F--Phase I ESA Services in Village of Larsen Bay, AK
ID: 140A0525Q0018Type: 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 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 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 the Village of Larsen Bay, Alaska. The objective of this procurement is to evaluate potential contaminants through document research, site reconnaissance, risk evaluation, and fieldwork, with a focus on ensuring environmental stewardship and compliance with federal and state regulations. This contract is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and is expected to span from April 21, 2025, to June 30, 2026, with a Firm-Fixed-Price purchase order structure. Interested parties should contact Jodi Zachary at Jodi.Zachary@bia.gov or 916-978-6005 for further details, and must adhere to the specified deadlines for proposal submissions, including acknowledgment of any amendments to the solicitation.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 4:04 AM UTC
The Federal Government is soliciting proposals for a Phase 1 Environmental Site Assessment (PH1 ESA) at the former school site in the Village of Larsen Bay, Alaska, aimed at identifying contaminants and assessing environmental risks for potential remediation. The project involves historical document searches, site inspections, and interviews with past users to evaluate contamination sources and public health concerns. Key tasks include project management, field work to document site conditions, thorough interviews with stakeholders, and a comprehensive report outlining findings and recommendations for necessary follow-up actions. The timing of key deliverables is specified, with the field work being weather-dependent. The contractor must adhere to applicable laws, ensuring communication with the Bureau of Indian Affairs (BIA) and obtaining required permits. Overall, this initiative underscores the commitment to environmental stewardship and compliance with both federal and state regulations, facilitating informed decision-making regarding cleanup and safety measures in the community.
Apr 3, 2025, 4:04 AM UTC
The document outlines the requirements for Offerors participating in contracts set aside under the Buy Indian Act, specifically confirming their status as an "Indian Economic Enterprise" (IEE) as defined in the Department of the Interior Acquisition Regulation (DIAR) Part 1480. Offerors must self-certify their compliance at three key stages: when submitting an offer, upon contract award, and throughout the contract term. Contracting Officers may request additional documentation to verify eligibility. Misrepresentation of IEE status leads to legal consequences under various federal laws. The Offeror Representation Form must be completed with specific details such as the name of the federally recognized tribal entity, the Unique Entity ID, and the identity of the majority owner of the IEE. This formality assures adherence to the Buy Indian Act and reinforces the government’s commitment to support Indian economic growth through procurement processes.
Apr 3, 2025, 4:04 AM UTC
The document outlines Amendment 0001 to RFQ #140A0525Q0018 concerning Remediation Services in Larsen Bay, AK, issued by the Bureau of Indian Affairs (BIA). The amendment updates the Small Business Size Standard, changing the NAICS classification from "562910 Remediation Services / $25M" to "562910 (Exception) Environmental Remediation Services / 1,000 employees." Interested parties must acknowledge the amendment and include it with their bids, which are due prior to the specified deadline. Additionally, the amendment addresses questions regarding the use of past performance from affiliated companies, confirming that if a proposal demonstrates the sister company’s contribution to performance, it may be credited. Offerors must provide a detailed breakdown of pricing for each task outlined in the performance work statement. The period of performance for the contract is set from April 21, 2025, to June 30, 2026. The amendment aims to facilitate clearer communication on the bidding process while ensuring that all terms remain unchanged, thus reinforcing the government’s commitment to fair competition and compliance with federal regulations.
Apr 3, 2025, 4:04 AM UTC
This document outlines a Request for Proposal (RFP) for Phase I Environmental Site Assessment (ESA) services to be conducted at the Old School Site in the Village of Larsen Bay, Alaska. The contract is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and is intended to evaluate potential contaminants through document research, site reconnaissance, risk evaluation, and fieldwork. The total period of performance is expected to last from April 21, 2025, to June 30, 2026, and the work must be completed within this timeline. Key elements include a Firm-Fixed-Price purchase order, adherence to the North American Industry Classification System (NAICS) 562910, which governs remediation services, and compliance with various Federal Acquisition Regulations (FAR) and Department of the Interior Acquisition Regulations (DIAR). Specific clauses related to payments, contract modifications, and reporting requirements are also highlighted, emphasizing the importance of subcontractor engagement, environmental considerations, and invoicing through the U.S. Treasury's Invoice Processing Platform (IPP). The document reflects the government's dedication to sustainable business practices and regulatory compliance within its contracting process while ensuring local community engagement in the project.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Z--IE 150 SSIS LAGOON AERATOR
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 installation of a permanent TITUS Aerator System at St. Stephens Indian School in Wyoming. This project aims to enhance the school's facilities by constructing concrete slabs, performing electrical demolition, and installing a new electrical system, all while adhering to the National Electrical Code and ensuring cultural sensitivity. The contract is set aside for small businesses, with an estimated budget between $25,000 and $100,000, and proposals are due by April 21, 2025, following a site visit on April 7, 2025. Interested contractors should contact Carolyn Sulla at carolyn.sulla@bie.edu for further details and to ensure compliance with all solicitation requirements, including acknowledgment of amendments and adherence to safety regulations.
R--Pre-Solicitation Notice
Buyer not available
The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is preparing to solicit bids for an Indefinite Delivery Contract focused on Engineering and Construction Management Support Services for facilities projects within the Bureau of Indian Education (BIE). The contract will encompass a range of services including maintenance, inspections, program development, and construction contract administration, aimed at enhancing educational infrastructure in Indian communities. This initiative is set aside for Indian Small Business Economic Enterprises (ISBEE) and is categorized under NAICS code 541330 for Engineering Services, with the solicitation expected to be available between May 5 and May 9, 2025, and contract awards anticipated by June 10, 2025. Interested bidders must ensure registration in the System for Award Management (SAM) and can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further inquiries.
S--Solid Waste Collection (Unrestricted)
Buyer not available
The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for solid waste collection services at the Cheyenne Eagle Butte School in Eagle Butte, South Dakota. The procurement is structured as a firm fixed-price contract with a base year from April 1, 2025, to March 31, 2026, and includes options for four additional years. This contract requires the contractor to provide waste bins, perform routine collections, and ensure compliance with environmental and safety regulations, reflecting the government's commitment to sustainable waste management. Interested vendors must submit their proposals by April 9, 2025, at 10:00 AM Mountain Time, and can direct inquiries to Leah Azure at leahr.azure@bie.edu or (505) 803-4256.
Art Kits for Tuba City Boarding School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking proposals for the procurement of 350 elementary art kits for the Tuba City Boarding School. This solicitation is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to fulfill educational needs by providing essential art supplies to support K-12 learning environments. Interested contractors must comply with Federal Acquisition Regulations (FAR) and Interior Acquisition Regulations (DIAR), and proposals should include pricing information, product specifications, and evidence of capability to meet the requirements. For further inquiries, potential bidders can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov. Proposals are due within 30 days of the order receipt, and the contract will be awarded as a single firm-fixed-price agreement.
Math, Reading, and Science PD Services for Nenahne
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide professional development services in Math, Reading, and Science for the Nenahnezad Community School located in Fruitland, NM. The contract, which is set aside for Indian Small Business Economic Enterprises (ISBEE), aims to enhance educational outcomes through monthly consultant support focused on curriculum mapping, assessments, and teaching strategies over a performance period from June 1, 2025, to May 31, 2026. This initiative is crucial for improving educational services within the community while ensuring compliance with federal regulations, including the protection of Personally Identifiable Information (PII). Interested parties should contact Michael Drinkwater at michael.drinkwater@bie.edu for further details and must submit their proposals, including technical capabilities and pricing, by the specified deadlines.
R--DIGITIZATION PROJECT
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking proposals for a digitization project aimed at transitioning approximately 500 boxes of paper records to electronic formats at its Rocky Mountain Regional Office and associated agencies. The project requires contractors to provide comprehensive records management services, including inventorying, cleaning, digitizing, and ensuring quality control of sensitive documents, all in compliance with National Archives and Records Administration (NARA) standards. This initiative is crucial for enhancing record management efficiency and ensuring compliance with federal regulations regarding record retention and disposal. Interested contractors must acknowledge receipt of the solicitation amendments and submit their proposals by May 8, 2025, with the anticipated contract performance period starting from June 1, 2025, to May 30, 2026. For further inquiries, potential bidders can contact Mary King at Mary.King@bia.gov or call 406-247-7941.
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.
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 equipped with AFE RDM38EX mulchers, specifically for the Flathead Indian Irrigation Project. This acquisition is set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance operational efficiency in managing irrigation projects. The procurement emphasizes compliance with federal regulations and the importance of utilizing small business resources, with proposals due by May 23, 2025, at 2:00 PM. Interested parties can contact Brock Bell at brock.bell@bia.gov for further information regarding the solicitation process.
Nlyte Software Licenses for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for Nlyte Software Licenses for its Office of Information Technology (OIT), with a focus on engaging Indian Small Business Economic Enterprises (ISBEEs). The procurement aims to secure a Firm-Fixed-Price purchase order for software licenses, along with associated support and maintenance services, emphasizing compliance with federal contracting regulations. This initiative is crucial for enhancing the Bureau's IT capabilities and ensuring efficient management of software resources. Proposals are due by April 9, 2025, and interested parties can contact Maggie Main at maggie.main@bia.gov for further information.
Y--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 the construction of 1,995 linear feet of commercial-grade chain-link fencing, aimed at enhancing security and protecting property from vandalism and break-ins. This initiative is part of the government's commitment to improving safety on tribal lands and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), promoting economic opportunities for qualified Indian-owned businesses. 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.