FHIP BRUSH CHIPPER
ID: 140A1225Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing (333112)

PSC

GARDENING IMPLEMENTS AND TOOLS (3750)

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 (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.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document outlines the minimum specifications for a pull-type brush chipper, intended for government RFPs and grants. Key requirements include a weight of at least 10,366 lb, a gross horsepower of 173 hp, and a drum speed of 1100 rpm. The brush chipper must operate on diesel fuel and feature a cutting system with four knives and a 4-sided shear bar. Its discharge system should allow for a height of 107 inches and a 270° rotational degree. The feed system specifications include an 19-inch chipping capacity and vertical feed rollers, with a maximum feed speed of 117 fpm. Safety measures entail an upper feed control bar and a bottom feed stop bar to allow for emergency stops. Additionally, the chipper must have a winch capable of lifting materials up to 2000 lb and a remote control function for operator convenience. These specifications ensure operational efficiency, safety, and compliance with government procurement standards, emphasizing the importance of robust performance in municipal tree maintenance operations.
    The document outlines a contracting officer's determination regarding a government procurement action, asserting that the anticipated costs are fair and reasonable. This judgment is based on specific market research conducted, as well as support for justifying the use of alternatives to full and open competition. It includes a record of any interested sources that have expressed written intent for the acquisition and addresses potential actions the agency may implement to eliminate competition barriers for future procurements. This procedural framework is essential in ensuring fiscal responsibility and compliance with federal grant and procurement guidelines, while also advocating for a competitive marketplace in state and local contracting.
    The document pertains to the Buy Indian Act and outlines requirements for entities seeking to certify as "Indian Economic Enterprises" (IEE) in federal contracting. It emphasizes that the signature in the Offeror Section indicates self-certification of eligibility, which must be valid at the time of the offer, the contract award, and throughout the contract's duration. Contracting Officers have the authority to request additional documentation at any stage of the acquisition process. It warns that providing false or misleading information can lead to penalties under federal law. The form includes sections for details about the tribal entity, unique entity identification, legal business name, ownership, and the certifying signature, underscoring the serious legal implications of inaccurate claims. The primary purpose of this document is to ensure compliance with regulations governing Indian economic enterprises in federal contracts, promoting transparency and accountability in the procurement process.
    The document is a Request for Quotations (RFQ) issued by the Department of the Interior's Bureau of Indian Affairs (BIA) for the supply of a brush chipper for the Flathead Indian Irrigation Project. It specifies that the procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) and outlines the anticipated award type as a Fixed-Price Contract. The North American Industry Classification System (NAICS) code is 333112 for Lawn and Garden Equipment Manufacturing, with a small business size standard of 1,500 employees. Key terms include the solicitation number 140A1225Q0004 and a delivery date set for May 6, 2025. The document includes sections detailing general requirements, specifications, terms and conditions, and instructions for offerors. Additionally, it references necessary Federal Acquisition Regulation (FAR) and Department of the Interior Acquisition Regulation (DIAR) clauses that potential contractors must comply with, including terms related to electronic invoicing and payment processing through the U.S. Treasury’s Invoice Processing Platform (IPP). Overall, this RFQ is part of the federal government's initiative to support small businesses while ensuring compliance with regulations that govern federal procurement processes.
    Lifecycle
    Title
    Type
    FHIP BRUSH CHIPPER
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Flathead Indian Irrigation Project (FHIP) Skid Ste
    Buyer not available
    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.
    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.
    VIPR I-BPA for Chipper for East Zone (Regions 1, 2, and 4)
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors to provide chippers for the East Zone, covering Regions 1, 2, and 4, under a re-opened solicitation for a Multiple Award Incident Blanket Purchase Agreement (IBPA). This procurement is aimed at supporting local, regional, and nationwide fire suppression and all-hazard incidents, ensuring that the Forest Service has the necessary resources to respond effectively to emergencies. The open season Onboarding period allows both existing IBPA awardees and new offerors to submit quotes, with all responses evaluated based on the original solicitation's criteria. Interested vendors must submit their responses by March 1, 2025, at 5:00 PM MST, and can contact Britta Wolsey at britta.wolsey@usda.gov or 307-351-3413 for further information.
    VIPR I-BPA for Chipper for Regions 5 & 6
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified small businesses to provide chippers for fire suppression and all-hazard incidents under the VIPR I-BPA program for Regions 5 and 6. This opportunity involves a re-opened solicitation process for the procurement of chippers, allowing both new contractors and existing awardees to submit quotes while adhering to the original solicitation's terms, including evaluation criteria and pricing. The chippers will play a critical role in supporting local, regional, and nationwide emergency responses to wildfires and other incidents, ensuring rapid resource availability. Interested vendors must submit their responses by February 25, 2025, and can contact Chase Knight at chase.knight@usda.gov or 458-218-2120 for further information.
    Noxious Weed Treatment for Chickasaw Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for Noxious Weed Treatment services for the Chickasaw Agency, with the procurement set aside for Indian Small Business Economic Enterprises (ISBEEs). The scope of work involves treatment across seven counties in Oklahoma, with an anticipated performance period of 60 days following the receipt of the order, under a Firm-Fixed-Price Purchase Order mechanism. This initiative is crucial for managing invasive plant species and promoting ecological health in the region, adhering to federal acquisition regulations and emphasizing compliance with various reporting standards. Interested contractors can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or by phone at (918) 781-4612 for further details.
    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.
    VIPR I-BPA for Chipper for Region 3 - East Zone ESB
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking vendors for the VIPR I-BPA for Chipper for Region 3 - East Zone ESB, aimed at enhancing fire suppression capabilities. This procurement involves the provision of ESB West Zone Chippers for use during local, regional, and nationwide fire suppression and all-hazard incidents, as part of a re-opened solicitation process originally initiated under solicitation number 1202SB24Q7013. The opportunity is particularly significant as it supports the government's ongoing efforts to manage and mitigate fire-related emergencies effectively. Interested vendors must submit their responses by March 3, 2025, at 5:00 PM MST, and can access the solicitation details through the VIPR Vendor application. For further inquiries, vendors may contact Joseph Perkins at joseph.perkinsv@usda.gov or call 980-419-3768.
    7E--ITEMS 2.0 for Indian Affairs and DO
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals from Indian Small Business Economic Enterprises (ISBEEs) for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide IT equipment under the title "ITEMS 2.0 for Indian Affairs and DOI." This procurement aims to fulfill the IT equipment needs of the Bureau, with a maximum contract value of $600 million over a ten-year period, emphasizing support for minority-owned businesses. The contract will adhere to NAICS code 334111 for electronic computer manufacturing and will include multiple Firm-Fixed-Price contracts, with no minimum order quantities and expedited payments for small businesses. Interested parties can contact Adam Lowery at Adam.Lowery@bia.gov or call 571-560-0622 for further details, with proposals due by the specified deadline outlined in the solicitation documents.
    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.
    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.