S--Refuse Service, Jemez and T'siya
ID: 140A2325Q0050Type: Combined Synopsis/Solicitation
AwardedApr 2, 2025
$600.6K$600,600
AwardeeECOLOGY MIR GROUP LLC 10400 EATON PL STE 250 FAIRFAX VA 22030 USA
Award #:140A2325P0149
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 proposals for refuse services at Jemez Day School and T'siya (Zia) Day School in New Mexico. The procurement involves providing waste management services, including the servicing of two 20-cubic yard dumpsters at Jemez Day School and one at T'siya Day School, with weekly pickups scheduled from April 1, 2025, to March 31, 2030. This contract is significant for supporting the operational needs of educational institutions while adhering to federal regulations and promoting economic opportunities for Indian-owned businesses. Interested contractors must submit their proposals by March 19, 2025, and can direct inquiries to Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.

    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.
    The Statement of Work outlines the refuse disposal services required for BIE/NMS Jemez Day School and T’siya Day School. The contractor is responsible for providing and servicing two 20-cubic yard dumpsters at Jemez Day School and one at T’siya Day School, with weekly waste pickups. Additional duties include notifying the Bureau of Indian Education (BIE) Facility Management Point of Contact (POC) about excessive waste or unsafe materials, ensuring safety when accessing government property, and maintaining a clean work area. The quote for services must detail costs associated with equipment leasing, disposal, labor, and taxes, and include a plan for annual renewal for up to five years. The contractor must adhere to BIE/BIA regulations regarding safety, access, and handling of waste, and any changes to the contract require written agreement from both parties. The document provides site locations, highlights the importance of minimal disruption to normal activities, and stresses the contractor's responsibility for repairs to damaged surfaces. Overall, the file outlines specific requirements for solid waste management and service coordination to ensure compliance with federal regulations while serving the educational institutions involved.
    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.
    The document is an amendment to a solicitation for refuse services at Jemez Day School and T'siya (Zia) Day School in New Mexico. The key purpose of this amendment is to update the scope of work and extend the response deadline for bids. The new response deadline is set for March 3, 2025, at 10:00 AM Mountain Standard Time. Specifically, the amendment modifies the requirement from three 20-cubic yard dumpsters to two for Jemez Day School. It is emphasized that acknowledgment of this amendment is crucial for offers to be considered responsive. The overall period of performance for the contract will run from April 1, 2025, to March 31, 2030. The document reinforces that aside from the stipulated changes, all other terms and conditions remain unchanged. As part of the bidding process mandated by the government, compliance with these updates is essential to ensure a valid offer under federal procurement regulations.
    The document details an amendment (No. 0003) to solicitation number 140A2325Q0050 concerning the provision of refuse services to Jemez Day School and T'siya (Zia) Day School in New Mexico. The primary purpose of this amendment is to update the set-aside status to unrestricted competition, as the previous set-aside for Indian-owned small businesses did not yield satisfactory bids. Consequently, several clauses related to Indian Economic Enterprises are removed from the solicitation. The response date for proposals has also been extended to March 19, 2025, at 10:00 AM Mountain Daylight Time. The period of performance for the contract is set from April 1, 2025, to March 31, 2030. Notably, acknowledgment of this amendment is required for any responsive offers to remain valid. The amendment illustrates the government's commitment to ensuring competitive bidding while conforming to regulatory requirements.
    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
    Trash Pickup for Kaibeto Boarding School
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking quotations for trash pickup services at the Kaibeto Boarding School. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, with a focus on solid waste collection under NAICS code 562111. The contract will be structured as a Firm Fixed Price purchase order for a base year starting January 1, 2026, with the possibility of four additional option years extending through 2030. Interested contractors must submit a comprehensive quote that includes their qualifications and ability to perform, with evaluations based on technical capability and price. For further inquiries, potential offerors can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    Trash Pickup for Rocky Ridge Boarding School
    Interior, Department Of The
    The Bureau of Indian Affairs is seeking quotations for trash pickup services at the Rocky Ridge Boarding School, as part of a procurement initiative aimed at supporting Indian Small Business Economic Enterprises (ISBEE). The contract will cover refuse pickup and recycling services, structured as a Firm Fixed Price purchase order for a base year from January 1, 2026, to December 31, 2026, with the possibility of four additional option years. This service is crucial for maintaining cleanliness and environmental standards at the school, ensuring a healthy learning environment for students. Interested contractors must submit their all-inclusive offers electronically to Ashleigh Cleveland by December 16, 2025, at 1700 EST, and must be registered in SAM.gov to comply with applicable federal regulations.
    Trash Service, Haskell Indian Nations University (
    Interior, Department Of The
    The Bureau of Indian Education (BIE) is soliciting quotes for trash collection services at Haskell Indian Nations University (HINU) in Lawrence, Kansas. The procurement involves a firm-fixed-price purchase order for refuse collection and disposal services, with a base year from January 1, 2026, to December 31, 2026, and four optional one-year extensions through December 31, 2030. This service is crucial for maintaining the university's cleanliness and compliance with health and sanitation regulations, requiring the contractor to provide specific equipment and adhere to various federal and state standards. Quotes are due by December 17, 2025, at 2:00 p.m. Central Standard Time, and must be submitted via email to Jeff Morris at jeff.morris@bie.edu.
    S--Waste Management Services for Blackfeet Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking to negotiate a sole source contract with the Blackfeet Tribe for Waste Management Services for the Blackfeet Agency. The BIA has determined that the Blackfeet Tribe is the only entity capable of fulfilling the specific requirements outlined in the procurement specifications. This contract is crucial for ensuring effective waste management services within the Blackfeet Agency, which is vital for maintaining environmental standards and community health. Interested parties who believe they can meet the requirements are encouraged to submit their capabilities and specifications by the deadline to the primary contact, Lara Wood, at lara.wood@bia.gov, as the government will consider these responses to assess the feasibility of competitive procurement. The contract will be processed using Simplified Acquisition Procedures (FAR 13) and FAR Part 12, Acquisition of Commercial Items, with no solicitation package available.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    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.
    R--Food Delivery and Courier Services, HES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide Food Delivery and Courier Services for Havasupai Elementary School (HES) located in Supai, Arizona. The procurement involves weekly deliveries of temperature-controlled food and secure package courier services, addressing logistical challenges due to the school's remote canyon location and ensuring compliance with food safety standards. This contract is critical for maintaining the school's operations and supporting its K-8 student population, with a performance period from December 15, 2025, to December 14, 2026, and potential extensions through four option years until December 14, 2030. Interested parties must submit their proposals by December 29, 2025, and can direct inquiries to Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.
    SOURCES SOUGHT NOTICE: Infectious Waste Collection and Disposal Services
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting a sources sought notice to identify potential sources for infectious waste collection and disposal services for the Kayenta Health Center in Kayenta, Arizona, and the Inscription House Health Center in Tonalea, Arizona. The procurement aims to secure services related to the provision of infectious waste storage containers, collection, and disposal, which are critical for maintaining health and safety standards in healthcare facilities. Interested parties are invited to submit their qualifications and capabilities by November 17, 2025, at 12:00 PM, to Flora Washington via email at flora.washington@ihs.gov. Respondents must include a company profile, capability statement, and, if applicable, the completed IHS IEE Representation Form to demonstrate eligibility as an Indian Economic Enterprise.
    FY26 GSU THC Pharmaceutical Medication Returns [base+3options]
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is soliciting proposals for pharmaceutical medication returns at the Tohatchi Health Center in New Mexico. This procurement, set aside for small businesses, requires offerors to provide waste disposal services, including waste characterization, container provision, staff training, and ongoing support, with a contract period spanning from January 1, 2026, to December 31, 2026, and options for three additional years. The services are critical for managing hazardous pharmaceutical waste in compliance with regulatory standards, ensuring safe disposal and environmental protection. Interested parties must submit their proposals by December 19, 2025, at 3:00 PM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    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.