Household and Kitchen Appliances for Ute Mountain
ID: 140A0725Q0011Type: Combined Synopsis/Solicitation
AwardedJul 28, 2025
$23.6K$23,563
AwardeeEPKO SUPPLY INC 340 MECHANIC ST STE B Tomball TX 77375 USA
Award #:140A0725P0012
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSNORTHWEST REGIONPORTLAND, OR, 97232, USA

NAICS

Major Household Appliance Manufacturing (335220)

PSC

KITCHEN EQUIPMENT AND APPLIANCES (7320)

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 qualified vendors to provide household and kitchen appliances for the Ute Mountain Ute Agency located in Towaoc, Colorado. The procurement includes the delivery and installation of various appliances, such as washers, dryers, water heaters, refrigerators, and stoves, with specifications emphasizing stainless steel finishes and compatibility with existing kitchen layouts. This initiative aims to enhance living conditions for government housing quarters, reflecting the agency's commitment to upgrading facilities while supporting small businesses through a total small business set-aside. Interested parties should contact Brian Roberts at brian.roberts@bia.gov or call 503-231-2279, with proposals due by July 14, 2025, and questions accepted until July 9, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Ute Mountain Ute Agency issued a request for proposals (RFP) for the provision, delivery, and installation of household and kitchen appliances at their Towaoc, Colorado location. The specifications require all appliances to be stainless steel, with color coordination for black or white options. Key appliances outlined include: washers with a maximum width of 30 inches and 3.5 cubic feet capacity, electric dryers also not exceeding 30 inches wide with 7 cubic feet capacity, 50-gallon power-vent liquid propane water heaters, under-cabinet range hoods no wider than 30 inches, and electric stoves/ovens of the same width criteria. Additionally, refrigerators must feature waterlines, a bottom freezer, and dimensions not exceeding 30 inches in width or 68 inches in height. The RFP aims to standardize appliance sizes and finishes while ensuring compatibility with existing kitchen layouts, reflecting a comprehensive approach to upgrading appliances for the agency.
    The document is a Wage Determination under the Service Contract Act (SCA) issued by the U.S. Department of Labor, detailing minimum wage requirements for federal contracts in Colorado. Effective from January 30, 2022, it enforces that contractors pay covered workers a minimum of $17.75 per hour, or a higher applicable wage if designated. The determination lists various job classifications with corresponding wage rates and fringe benefits, such as health and welfare compensation and vacation time. For example, occupations in administrative support, automotive service, health, and technical positions feature specific hourly wages ranging from approximately $13.68 to $54.68. The document also outlines compliance requirements for paid sick leave under Executive Order 13706, mandates for uniform allowances, and the conformance process for newly classified jobs not noted in the initial listing. This comprehensive outline serves federal contracting officers and employers to ensure compliance in remuneration practices while upholding labor rights in federal projects, thus aligning with government contracting standards and regulations.
    The document outlines the self-certification requirements for Offerors under the Buy Indian Act, as per 25 U.S.C. 47. It establishes that the signature in the Offeror section affirms that the enterprise qualifies as an "Indian Economic Enterprise" (IEE) per the Department of the Interior Acquisition Regulation (DIAR) Part 1480. Offerors must maintain this status at three key points: when making an offer, at the contract award, and throughout the contract term. Contracting Officers may request further eligibility documentation during the acquisition process, and submission of false information can lead to legal penalties under multiple U.S.C. statutes. The form includes spaces for essential information such as the federally recognized tribal entity, Unique Entity ID, legal business name, and ownership details, requiring a certifying signature to validate the representation. This document reinforces the ongoing eligibility criteria of entities seeking contracts set aside under the Buy Indian Act within the framework of federal grant processes and RFP submissions.
    The document is an RFQ response regarding the installation of household and kitchen appliances for the UMU Agency, specifically tailored for five government housing quarters. Key details include that the installations will occur on the main floor of the buildings, which lack elevators and loading docks. Each quarter will receive one complete set of appliances, and the vendor is responsible for the removal of old appliances, which can either be disposed of locally or sent to the DRMO if required. The document specifies disposal locations for both old appliances and debris, including addresses in Towaoc and Cortez, Colorado. No special access is required for deliveries, although contacting the agency upon arrival is encouraged for guidance. This RFQ underscores the agency's commitment to upgrading government living facilities in compliance with logistical provisions necessary for smooth implementation and disposal processes.
    This document pertains to the amendment of solicitation number 140A0725Q0011, issued by the Bureau of Indian Affairs (BIA). The main purpose of this amendment is to modify procurement details, specifically changing the set-aside from an Indian Small Business Economic Enterprise (ISBEE) to an Indian Economic Enterprise (IEE). Key updates include extending the quote submission deadline to July 7, 2025, and setting the final date for questions to July 2, 2025. Offerors must acknowledge receipt of this amendment through specified methods to avoid potential rejection of bids. It's essential for bidders to fill out the Attachment 3 B08 IA - IEE Representation Form, which must accompany their submissions. The document emphasizes compliance with the stipulated procedures and deadlines, highlighting the importance of proper communication to ensure the validity of offers according to federal procurement regulations. Overall, the amendment aims to facilitate a streamlined bidding process while ensuring adherence to economic empowerment initiatives for Indian enterprises.
    The document serves as an amendment to a solicitation related to a procurement process set aside for small businesses. This amendment alters the previous Indian Economic Enterprise (IEE) set aside to a 100% small business set aside. It addresses the submission deadlines for quotes and questions, extending them to July 14, 2025, at 12:00 PM PDT, and July 9, 2025, at 12:00 PM PDT, respectively. Furthermore, the amendment emphasizes the necessity of acknowledging receipt of this amendment with offers submitted, detailing acceptable methods for this acknowledgment, and warns that failure to do so may lead to rejection of the offer. The document outlines that all other terms and conditions remain unchanged unless specifically modified by this amendment. This procurement initiative exemplifies the government's commitment to support small businesses while ensuring compliance with procedural regulations.
    The document outlines an amendment to a solicitation numbered 140A0725Q0011, specifically addressing a change in the set-aside status for a procurement project. Originally designated as an Indian Economic Enterprise (IEE) Set-Aside, it has been updated to a 100% Small Business set-aside. The amendment emphasizes the requirement for contractors to acknowledge receipt of this amendment by the specified deadline, either through acknowledgment on submitted offers or separate communication referencing the solicitation. Essential modifications and administrative changes to the contract are noted, ensuring that all remaining terms and conditions remain effective. Such amendments are customary in federal contracting to clarify scope and ensure alignment with procurement standards. The document reinforces the government's commitment to supporting small businesses while maintaining compliance with federal regulations.
    The document outlines a Request for Proposal (RFP) for household and kitchen appliances intended for the Ute Mountain Ute Agency, with the solicitation number 140A0725Q0011. The procurement is fully set aside for Indian Small Business Economic Enterprises (ISBEEs), aligning with specific federal regulations and set-asides to promote economic opportunities. The award will be a Firm-Fixed-Price Purchase Order, with a 30-day delivery timeframe post-award. Key items requested include five each of Speed Queen washers and dryers, Rheem water heaters, under-cabinet range hoods, Amana refrigerators with waterlines, and KitchenAid electric stoves or ovens, among others, emphasizing brand-name or equal specifications. The proposal details include general requirements, purchasing terms, compliance with federal acquisition regulations (FAR), and invoicing instructions via the U.S. Treasury's Invoice Processing Platform (IPP). The document underscores the importance of compliance with labor standards, minimum wage orders, and specific service contract labor standards. Overall, the RFP seeks to facilitate the acquisition of essential appliances while adhering to federal and regulatory guidelines that promote small business participation and economic development within Indigenous communities.
    Lifecycle
    Similar Opportunities
    68--Propane for Tohono O'odham Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking proposals for a firm fixed-price contract to supply propane to the Tohono O'odham Agency in Sells, Arizona. The procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), requiring that offerors qualify as both Indian Economic Enterprises and small businesses. The propane will be utilized for heating and kitchen appliances across various facilities, including the Tohono O'odham Agency Quarters and the Adult Detention Center, ensuring uninterrupted service is maintained. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 480-744-4870.
    44--Replacement Heat Pumps for Seba Delkai Boarding Sc
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors to provide replacement heat pumps for the Seba Delkai Boarding School located in Winslow, Arizona. This procurement aims to supply heating equipment essential for maintaining a conducive learning environment at the boarding school, which serves Native American students. The solicitation is set aside for small businesses, specifically under the Indian Small Business Economic Enterprise (ISBEE) program, with a closing date for offers extended to December 16, 2025, at 5:00 PM ET. Interested parties must acknowledge receipt of the solicitation amendments and submit their proposals electronically, ensuring compliance with all applicable federal regulations.
    68--Propane for Turtle Mountain Agency
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to supply propane for the Turtle Mountain Agency. The procurement involves delivering a total of 41,420 gallons of propane to various Bureau facilities, including essential locations such as the Detention Center and Fire Hall, with the objective of ensuring a safe and healthy environment for the agency's operations. This opportunity is set aside for Indian Economic Enterprises (IEEs), emphasizing the importance of supporting local businesses within the community. Interested parties must submit their quotes by December 16, 2025, at 5:00 PM CST, and can reach out to Crystal Keys at crystal.keys@bia.gov or by phone at 405-933-6016 for further information.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    Appliances & Safety Equipment for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking proposals from qualified small businesses for a contract to supply appliances and safety equipment for Transportable Temporary Housing Units (TTHUs). This procurement aims to provide essential household items, including microwaves, refrigerators, electric ranges, and various safety devices, to support disaster survivors in temporary housing situations. The contract will facilitate FEMA's mission to maintain a ready stock of these items, ensuring efficient disaster response and recovery efforts. Interested vendors must submit their proposals by December 29, 2025, with questions due by December 16, 2025; for further details, contact Ejona Lika at ejona.lika@fema.dhs.gov or Tamara Beach at tamara.beach@fema.dhs.gov.
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    Trash Pickup for Kaibeto Boarding School
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking quotations for trash pickup services at the Kaibeto Boarding School. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, with a focus on solid waste collection under NAICS code 562111. The contract will be structured as a Firm Fixed Price purchase order for a base year starting January 1, 2026, with the possibility of four additional option years extending through 2030. Interested contractors must submit a comprehensive quote that includes their qualifications and ability to perform, with evaluations based on technical capability and price. For further inquiries, potential offerors can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.