining the operational efficiency of VA medical centers and outpatient clinics, ensuring compliance with health regulations and the safe handling of sensitive materials. Interested parties must submit their responses, including company information and capability statements, by December 10, 2025, at 10:00 a.m. PST, via email to Clift Domen at Clift.Domen@va.gov.
    R--Indian Art and Craft Shop Operations RFP
    Buyer not available
    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.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.