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
35--SERVICE WASHER & DRYER FOR RESIDENTIAL
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the lease, maintenance, and repair of washers and dryers for the Southwestern Indian Polytechnic Institute (SIPI) in Albuquerque, New Mexico. The contract will cover the delivery, installation, and ongoing maintenance of laundry equipment, ensuring compliance with energy efficiency standards and providing training for students on equipment use. This procurement is crucial for supporting the housing and recreation programs at SIPI, enhancing the quality of life for students. Interested vendors must submit their proposals by April 17, 2025, with the contract period set from July 1, 2025, to June 30, 2026. For further inquiries, potential contractors can contact Jeff Morris at jeff.morris@bie.edu or call 505-364-2130.
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 for the Navajo Regional, which includes annual external inspections of boilers and pressure vessels across sixty-six schools managed by the Bureau of Indian Education. The contract is set aside for Indian Economic Enterprises (IEE) and requires the contractor to provide 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 starting March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors must submit their offers by April 18, 2025, at 5:00 p.m. MDT, and can reach out to Charmaine Williams-James at Charmaine.Williams-James@bie.edu for further inquiries.
Fire Prevention Service
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide fire prevention services at the Flandreau Indian School in South Dakota. The procurement involves comprehensive fire safety inspections, testing, maintenance, and emergency repairs for various fire safety equipment across 12 buildings, adhering to National Fire Protection Association (NFPA) codes and standards. This initiative is crucial for ensuring the safety and compliance of educational facilities on Native American reservations, with a total estimated contract value of $19.5 million. Interested parties must submit their proposals by April 11, 2025, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 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 (IHS), is seeking quotations for the procurement of a R14 Ride-on Dual Technology Carpet Maintainer, with a focus on supporting Indian Small Business Economic Enterprises (ISBEE). The procurement requires vendors to provide new equipment, possess authorization from the Original Equipment Manufacturer (OEM), and submit a verification letter from the OEM, with delivery to the Fort Yuma Healthcare Center in California. This equipment is essential for maintaining cleanliness and hygiene standards within healthcare facilities. Interested vendors must submit their quotes by April 21, 2025, at 5:00 PM EDT, and can contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or 602-364-5012 for further information.
Roof Repair - Beclabito Day School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a roof repair project at Beclabito Day School in Shiprock, New Mexico. The project entails the removal and repair of approximately 37,000 square feet of damaged roofing using TPO materials, with the objective of ensuring compliance with Indian Affairs life safety codes and extending the roof's lifespan. This procurement is crucial for maintaining safe and functional educational facilities for the community, with a project budget estimated between $250,000 and $500,000. Interested contractors must submit sealed bids by May 15, 2025, and are encouraged to direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259 before the question deadline of May 5, 2025.
FIRE RATED COUNTER DOORS
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting bids for the installation of fire-rated rolling counter doors at its Anadarko Agency in Oklahoma, under project number 140A0325Q0005. The project involves the demolition of existing structures, installation of new fire-rated doors compliant with NFPA 80 standards, and associated electrical work, with all materials required to be brand new. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), with an estimated contract value between $25,000 and $100,000, and bids are due by May 12, 2025, with an anticipated award date of June 1, 2025. Interested contractors should contact Jocelyn Littlechief at Jocelyn.LittleChief@bia.gov or call 405-247-1527 for further details.
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.
OT/COTA SERVICES
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting quotes for Occupational Therapist (OT) and Certified Occupational Therapist Assistant (COTA) services at T’iis Ts’ozi Bi’ Olta Community School in Crownpoint, NM. This procurement is aimed at Indian Small Business Economic Enterprises (ISBEEs) and involves a firm fixed-price contract for the period from July 1, 2025, to June 30, 2026, requiring the contractor to provide all necessary labor, materials, and supervision while complying with federal regulations and background check requirements. The services are crucial for supporting the educational needs of Native American students, ensuring they receive high-quality occupational therapy services in a school setting. Interested parties should submit their bids electronically and can contact Charmaine Williams-James at Charmaine.Williams-James@bie.edu or 505-803-4266 for further information.
Laundry & Dry Cleaning Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide laundry and dry cleaning services for the Billings Area Indian Health Service in Browning, Montana. This opportunity is a Sources Sought notice aimed at identifying Indian Small Business Economic Enterprises (ISBEEs) and Indian Economic Enterprises (IEEs) capable of fulfilling the requirements outlined, which include regular pickup and delivery of soiled and cleaned linens, adherence to health regulations, and compliance with the Buy Indian Act. The contract is expected to span one base year with four option years, commencing on July 1, 2025, and interested parties must submit their capability statements along with the Buy Indian Act Indian Economic Enterprise Representation Form to Shannon Connelly at shannon.connelly@ihs.gov within 15 days of the announcement.
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, requiring compliance with specific technical specifications and the submission of a firm price quote, relevant past performance examples, and an Indian Economic Enterprise Representation Form. This project is crucial for enhancing local water infrastructure and is estimated to cost less than $50,000, with a performance period of 60 calendar days from the award date. Interested parties must submit their quotes by April 21, 2025, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.