J--Provide electrical line crew support services
ID: 140A1125Q0002Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSWESTERN REGIONPHOENIX, AZ, 85004, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

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 Indian Small Business Economic Enterprises (ISBEEs) to provide electrical line crew support services. The procurement aims to establish multiple indefinite-quantity, indefinite-delivery contracts to assist with line crew operations, requiring interested vendors to possess an Arizona A-17 contractor's license and demonstrate a satisfactory performance record. This opportunity is crucial for maintaining and enhancing electrical infrastructure, particularly in the context of the San Carlos Irrigation Project, which is looking to update its electrical models and perform line construction tasks over a five-year period. Interested parties must respond via email to Randall Brown at Randall.Brown@bia.gov, providing their contractor's license number and capability statement, with inquiries accepted until April 15, 2024, and proposals due by May 4, 2024.

    Point(s) of Contact
    Brown, Randall
    (520) 723-6208
    (406) 247-7921
    Randall.Brown@bia.gov
    Files
    Title
    Posted
    The San Carlos Irrigation Project (SCIP) is issuing a Request for Qualifications (RFQ) to select a Line Construction Contractor for a five-year contract. This RFQ aims to secure services to update SCIP’s electrical models and perform various line construction tasks. SCIP, authorized by Congress in 1924, provides power across a service area in Arizona and seeks technical expertise to address changes since the last electrical model was developed in 2003. Key submission dates include inquiries by April 15, 2024, and proposals due by May 4, 2024. Interested contractors must submit comprehensive proposals outlining their company profiles, line construction experience, and capabilities in project management and emergency response. SCIP emphasizes Native American Preference, granting additional points to proposals meeting this criterion. Factors for evaluation include experience, past performance, staffing and rates, project management approaches, location of work, and ability to meet SCIP's standards. Additionally, contractors must adhere to specific insurance requirements. The RFQ underscores SCIP’s commitment to engaging qualified firms while supporting Native American community participation in contract opportunities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--CRIP Main Canal Checks with Lateral 73
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is soliciting bids for the Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73, focusing on the construction and rehabilitation of critical irrigation infrastructure in La Paz County, Arizona. The project involves replacing and rehabilitating several check structures, including the installation of new hydraulic and electrical systems, while ensuring minimal disruption to ongoing irrigation operations. This initiative is vital for enhancing water management and irrigation efficiency within Indigenous territories, reflecting the government's commitment to sustainable resource management. Interested contractors must submit their proposals by November 1, 2024, with a pre-proposal conference scheduled for October 8, 2024, and can direct inquiries to William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
    Y--Construction of Power Line
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking qualified firms to provide construction services for a power line extension project. This initiative aims to deliver electrical service to several pump motors and ancillary services at the Firebreak Canal and Beal Lake, as part of collaborative efforts with the U.S. Fish and Wildlife Service to enhance water management systems within the Havasu National Wildlife Refuge. The project involves approximately 10.5 miles of power line installation, with the government supplying 150 utility poles, and is critical for supporting environmental conservation and infrastructure development in the region. Interested firms must submit their capability statements by 2:00 P.M. Pacific Time on November 4, 2024, to Diane Rodriguez at DLRodriguez@usbr.gov, including the reference number 140R3024R0001 in the subject line.
    7E--BIE Student IT Equipment BPA
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a Blanket Purchase Agreement (BPA) to supply IT equipment for Bureau of Indian Education (BIE) students. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) and focuses on acquiring specific makes and models of Dell computers and related accessories, with delivery on a FOB Destination basis within the Continental United States. The BPA will span five years, with pricing evaluations based solely on price fairness and compliance with federal acquisition regulations. Interested vendors must submit their offers by October 31, 2024, at 2:00 PM EDT, and can direct inquiries to Adam Lowery at Adam.Lowery@bia.gov or by phone at 571-560-0622.
    P--Environ. Sampling and Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is preparing to solicit proposals for Environmental Sampling and Remediation Services under a National Multiple Award Environmental Remediation Services IDIQ Contract, specifically targeting Indian-owned Small Business Economic Enterprises (ISBEEs). The procurement aims to award approximately three Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total maximum value of $45 million over a five-year period, to qualified contractors who will conduct environmental assessments, develop remediation plans, and execute remediation on properties owned by the BIA and other Department of the Interior (DOI) agencies across various locations in the United States. Interested ISBEEs must have a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) to participate, with the formal solicitation expected to be issued around September 23, 2024. For further inquiries, interested parties can contact Lara Wood at lara.wood@bia.gov.
    VMWare ELA for OIT
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a VMware Enterprise License Agreement (ELA) to support the Office of Information Technology (OIT). This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance the government's IT capabilities through the acquisition of VMware products and associated consulting services. The contract will cover a base period from December 1, 2024, to November 30, 2025, with an option for an additional year, and includes a total of 528 hours for a Consulting Architect, 2240 hours for two Senior Consultants, and 528 hours for a Senior Project Manager. Interested parties can contact Lesly Hill at Lesly.Hill@bia.gov or by phone at 313-364-9251 for further details.
    Transcription Services - Office of Justice Service
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for transcription services for the Office of Justice Services – Internal Affairs Division. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 561410, with a total budget of $15 million for a Firm-Fixed-Price purchase order. The services are crucial for maintaining accurate records and compliance with federal regulations, ensuring that all materials meet accessibility standards as outlined in Section 508 of the Rehabilitation Act. Interested vendors should contact Nancy Shah at Nancy.Shah@bia.gov or call 703-390-6728, with the performance period anticipated from January 1, 2025, to December 31, 2025, and options for four additional years.
    Capability Search of ISBEE/IEE Construction Firms
    Active
    Health And Human Services, Department Of
    Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF is conducting a Capability Search of ISBEE/IEE Construction Firms in Arizona, UNITED STATES. This search aims to identify Native American/Indian-Owned (Indian Small Business Economic Enterprises) Construction firms for current upcoming projects. The purpose of this procurement is to give preference to Indian Economic Enterprises (IEE) in accordance with the Buy Indian Act. Interested firms should respond to this notice promptly by following the attached form and instructions. This procurement is specific to the Commercial and Institutional Building Construction industry and falls under the CONSTRUCTION OF HOSPITALS AND INFIRMARIES category.
    C--IE 150 SSIS LAGOON AERATOR
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the installation of a lagoon aerator system at St. Stephens Indian School in Riverton, Wyoming. The project aims to enhance the existing infrastructure to support approximately 250 Native American students, requiring compliance with safety and quality standards, including the Davis-Bacon Act for wage determinations. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), with proposals due by November 8, 2024, and an estimated project cost ranging from $25,000 to $100,000. Interested contractors should contact Carolyn Sulla at carolyn.sulla@bie.edu for further details and ensure they meet all compliance requirements outlined in the solicitation documents.
    62--Grand Coulee Luminaires Replacement
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the Nathaniel Washington Powerplant Luminaire Replacement project, specifically aimed at replacing existing high-bay metal halide fixtures with LED luminaires. This project, set aside for Indian Small Business Economic Enterprises (ISBEEs), has an estimated budget ranging from $1 million to $5 million and is classified under NAICS code 237990 for Other Heavy and Civil Engineering Construction. The work is scheduled to take place on-site from January 1, 2025, to July 1, 2025, with proposals due by October 30, 2024, at 1300 hours Mountain Time. Interested contractors should contact Heather Cagle at hcagle@usbr.gov or by phone at 208-378-5039 for further details and must adhere to strict submission guidelines, including the acknowledgment of solicitation amendments and compliance with safety and environmental standards.
    Cooling Tower Water Treatment
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide annual cooling tower water treatment services at the Phoenix Indian Medical Center in Phoenix, Arizona. The procurement aims to ensure compliance with the Buy Indian Act by identifying eligible Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE) capable of performing the required disinfection and cleaning of the facility's cooling tower basin and associated equipment. This initiative is part of a broader effort to promote economic development within Indian communities while adhering to federal acquisition standards. Interested firms must submit their qualifications, including company details and capability statements, to Dale C. Clark at dale.clark@ihs.gov, as this notice serves primarily as market research rather than a solicitation for quotes.