S--Museum Maintenance Assistant Support IACB's MPI
ID: 140D0425Q0241Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the Indian Arts and Crafts Board (IACB), is seeking a contractor to provide full-time Museum Assistant support at the Museum of the Plains Indian (MPI) located in Browning, Montana. The contractor will be responsible for various duties, including grounds upkeep, general facility repairs, landscaping, cleaning, and visitor assistance, from March 3, 2025, to September 30, 2025. This opportunity is set aside for small businesses, emphasizing the importance of compliance with federal labor standards and the utilization of small business resources in federal contracts. Interested parties should contact Catherine Mattocks at CATHERINE_MATTOCKS@IBC.DOI.GOV or call 703-964-8409 for further details, and must acknowledge receipt of any amendments to the solicitation to ensure consideration.

    Point(s) of Contact
    Mattocks, Catherine
    (703) 964-8409
    (907) 271-4788
    CATHERINE_MATTOCKS@IBC.DOI.GOV
    Files
    Title
    Posted
    The Indian Arts and Crafts Board (IACB) seeks a contractor to provide a full-time Museum Assistant for the Museum of the Plains Indian (MPI) in Browning, Montana, from March 3 to September 30, 2025. The role includes landscaping, cleaning, basic maintenance tasks (electrical, plumbing, HVAC), snow removal, and visitor assistance. The assistant will work Monday to Friday initially, then Tuesday to Saturday, with no work on federal holidays. Candidates should possess a background in maintenance or facilities management, though certification in related fields is preferred but not mandatory. The contractor must perform background checks, submit personnel resumes for approval, and secure necessary tribal permits within five days of contract award. A kickoff meeting will occur within five days after contract award to align roles and responsibilities. The total performance period is defined along with a firm-fixed-price contract structure. Government-supplied equipment will be provided for task execution, ensuring the assistant can effectively perform all duties required during this timeframe.
    This document serves as an amendment to solicitation number 140D0425Q0241, issued by the Acquisition Services Directorate, Interior Business Center. The amendment stipulates that offers must acknowledge receipt of this amendment to ensure consideration for contract modifications or offers. It details acceptable methods for acknowledgment such as completing the document, sending a separate letter, or using electronic communication. The amendment includes the addition of several clauses that had been inadvertently omitted, namely 1452.201-70, 1452.203-70, 1452.215-71, and 1452.233-2, specifically relating to DOI Electronic Invoicing. The effective period for the offer is set from March 3, 2025, to September 30, 2025. Other terms and conditions remain unchanged, maintaining the integrity of the original solicitation. Overall, the amendment aims to clarify and enhance the contract's legal and operational framework, ensuring compliance with federal procurement regulations.
    The document outlines a Request for Proposal (RFP) for acquiring a Museum Assistant at the Indian Arts and Crafts Board (IACB)/Museum of the Plains Indian (MPI) located on the Blackfeet Reservation in Browning, Montana. The project is entirely set aside for small businesses, following Federal Acquisition Regulation procedures for commercial items. The selected contractor will provide one full-time Museum Assistant for support duties, including facility upkeep and repairs, from March 3, 2025, to September 30, 2025. The RFP specifies a fixed price award and incorporates various federal acquisition clauses, emphasizing compliance with labor standards, small business utilization, and prohibitions against specific telecommunications services. Key contact details, including the Contracting Officer, Catherine Mattocks, are also provided for inquiries. The RFP aims to enhance service delivery within the museum while fostering small business participation in federal contracts.
    The document consists of various fragmented data likely related to government Requests for Proposal (RFP), federal grants, and state/local RFPs. Although the text appears corrupted and lacks coherent structure, several elements indicate a focus on procurement processes, compliance with regulations, and project specifications. Key components include references to funding requirements, project guidelines, evaluation criteria, and potential project scopes across different sectors. The context of government RFPs suggests that the document outlines expectations for contractors and stakeholders regarding project submissions, emphasizing the importance of adhering to federal and local standards. Overall, while the content is challenging to interpret due to formatting issues, it underscores the procedures and essentials of procurement in government settings, aiming to facilitate efficient project execution within regulatory frameworks.
    Lifecycle
    Title
    Type
    Similar Opportunities
    EMDD FUELS CRI
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for the EMDD Fuels Cultural Clearance project, which involves conducting a Class III cultural resources inventory across approximately 14,199.94 acres in Eastern Montana and the Dakotas. The primary objective is to comply with the National Historic Preservation Act by identifying and evaluating cultural resources prior to fuels reduction and prescribed fire projects, ensuring informed land management decisions while preserving cultural heritage. Interested contractors must submit their quotes by February 7, 2025, and be registered in the System for Award Management (SAM), with the contract period running from February 21, 2025, to January 30, 2026. For further inquiries, potential bidders can contact Christopher Brailer at cbrailer@blm.gov or by phone at 406-896-5196.
    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.
    BFSU Utility - Water and Sewer Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for water and sewer services to Two Medicine Water for the Blackfeet Service Unit in Browning, Montana. The contract, valued at $49,980.00, will cover essential utility services at the Heart Butte Clinic and Government Quarters, ensuring operational functionality in these tribal regions. This procurement reflects the federal government's commitment to maintaining infrastructure support in underserved areas, with the performance period set from January 1, 2025, to December 31, 2025. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within seven days of this notice.
    BLACKFEET HOSPITAL CT ROOM RENOVATION
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the renovation of the CT Room at the Blackfeet Hospital in Browning, Montana. The project aims to upgrade the existing computerized tomography (CT) scan room and family room, including the installation of a new 128-slice CT scan unit, while ensuring compliance with the 2018 FGI Guidelines and relevant safety standards. This renovation is critical for enhancing healthcare infrastructure in underserved regions, with an estimated construction magnitude between $500,000 and $1,000,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit on February 11, 2025, and should contact Taylor Kanthack at taylor.kanthack@ihs.gov for further information.
    BFSU Utility - Natural Gas Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Northwestern Energy Corporation for the provision of natural gas services to the Blackfeet Service Unit in Browning, Montana. The contract, valued at $37,000, will ensure adequate heating and cooking facilities in government quarters, with services commencing on January 1, 2025, and concluding on December 31, 2025. This procurement is critical for maintaining essential services and infrastructure within the managed quarters, emphasizing the government's commitment to operational functionality. Interested firms that believe they can provide similar natural gas services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within seven days of this notice, as no competitive proposals will be solicited.
    MILES CITY JANITORIAL SERVICES
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for janitorial services at the Miles City Field Office in Montana, with the contract set to commence on April 1, 2025, and conclude on March 31, 2026. The selected contractor will be responsible for maintaining cleanliness and sanitation across three on-site buildings totaling approximately 31,223 square feet, adhering to a comprehensive Statement of Work that includes daily and periodic cleaning tasks, quality control measures, and compliance with safety protocols. This procurement is a 100% Small Business Set-Aside under NAICS code 561720, emphasizing the importance of supporting small businesses in federal contracting. Interested offerors must submit their quotes by February 28, 2025, and ensure registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Christopher Brailer at cbrailer@blm.gov or by phone at 406-896-5196.
    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.
    BFSU Utility - Electricity Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Glacier Electric for the provision of electricity services to the Blackfeet Service Unit in Browning, Montana. The contract, valued at $245,000, will cover essential electrical services for medical facilities and government housing, ensuring reliable power supply to support local health and welfare needs. This procurement reflects the federal government's commitment to enhancing healthcare infrastructure on the Blackfeet Reservation, with the contract duration set from January 1, 2025, to December 31, 2025. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within 7 days of this notice.
    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.
    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.