SOURCES SOUGHT ONLY - Shelving Installation
ID: DOIDFBO250019Type: Solicitation
Overview

Buyer

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

NAICS

Showcase, Partition, Shelving, and Locker Manufacturing (337215)

PSC

CABINETS, LOCKERS, BINS, AND SHELVING (7125)
Timeline
    Description

    The Department of the Interior, through the Interior Business Center, is seeking information from qualified vendors for the installation of 300 units of records storage shelving at the American Indian Records Repository (AIRR) in Lenexa, Kansas. The procurement aims to identify Indian-owned Small Business Economic Enterprises (ISBEEs) capable of fulfilling the requirements outlined in a draft Statement of Work, which includes the delivery and installation of shelving that meets specific technical specifications and safety standards. This initiative is significant for enhancing the management of federal records storage, particularly for American Indian heritage documentation. Interested parties must submit their capability statements and essential business details via email by February 28, 2025, and should direct inquiries to Catherine Mattocks at CATHERINE_MATTOCKS@IBC.DOI.GOV or by phone at 703-964-8409.

    Point(s) of Contact
    Mattocks, Catherine
    (703) 964-8409
    (907) 271-4788
    CATHERINE_MATTOCKS@IBC.DOI.GOV
    Files
    Title
    Posted
    The United States Department of the Interior (DOI), through the Interior Business Center (IBC), has issued a Request for Information (RFI) to identify Indian-owned Small Business Economic Enterprises (ISBEEs) capable of supporting the Bureau of Trust Funds Administration (BTFA). The RFI seeks to gather information on potential vendors' capabilities related to a draft Statement of Work (SOW) in a market research effort, rather than as a solicitation for proposals. Interested parties must submit a cover page containing essential business details along with a capability statement addressing relevant experience and qualifications. All submissions should be made via email by February 28, 2025. The announcement makes clear that no contract will be awarded from this RFI, and no funds are available for the responses received. The collaboration encourages participation from ISBEEs while leaving the door open for other vendors. Overall, the RFI serves as a tool to gather market data and support planning efforts for the DOI's upcoming projects.
    The document is a Request for Information (RFI) issued by the Department of the Interior's Bureau of Trust Funds Administration (BTFA). It seeks proposals for the delivery and installation of 300 units of records storage shelving for the American Indian Records Repository (AIRR) located in Lenexa, Kansas. The initiative is targeted towards Indian-owned Small Business Economic Enterprises (ISBEEs) but also encourages responses from other vendors to ensure adequate participation. It includes important codes and classifications, such as the North American Industry Classification Standard (NAICS) and mentions that this contract is a rated order under the Defense Priorities and Allocations System (DPAS). The document outlines basic instructions for submission and specifies the offer due date, administrative details, and the importance of adhering to specified terms and conditions. Overall, this RFI emphasizes the U.S. government's focus on supporting minority businesses while aiming to fulfill specific operational needs in record-keeping and storage for American Indian heritage documentation.
    The Statement of Work outlines the requirements for a contractor to deliver and install 300 units of records storage shelving at the American Indian Records Repository (AIRR). The contractor is responsible for providing all necessary items for transport and installation, ensuring compliance with specific technical specifications, including weight capacity, shelf dimensions, and materials. Delivery of the shelving must occur at AIRR's designated location, with installation to be completed within 90 days of contract award, following federal and local safety standards. Key responsibilities include coordinating delivery and installation timelines, conducting joint inspections, and supplying a punch list for any necessary replacements. The contractor must adhere to site policies, ensuring protection of property and compliance with operating hours. Furthermore, all work must be supervised by AIRR personnel for security and safety purposes. The emphasis is placed on timely execution, adherence to specifications, and proper disposal of shipping debris, reflecting the government's commitment to effective management of federal records storage.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Kardex VLM Preventative Maintenance
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide preventative maintenance for Kardex Vertical Lift Modules located in Oklahoma City. The procurement aims to secure local support for essential health service equipment, including preventative maintenance, software support, and repairs for three Vertical Lift Module systems and one Vertical Carrousel Module, with a requirement for factory-trained technicians and adherence to security standards. Interested vendors must submit capability statements detailing their qualifications and experience, along with necessary documentation, including the Buy Indian Act representation form, by the specified deadline. For further inquiries, vendors can contact Forrest Ward at Forrest.Ward@ihs.gov or call 405-951-6047.
    D--REQUEST FOR INFORMATION-IBC DATAMART ARCHIVING
    Buyer not available
    The Department of the Interior, through its Interior Business Center (IBC), has issued a Request for Information (RFI) regarding the development of an archiving solution for its Oracle 19c production database associated with the IBC Datamart Oracle Analytics Server (OAS) application. The RFI aims to gather insights on the advisability of creating an archive, methods for assessing its necessity, and relevant performance indicators, as the current Datamart contains approximately 6.1 TB of data spanning 30 years from the Federal Personnel Payroll System, serving around 4,000 users across federal agencies without significant performance issues. Vendors are invited to submit their capabilities, previous experiences with archiving solutions, and responses to specific questions about the benefits and challenges of implementing a data archive, with responses due by March 10, 2025. Interested parties can contact Christina Lene at christinalene@ibc.doi.gov or by phone at 571-732-2675 for further information.
    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.
    Office Furniture for OJS MMU
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for the procurement of office furniture for the Office of Justice Services. The requirements include a variety of items such as ergonomic chairs, U-shaped desks, a conference table, and a leather couch, with specific quantities and features outlined in the request for proposals (RFP). This procurement aims to enhance the office environment, ensuring a functional workspace that meets ergonomic and aesthetic standards, thereby supporting the federal government's commitment to providing adequate resources for its offices. Interested vendors must submit their proposals by March 6, 2025, including a signed SF 1449 form, a completed price schedule, and an IEE Representation Form, with delivery expected within 60 days after order receipt. For further inquiries, contact Lara Wood at lara.wood@bia.gov.
    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.
    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.
    SECURITY CAMERAS AND INSTAL - ISBEE Set-Aside
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide brand name security cameras and installation services for the Fort Davis National Historic Site in Texas. The procurement is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, aimed at enhancing surveillance capabilities by installing a network-based security camera system that includes three new Axis Communications IP cameras and associated equipment. This initiative is crucial for improving visitor security and operational efficiency at the historic site, with a required delivery date for the installation set for April 1, 2025. Interested bidders must submit detailed quotations via email, demonstrating their capabilities and compliance with federal requirements, and can contact Samuel Hyslop at samuelhyslop@nps.gov or 970-880-4482 for further information.
    S--Refuse Service, Jemez and T'siya
    Buyer not available
    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.
    Furnish and install a septic tank and lagoon Mayette, KS
    Buyer not available
    The Indian Health Service (IHS) under the Department of Health and Human Services is soliciting quotes for the furnishing and installation of a septic tank and lagoon system in Mayetta, Kansas. The project requires the contractor to construct a wastewater lagoon and install a 1,000-gallon septic tank, adhering to specific materials and installation guidelines as outlined in the Statement of Work and accompanying drawings. This procurement is significant for enhancing local health infrastructure, particularly for Indian populations, and is set aside exclusively for Indian-owned businesses under the Indian Small Business Economic Enterprise (ISBEE) program. Interested contractors must submit their quotes by February 28, 2025, with an estimated award amount between $25,000 and $100,000. For further inquiries, potential bidders can contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
    GYM FLOOR REPLACEMENT KCES
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the replacement of gym flooring at the Keams Canyon School in Arizona. This project falls under the Indian Small Business Economic Enterprise (ISBEE) set-aside, aimed at promoting economic opportunities for Indian-owned businesses, and is classified under the NAICS code 236220 for Commercial and Institutional Building Construction. The successful contractor will be responsible for adhering to strict health and safety codes, including compliance with OSHA standards and various federal and state regulations, ensuring the project meets all necessary safety and operational requirements. Interested contractors should contact Krisanne Dernago at krisanne.dernago@bie.edu for further details and to discuss the submission process.