S--Carpet Cleaning Service, Riverside Indian School
ID: 140A2325Q0105Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSINDIAN EDUCATION ACQUISITION OFFICEAlbuquerque, NM, 87104, USA

NAICS

Carpet and Upholstery Cleaning Services (561740)

PSC

HOUSEKEEPING- CARPET LAYING/CLEANING (S214)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 4:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide carpet cleaning services for the Riverside Indian School in Anadarko, Oklahoma. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and includes a firm fixed price contract with a performance period from June 15, 2025, to June 14, 2030, covering one base year and four optional renewal years. The services required encompass steam cleaning of various campus buildings, including classrooms and dormitories, with specific cleaning schedules and emergency services as needed to maintain a sanitary environment for students. Interested bidders must submit their offers by April 8, 2025, and can direct inquiries to Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 8:05 PM UTC
Apr 3, 2025, 8:05 PM UTC
This document outlines the self-certification requirements for entities submitting offers under the Buy Indian Act, as specified in 25 U.S.C. 47. The Offeror must certify that it qualifies as an "Indian Economic Enterprise" (IEE) based on criteria defined in the Department of the Interior Acquisition Regulation (DIAR) Part 1480. This certification must be consistent at the time of offer, contract award, and throughout the contract's duration. Contracting Officers may request additional documentation to verify eligibility during any phase of the acquisition process. Notably, submitting false or misleading information can lead to criminal penalties under various U.S. codes. The document also includes a section for the Offeror to provide essential information, such as the name of the tribal entity, legal business name, and details regarding ownership. This represents a critical legal framework for ensuring compliance and accountability in acquisitions involving Indian Economic Enterprises within government contracting and grants.
Apr 3, 2025, 8:05 PM UTC
The document outlines a government Request for Proposal (RFP) related to carpet cleaning services for multiple buildings, specifying the frequency of cleaning and estimated square footage for each site. The services are categorized by annual and semi-annual schedules, with emergency cleaning available as needed. The key facilities include Buildings 323, 339 (High School), 340 (Boys Dorm), 341 (Girls Dorm), and 338 (Facilities Office), totaling approximately 89,918 square feet. The pricing details remain unspecified, encompassing base year and four option years for continuity of service. The structure of the file indicates a systematic approach to aggregating cleaning services, including thorough documentation of each building's requirements and frequencies for service. By organizing these details, the document aims to facilitate the procurement of services that comply with government standards and operational necessities. Overall, the RFP emphasizes the need for comprehensive carpet cleaning services within the outlined facilities to maintain cleanliness and hygiene standards.
Apr 3, 2025, 8:05 PM UTC
The Riverside Indian School (RIS) requires carpet cleaning services across various campus buildings, including cafeterias, classrooms, dormitories, and administration areas. The contractor is tasked with steam cleaning carpeted surfaces, applying pre-treatment, removing stains and gum, and utilizing a truck-mounted hot water extraction system to ensure thorough cleaning. All services must be coordinated with the school's Facility Manager and completed within a specified ten-day window during regular business hours, twice annually—once in the summer across all buildings and again during Christmas break for the boys' dormitory only. Emergency cleaning services may be requested as needed, with payment procedures outlined via the Invoice Processing Platform (IPP.gov). The overall goal is to maintain a clean and healthy environment for students ranging from 4th to 12th grades, ensuring all facilities are sanitary and in good condition by the completion date set for June 30th each year. The comprehensive scope of work emphasizes quality assurance through inspections post-cleaning to confirm satisfactory service delivery.
Apr 3, 2025, 8:05 PM UTC
This document from the U.S. Department of Labor outlines wage determinations under the Service Contract Act for contracts in various occupations in Oklahoma. It specifies that contracts awarded after January 30, 2022, must adhere to the minimum wage of at least $17.75 per hour under Executive Order 14026, while those awarded between January 1, 2015, and January 29, 2022, follow a minimum wage of $13.30. The file lists detailed wage rates for numerous job classifications across various sectors, including administrative, food service, automotive, health, and IT occupations. Additionally, it describes required fringe benefits, holiday payments, and paid sick leave provisions under Executive Order 13706. The document emphasizes contractor obligations under federal and state laws, including compensation for uniform costs and the conformance process for unlisted job classifications. Overall, it serves as a comprehensive guide for contractors to comply with federal wage standards and employee benefits for service contracts. Compliance with these wage determinations is essential for safeguarding workers' rights and ensuring fair compensation in federally funded projects.
Apr 3, 2025, 8:05 PM UTC
The file 140A2325Q0105 - Amend 0001 details a government solicitation for carpet cleaning services in dormitories. It states clearly that large furniture pieces like file cabinets and desks will not need to be moved, and that only basic furniture, such as chairs and trash bins, requires relocation during the cleaning process. Students will move their personal belongings off the floor prior to the service, eliminating the need for contractor assistance in this area. The completion timeline remains unchanged despite the cleaning scope, as there will be no moving of larger items. Interested bidders can schedule site visits by contacting specified personnel during business hours, and three pictures of the existing carpet in the relevant buildings are attached to aid in assessing the cleaning requirements. The document serves as an update to potential contractors, providing clarity on job expectations and logistics.
Apr 3, 2025, 8:05 PM UTC
The document is an amendment to solicitation 140A2325Q0105 regarding the provision of professional carpet cleaning services for the Riverside Indian School in Anadarko, Oklahoma. This amendment includes important deadlines: questions must be submitted by April 4, 2025, with a closing date for offers on April 8, 2025, both at 10:00 AM Mountain Daylight Time. The period of performance for the contract is set from June 15, 2025, to June 14, 2030. Contractors are required to acknowledge receipt of this amendment in their offer submissions to remain eligible. The modification encourages potential bidders to familiarize themselves with the posted Q&A and outlines the necessity for written acknowledgment to ensure compliance with the solicitation requirements. Overall, this amendment serves as a formal update to the solicitation process, ensuring that all interested parties are informed and prepared to submit their bids within the specified timeframe.
Apr 3, 2025, 8:05 PM UTC
The document is a Request for Proposal (RFP) issued by the Bureau of Indian Education for carpet cleaning services at the Riverside Indian School in Anadarko, Oklahoma. This procurement is set aside for Indian Small Business Economic Enterprises in accordance with the Buy Indian Act. The contract entails a firm fixed price with a period of performance spanning from June 15, 2025, to June 14, 2030, including one base year and four optional renewal years. Key requirements include providing qualified personnel, compliance with safety regulations, and adherence to background checks due to the nature of working in a school environment. Contractors must submit properly formatted invoices electronically, and there are strict provisions for managing Personally Identifiable Information (PII). The document also outlines the contractor's responsibilities regarding health and safety, ensuring personnel have requisite immunizations and training. Additionally, a Contracting Officer Representative (COR) will monitor contract performance, ensuring compliance and timely communication between the contractor and government officials. This RFP emphasizes the importance of local small businesses and Indigenous hiring practices, aiming to enhance economic opportunity while maintaining high standards of service and safety in educational settings.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
S--JANITORIAL SERVICES-SALT RIVER
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide janitorial services for the Salt River Agency located in Scottsdale, Arizona. The procurement aims to establish a reliable cleaning service that includes weekly operations such as sweeping, mopping, vacuuming, and restroom sanitation, with contractors required to supply all necessary materials and equipment while adhering to safety and quality standards. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the importance of supporting economic growth within Indian communities. Interested parties must submit electronic quotes by the specified deadline and can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566 for further information.
Dual Technology Carpet Maintainer - 28" Ride-on
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals from qualified vendors to supply a new R14 Ride-on Dual Technology Carpet Maintainer, designated under solicitation IHS1510457. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) and requires vendors to provide detailed quotations that include equipment specifications, services, and compliance with an OEM warranty. The carpet maintainer is essential for maintaining cleanliness and hygiene standards in healthcare facilities, ensuring a safe environment for patients and staff. Quotes are due by April 11, 2025, and must be submitted to the Fort Yuma Healthcare Center in Winterhaven, California. Interested vendors can contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or by phone at 602-364-5012 for further information.
S--Solid Waste Collection
Buyer not available
The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for solid waste collection services at the Cheyenne Eagle Butte School in Eagle Butte, South Dakota. The procurement is structured as a firm fixed-price contract, with a base year commencing on April 1, 2025, and extending through four optional years, requiring the contractor to provide waste bins, perform routine collections, and ensure compliance with environmental regulations. This initiative underscores the government's commitment to sustainable waste management and support for small businesses, as the contract is set aside for total small business participation. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by April 9, 2025, at 10:00 AM Mountain Time. For further inquiries, contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256.
MICROSCOPE SERVICE AND REPAIR
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide microscope service and repair for the Chemawa Indian School in Salem, Oregon. The procurement aims to ensure the maintenance and thorough cleaning of 23 microscopes, including various models, to support effective educational experiences for students. This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), reflecting a commitment to promoting economic development within Indian communities. Interested parties must submit their proposals by April 9, 2025, with the contract expected to be awarded under a Firm Fixed Price arrangement, and services to be completed by June 30, 2025. For further inquiries, contact Brandon Walker at Brandon.Walker@bie.edu or (505) 803-4254.
Janitorial Services for the Catawba Service Unit
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for janitorial services at the Catawba Service Unit located in Rock Hill, South Carolina. The procurement involves comprehensive cleaning services for a facility encompassing nearly 9,000 square feet, including patient rooms, exam rooms, restrooms, and common areas, with a focus on maintaining health regulations and operational protocols. This opportunity is particularly significant as it is a 100% Indian Owned Small Business Set-Aside, reflecting the federal commitment to engage small businesses in essential service provision. Interested vendors must submit their quotes via email by the specified closing date, and inquiries should be directed to Velvett Cummins at velvett.cummins@ihs.gov. The contract has a total value of $22 million and includes a base year plus four optional years.
IE 150 SSIS LAGOON AERATOR
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the installation of a permanent TITUS Aerator System at St. Stephens Indian School in Wyoming, aimed at enhancing the school's facilities for its predominantly Native American student population. The project entails significant construction activities, including the installation of concrete slabs, electrical work, and the integration of a new 15 HP blower with a Variable Frequency Drive (VFD), all while adhering to safety regulations and the National Electrical Code. This procurement is particularly important as it reflects the Bureau of Indian Education's commitment to providing quality educational opportunities, with a project budget estimated between $25,000 and $100,000. Interested small businesses must submit their proposals by April 21, 2025, following a site visit on April 7, 2025, and can direct inquiries to Carolyn Sulla at carolyn.sulla@bie.edu.
Contractor shall furnish and install a water service line for R. Smith #4420 in Pawhuska, OK (Osage, Co.) in accordance with the statement of work and drawing.
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water service line for R. Smith 4420 in Pawhuska, Oklahoma. The procurement is a Buy Indian set-aside, aimed at Indian-owned businesses, and requires adherence to a detailed statement of work and associated drawings, with an estimated contract value of less than $50,000. This project is crucial for enhancing local water infrastructure and ensuring compliance with federal regulations, including labor standards. Interested contractors must submit their quotes by April 21, 2025, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.
LEAD PAINT AND ASBESTOS ASSESSMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a comprehensive lead paint and asbestos assessment for 48 BIA-owned buildings located on the Hopi Indian Reservation in Arizona. The project aims to ensure safety and compliance with environmental regulations by conducting thorough inspections and assessments of hazardous materials, with a focus on public health and safety prior to any construction or renovation activities. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and has a performance period of 180 days from the award date. Interested parties can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566 for further details.
Plumbing Supplies for Many Farms High School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for plumbing supplies intended for Many Farms High School. This procurement aims to acquire specific plumbing items, including Ridgid tools, under a firm fixed-price contract that encompasses all costs, taxes, and delivery terms (FOB Destination). The initiative is significant as it supports the educational infrastructure of the school while promoting participation from Indian Small Business Economic Enterprises (ISBEE) in federal contracting opportunities. Interested vendors should reach out to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further details and adhere to the submission guidelines outlined in the Request for Proposal (RFP) document.
H--NMNS/ANNUAL PM/INSPECT FIRE RATED DOORS
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting proposals for the annual preventive maintenance and inspection of fire-rated doors across six educational facilities in New Mexico. This procurement aims to ensure compliance with safety regulations, including NFPA 80 standards, and is limited to Indian Economic Enterprises (IEE) as part of the Indian Economic Enterprise set-aside program. The contract, which is expected to span from May 1, 2025, to April 30, 2030, includes multiple option years and requires contractors to cover all necessary labor, materials, and travel expenses for thorough inspections. Interested parties should contact Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266, and note that the deadline for submitting offers has been extended to April 7, 2025, at 5:00 PM MDT.