S--Refuse Service, Jemez and T'siya
ID: 140A2325Q0050Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

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 contractors to provide refuse services for Jemez Day School and T'siya (Zia) Day School in New Mexico. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, with the contract covering waste management services from April 1, 2025, to March 31, 2030, including provisions for four one-year option renewals based on performance. This opportunity emphasizes the importance of cultural sensitivity and compliance with federal regulations, ensuring that services are delivered in a manner that respects the unique community context. Interested contractors must acknowledge the amendment to the solicitation by February 27, 2025, 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 document outlines the self-certification process for entities responding to federal solicitations under the Buy Indian Act, specifically detailing the requirements for qualifying as an "Indian Economic Enterprise" (IEE). Offerors must certify adherence to eligibility criteria at three key stages: at the proposal submission, contract award, and throughout the contract duration. Contracting Officers may request further verification of eligibility during the acquisition lifecycle. The document stresses the legal implications of providing false information, which could lead to penalties under U.S. law. Additionally, it includes a template for submitting essential information, such as the name of the federally recognized tribal entity, legal business name, and details of the owner. This representation form is crucial for ensuring compliance and accountability in federal procurement processes aimed at supporting Indian economic development.
    The document outlines the terms related to a Statement of Work (SOW) for a federal contract. It specifies that there are no warranties or performance obligations stated, and any changes to the SOW must be submitted in writing through designated contacts at the Bureau of Indian Education (BIE). The contractor is responsible for the salvageable materials and equipment unless otherwise stated, and such materials become the contractor’s property. Option items must be clearly listed in proposals; failure to do so may lead to disqualification. There are no required products or literature submissions mentioned. The final points of contact will be confirmed upon the award of the contract. Overall, the document establishes guidelines for managing contract details and emphasizes compliance in proposal submissions and communications related to changes.
    The document presents the "Register of Wage Determinations under the Service Contract Act," issued by the U.S. Department of Labor. It outlines the minimum wage requirements for federal contracts, emphasizing adherence to Executive Orders 14026 and 13658, which set wages for covered workers in certain contracts. As of 2025, contracts initiated or extended after January 30, 2022, must pay at least $17.75 per hour, while those awarded between 2015 and January 29, 2022, must meet a minimum of $13.30 per hour. The register details wages for various occupations in New Mexico, including fringe benefits like health and welfare provisions and vacation time. It describes procedures for classifying additional unlisted occupations and their corresponding wage rates under the conformance process. The document underscores contractor obligations regarding employee compensation and benefits while ensuring compliance with federal standards, contributing to fair labor practices across government contracting. Additional provisions include employer uniforms, hazardous pay differentials, and sick leave regulations, emphasizing worker protection in federally funded projects.
    This document serves as an amendment to the solicitation identified as 140A2325Q0050 for refuse services at Jemez Day School and T'siya (Zia) Day School in New Mexico. The primary change involves extending the response date for offers from January 30, 2025, to February 27, 2025, at 10:00 AM Mountain Standard Time. The amendment outlines the required acknowledgment methods for receipt of this amendment, emphasizing that failure to acknowledge may result in the rejection of offers. It retains all other terms and conditions of the original solicitation, with a specified period of performance from April 1, 2025, to March 31, 2030. The document is structured to include designated sections for contractor information, amendment details, and compliance instructions, ensuring clarity in continuing the procurement process. As with any government request for proposals, timely acknowledgment and adherence to amendments are critical for potential contractors to remain eligible for bidding.
    This document outlines a Request for Quotes (RFQ) for refuse services at two schools in New Mexico: Jemez Day School and T'siya (Zia) Day School. The procurement is specifically set aside for Native American Owned businesses under the Buy Indian Act. The contract will cover waste management starting from April 1, 2025, to March 31, 2030, including four one-year option renewals based on satisfactory performance. The scope involves weekly service of multiple 20 cubic yard dumpsters for both schools. Important details include the solicitation requirements, key personnel qualifications, security protocols for working with sensitive information, and contractor compliance with various federal regulations. The contract emphasizes the necessity of personnel background checks, prioritizing Indian preference in hiring. Invoice submissions must adhere to electronic processing guidelines to ensure prompt payments. The Contractor must demonstrate cultural sensitivity when engaging with the school's environment, reflecting the unique community context in which the services are delivered. This RFQ highlights the government’s commitment to supporting small businesses within Native American communities while ensuring compliance with federal contracting regulations and safety standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    H--BOILER INSPECTION FOR NAVAJO REGIONAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services across sixty-six schools managed by the Bureau of Indian Education, including nine Bureau of Indian Affairs locations. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires contractors to conduct annual external inspections of boilers and pressure vessels, providing all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period commencing on March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors should submit their offers by March 20, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
    F--ROCK POINT SHEEP DIP VAT
    Buyer not available
    The Bureau of Indian Affairs (BIA) is seeking proposals for the environmental remediation of the former Rock Point Sheep Dip Vat site in Apache County, Arizona. The project involves a two-phase approach, including site assessment and sampling to identify toxaphene contamination, followed by the removal of contaminated structures and soil, and restoration of the area. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, emphasizing the government's commitment to supporting small businesses within Indian Country. Interested contractors must submit their proposals electronically by February 24, 2025, with further inquiries directed to Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.
    F--TIMBER SALE PREPARATION (OAK RIDGE TS)
    Buyer not available
    The Bureau of Indian Affairs (BIA), Navajo Region, is seeking proposals from qualified Indian Small Business Economic Enterprises (ISBEE) for timber sale preparation activities within the Oak Ridge area of the Navajo Nation. The procurement involves a range of forestry-related tasks, including timber marking, stand examinations, environmental assessments, and the preparation of timber appraisal reports, all aimed at promoting sustainable forestry practices on approximately 10,495 acres of commercial forest land. This initiative aligns with the federal government's commitment to supporting Indigenous enterprises under the Buy Indian Act, emphasizing the importance of responsible natural resource management. Interested contractors must submit their proposals by February 25, 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, with a total award amount of $11.5 million.
    COPIER LEASE FOR CHEMAWA INDIAN SCHOOL
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for a copier lease at the Chemawa Indian School, with a focus on supporting Indian Small Business Economic Enterprises (ISBEE). The procurement involves leasing five multi-functional Canon Image Runner Advance DX C5750i copiers, which will include installation, training, and annual maintenance support, with a primary lease period from March 1, 2025, to February 28, 2026, and four optional renewal years. This initiative is crucial for maintaining operational efficiency in educational facilities, ensuring that the school can effectively manage its printing and document needs. Interested vendors should contact Brandon Walker at Brandon.Walker@bie.edu or (505) 803-4254 for further details, and must comply with the submission guidelines outlined in the Request for Quote (RFQ) document.
    BFSU Trash Removal Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a sole source contract for trash removal services to Blackfeet Solid Waste for the Blackfeet Service Unit in Browning, Montana. The contract will cover essential waste management services for the year 2025, from January 1 to December 31, at both the Blackfeet Service Unit and the Heart Butte Clinic. This procurement is crucial for maintaining public health standards through effective waste disposal in the community. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov or by phone at 406-338-6452 within seven days of this notice, with the contract valued at $54,440.00.
    IHS1509234 - WEWOKA IHS BIOHAZARD WASTE REMOVAL
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide biohazard waste removal services at the Wewoka Indian Health Center in Oklahoma. The procurement includes a base year and four optional years, focusing on bi-weekly waste collection, provision of specific bins and bags, and training for Environmental Services staff on Department of Transportation (DOT) manifest processes. This contract is crucial for ensuring compliant and efficient waste management services that adhere to health and safety regulations. Interested vendors must submit a completed price schedule, proof of prior experience, and training site information by February 26, 2025, and should contact Mary Ann Yocham at MaryAnn.Yocham@ihs.gov or 405-951-6043 for further details.
    R--PERSONNEL SECURITY CONTRACTOR
    Buyer not available
    The Department of the Interior, specifically the Bureau of Safety and Environmental Enforcement (BSEE), is seeking quotes for a Personnel Security Contractor to support its Personnel Security Branch under Solicitation No. 140E0125Q0018. The contract, which is set aside for Indian Small Business Economic Enterprises (ISBEE), requires the provision of two full-time Security Assistants and one part-time Project Manager to manage background investigations and ensure compliance with security protocols. This contract is crucial for maintaining the integrity of personnel security processes within the department, with an expected duration of 12 months and the possibility of four additional option periods extending through 2030. Interested vendors should contact Jennifer Moreci at jennifer.moreci@bsee.gov or call 703-787-1218 for further details, and must adhere to submission protocols to ensure their proposals are considered.
    Toner for Tuba City Boarding School
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting quotes for toner supplies for the Tuba City Boarding School through the Indian Education Acquisition Office. The procurement includes a total of 60 units of various toner types, including black, cyan, yellow, and magenta, aimed at supporting the educational needs of the school. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEEs), reflecting the government's commitment to fostering small business participation in federal contracting. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    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 construction, alteration, and repair work in La Paz County, Arizona. This competitive procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to rehabilitate and replace critical irrigation infrastructure, including check structures MC185, MC270, and MC420, while ensuring minimal disruption to irrigation operations. The project is significant for enhancing water management systems vital for agricultural efficiency in the region, with an estimated contract value 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.
    Albuquerque Area Indian Health Service Sustainable Products and Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for sustainable products and services in the Albuquerque area. This procurement aims to identify sources that can provide environmentally friendly and sustainable solutions tailored to the needs of the Indian Health Service. The goods and services procured will play a crucial role in enhancing healthcare delivery while promoting sustainability within the community. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should reach out to Eric Wright at eric.wright@ihs.gov or call 505-256-6752 for further details regarding this opportunity.