Noxious Weed Treatment for Chickasaw Agency
ID: 140A0825Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSEASTERN OKLAHOMA REGIONMUSKOGEE, OK, 74402, USA

NAICS

Landscaping Services (561730)

PSC

NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES (F006)

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a Request for Proposal (RFP) for Noxious Weed Treatment services under the auspices of the Chickasaw Agency. It outlines the solicitation process, which is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) and details the award mechanism as a Firm-Fixed-Price Purchase Order. The scope of work includes treatment across seven counties in Oklahoma, with an anticipated performance period of 60 days after receipt of order. The completion also adheres to federal acquisition regulations, with specific clauses and requirements that contractors must follow, particularly concerning invoicing via the electronic Invoice Processing Platform (IPP). The document emphasizes compliance with various federal regulations and terms that govern the contract, including clauses on employing small business concerns and reporting standards. Notably, the solicitation encourages participation from small businesses while highlighting the government’s commitment to establishing fair opportunities in procurements related to public service contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FHIP BRUSH CHIPPER
    Buyer not available
    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.
    BDO BLM BPA WILDFIRE NOXIOUS WEED TRT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking proposals for a Blanket Purchase Agreement (BPA) focused on wildfire and noxious weed treatment services. The procurement aims to address the management and eradication of invasive plant species, such as Canada Thistle and Dalmatian Toadflax, which threaten local ecosystems following recent wildfire incidents. This initiative is critical for environmental conservation and recovery efforts, ensuring that contractors adhere to BLM-approved guidelines for herbicide application and safety protocols. Interested small businesses must submit their quotes by February 7, 2025, with the total contract value estimated at up to $19.5 million, covering a performance period from April 1, 2025, to March 31, 2030, with potential extensions. For further inquiries, contact Thomas Parsons at tparsons@blm.gov or call 208-373-3911.
    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.
    ROCK POINT SHEEP DIP VAT
    Buyer not available
    The Bureau of Indian Affairs (BIA) is seeking proposals for the environmental remediation of the Rock Point Sheep Dip Vat site in Apache County, Arizona. The project involves a two-phase cleanup process, including sampling and removal of contaminated soil and structures, specifically targeting toxaphene, a pesticide historically used at the site. This initiative is crucial for restoring environmental health on the Navajo Nation Reservation and emphasizes the participation of Indian small businesses in federal contracting opportunities. Proposals must be submitted electronically by February 10, 2025, and interested contractors can direct inquiries to Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.
    Landscaping Services for Jeehdeez'a Elementary Sch
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking qualified vendors to provide landscaping services for Jeehdeez'a Elementary School located in Pinon, AZ. The primary objective of this procurement is to maintain the landscape health of the school, addressing tasks such as overgrowth management, weed removal, tree trimming, and shrub care, with an estimated performance period from March 1, 2025, to February 28, 2026. This initiative underscores the government's commitment to enhancing educational facilities while promoting environmental stewardship and supporting Indian Small Business Economic Enterprises (ISBEE). Interested vendors should submit their technical and price proposals in compliance with federal acquisition regulations, and for further inquiries, they can contact Michael Drinkwater at michael.drinkwater@bie.edu.
    NMNS/RED DYE DIESEL FUEL
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is soliciting quotations for the supply of red dye diesel fuel for the Tohaali Community School in Newcomb, NM. The procurement involves a firm-fixed-price contract for the delivery of 8,000 gallons each of Oil 38 and 42 annually, covering a base year from February 13, 2025, to February 12, 2026, with options for four additional years. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises, promoting economic inclusion and support for local small businesses in the energy sector. Interested contractors can reach out to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or call 505-803-4266 for further details and inquiries regarding the bidding process.
    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.
    Herbicide Application Services for Tenkiller Lake, OK
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide herbicide application services at Tenkiller Lake, Oklahoma. This procurement aims to manage vegetation effectively in the area, ensuring the maintenance of the landscape and promoting ecological health. The services are critical for maintaining the grounds and supporting recreational activities at the lake, which is a vital resource for the community. Interested small businesses are encouraged to review the full solicitation, W912BV25Q0028, available at the provided PIEE link, and may contact Lee Maddox at lee.h.maddox@usace.army.mil or 918-669-4393 for further information.
    Servers for NIDS Modernization
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of servers aimed at modernizing the Network Intrusion Detection System (NIDS). This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEEs) and requires compliance with the Buy Indian Act, necessitating self-certification of eligibility by the Offeror. The servers are crucial for enhancing cybersecurity measures within federal operations, with an anticipated delivery timeframe of 90 days post-award to the Albuquerque Data Center. Interested parties should contact Maggie Main at maggie.main@bia.gov for further details regarding the solicitation process and requirements.
    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.