Flathead Indian Irrigation Project (FHIP) Skid Ste
ID: 140A1225Q0007Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSNORTHWEST REGIONPORTLAND, OR, 97232, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

EARTH MOVING AND EXCAVATING EQUIPMENT (3805)

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, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide a Skid Steer Loader for the Flathead Indian Irrigation Project (FHIP). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) and aims to award a single fixed-price contract, with an anticipated delivery date of May 6, 2025, to Saint Ignatius, MT. The Skid Steer Loader must meet specific performance specifications, including a minimum horsepower of 74 and various safety features, reflecting the project's emphasis on operational efficiency and safety in public sector applications. Interested parties can contact Brian Roberts at brian.roberts@bia.gov or call 503-231-2279 for further details regarding the solicitation process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the minimum specifications required for a skid steer loader as part of a government Request for Proposals (RFP). Key requirements include a minimum horsepower of 74 and torque of 195 ft-lbs, with an operating weight of 8,296 lbs and a rated operating capacity of 3,055 lbs, including an optional counterweight. The loader must feature dual travel speeds, sophisticated hydraulic flow capabilities (32 GPM at 4,061 PSI), and a range of operator comforts such as enclosed ROPS, air conditioning, and a Bluetooth radio. Safety features also include a backup camera and rear/front LED lights. The loader should have a hydraulic quick coupler and an 80-inch bucket with a .62 yard heaped capacity. These specifications are essential for ensuring operational efficiency and safety in various government projects, reflecting the emphasis on durable, versatile equipment for public sector use. The overall goal is to procure machinery that meets performance, safety, and comfort standards for operators in varied working conditions.
    The document outlines the self-certification process for entities wishing to participate in government contracts under the Buy Indian Act, codified in 25 U.S.C. 47. It establishes that an "Indian Economic Enterprise" (IEE) must meet specific criteria at the time of offer submission, contract award, and throughout the contract term. Contracting Officers may request additional documentation to verify eligibility at any stage. It warns that providing false or misleading information can lead to legal penalties. The form includes sections for the Federally Recognized Tribal Entity's name, Unique Entity ID, legal business name, the owner of the IEE firm, and a certifying signature. This process is crucial for ensuring compliance within federal RFPs, grants, and contracts, maintaining integrity in government procurement targeted at supporting Indian Economic Enterprises.
    This document outlines the procedural requirements for determining whether the anticipated cost for a contract action is fair and reasonable. It emphasizes the need for thorough market research, which should be documented in part 10 of the guidance. Additionally, the document mentions the requirement to provide justification for opting out of full and open competition, including any written expressions of interest from potential sources. It also highlights the necessity for agencies to consider actions that could eliminate barriers to competition in future acquisitions. This summary reflects critical components of federal procurement, ensuring accountability and transparency in government contracting practices, ultimately aiming to bolster fair competition and responsible expenditure of public funds.
    The government document outlines the Request for Quotations (RFQ) for the procurement of a Skid Steer Loader for the Flathead Indian Irrigation Project, managed by the Bureau of Indian Affairs (BIA). This contract is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) and aims to award a single fixed-price contract. The anticipated delivery date is May 6, 2025, and the delivery location is Saint Ignatius, MT. The project specifies compliance with the North American Industry Classification System (NAICS) code 333120 for Construction Machinery Manufacturing, which has a small business size standard of 1,250 employees. The document emphasizes the importance of adherence to various Federal Acquisition Regulations (FAR) and Department of the Interior Acquisition Regulations (DIAR), detailing clauses that govern performance and invoicing. It instructs potential offerors to complete the necessary representations and certifications. The evaluation of bids will be based on a Lowest Priced - Technically Acceptable (LPTA) approach, requiring vendors to meet all technical specifications to be considered. Overall, this procurement reflects the government's commitment to engage and support small businesses, particularly those owned by Indigenous entities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FHIP BRUSH CHIPPER
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified vendors to supply a brush chipper for the Flathead Indian Irrigation Project. This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) and aims to enhance municipal tree maintenance operations through the acquisition of a robust and efficient piece of equipment. The brush chipper must meet specific technical specifications, including a minimum weight of 10,366 lbs, a gross horsepower of 173 hp, and various safety features, with a delivery date set for May 6, 2025. Interested parties can contact Brian Roberts at brian.roberts@bia.gov or call 503-231-2279 for further details regarding the solicitation number 140A1225Q0004.
    SOURCE SOUGHT NOTICE - JOHN DEERE 320 P-TIER BACKHOE LOADER
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is conducting market research through a sources sought notice for the procurement of a John Deere 320 P-Tier Backhoe Loader. This opportunity aims to identify potential sources capable of fulfilling the government's requirement for construction machinery, with a focus on Indian Economic Enterprises as per the Buy Indian Act. The backhoe loader is essential for various infrastructure and public works projects, ensuring operational efficiency and compliance with government standards. Interested parties are invited to submit their capability statements and relevant documentation to Janice Martinez at Janice.Martinez@ihs.gov by February 7th, 2025, as this is not a solicitation but a request for information to inform future acquisition strategies.
    GOOSENECK DUMP TRAILER
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for the procurement of a Gooseneck Dump Trailer to support road maintenance operations at the Uintah & Ouray Agency in Ft. Duchesne, Utah. The requirement specifies the acquisition of one Big Tex 16GX-14 Gooseneck Tandem Axle Dump Trailer or an equivalent model, with delivery expected in operational condition, including functionality testing and necessary operating manuals. This procurement not only aims to enhance infrastructure but also emphasizes the importance of supporting Indian Small Business Economic Enterprises, with all quotes due by February 7, 2025. Interested vendors can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566 for further details.
    J--Bobcat Service and Repair for Selba Delkai Boardin
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting quotes for Bobcat service and repair for the Selba Delkai Boarding School. This procurement aims to secure general automotive repair services under NAICS code 811111, with a contract period running from January 10 to February 28, 2025. The opportunity is set aside for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the importance of compliance with federal regulations and supporting small business participation. Interested contractors must submit their quotes by February 10, 2025, at 5:00 PM Eastern Time, and can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further information.
    Yakama Agency Shipping Containers
    Buyer not available
    The Department of the Interior, through the Bureau of Indian Affairs, is seeking proposals for the procurement of shipping containers specifically designed for Indian Small Business Economic Enterprises (ISBEE). The solicitation, numbered 140A1225Q0006, requires the delivery of three 8’x40’x9’6” HiCube containers, which must meet specific safety and construction standards, including being made from 14-gauge steel and rated as PV3 safety containers. This procurement initiative not only supports the logistical needs of federal projects but also promotes economic development within Indian communities by ensuring that all requirements are set aside for eligible ISBEE vendors. Interested parties must submit their proposals by January 27, 2025, with a delivery deadline of May 30, 2025. For further inquiries, vendors can contact Brian Roberts at brian.roberts@bia.gov or call 503-231-2279.
    F--TIMBER SALE PREPARATION (OAK RIDGE TS)
    Buyer not available
    The Bureau of Indian Affairs (BIA), Navajo Region, is seeking qualified contractors for timber sale preparation services on approximately 10,495 acres of commercial forest land within the Navajo Nation, specifically in the Oak Ridge area. The procurement includes tasks such as timber marking, stand examinations, environmental assessments, and the preparation of timber appraisal reports, all in accordance with the provided Statement of Work. This opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, reflecting the federal government's commitment to supporting Indigenous businesses. Interested parties must submit their proposals by February 11, 2025, at 2:00 p.m. MST, and can direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or by phone at 505-863-8404. The total award amount for this contract is $11.5 million, with services expected to commence on February 10, 2025, and continue through February 10, 2026.
    Hydraulic oil
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Western Region, is seeking proposals for the procurement of 1,650 gallons of Mobil NUTO H 68 hydraulic oil, which is essential for the Colorado River Agency’s hydro-generator control system. This solicitation is part of a Buy Indian Act set-aside, aimed at promoting participation from Indian Small Business Economic Enterprises (ISBEE), service-disabled veteran-owned, and economically disadvantaged women-owned small businesses. The contract requires strict adherence to manufacturing and quality testing specifications, with a performance period of 45 days from the notice to proceed. Interested contractors must submit their proposals by February 4, 2025, at 9:00 AM local time, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
    91--PROPANE SERVICES FOR FMES
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for propane services for the First Mesa Elementary School, with a focus on engaging Indian Small Business Economic Enterprises (ISBEE). The procurement involves the delivery of propane to fill two 9,200-gallon tanks, requiring the contractor to respond within 24 hours for emergencies and comply with federal regulations regarding personal identifiable information (PII). This initiative is crucial for ensuring reliable fuel services for the school while supporting Indian-owned businesses. Interested vendors must acknowledge the amendment to the solicitation and submit their proposals by the specified deadline, with the contract period set from February 10, 2025, to February 9, 2026. For further inquiries, Michael Drinkwater can be contacted via email at michael.drinkwater@bie.edu.
    50-8FGU25 Warehouse Toyota 5k Propane Forklift
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking qualified vendors to provide a new Tailift Forklift PFG25 with a 5000-pound capacity for use at the Crownpoint Healthcare Facility in Crownpoint, New Mexico. This procurement aims to facilitate the loading and unloading of equipment and supplies, essential for the operational efficiency of the healthcare facility. The contract will be issued under the NAICS code 811310, which pertains to Commercial and Industrial Machinery and Equipment Repair and Maintenance, and is set aside for Indian Small Business Economic Enterprises (ISBEE). Interested parties should note that the Request for Quotations (RFQ) is expected to be released on or around February 4, 2025, with quotes due by February 11, 2025. For further inquiries, vendors can contact Arlynda Largo at Arlynda.largo@ihs.gov or call 505-786-2530.
    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 the rehabilitation and replacement of irrigation check structures in La Paz County, Arizona. The project involves significant construction tasks, including the installation of new radial gates, electrical systems, and structural enhancements, while ensuring minimal disruption to ongoing irrigation operations. This initiative is critical for improving irrigation efficiency and infrastructure resilience for the local agricultural community, with an estimated project cost exceeding $10 million. Interested contractors must submit their proposals by November 1, 2024, and can direct inquiries to William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.