Awarded ContractSolicitationIndian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)

F--ROUGH ROCK SHEEP DIP VAT REMEDIATION

INTERIOR, DEPARTMENT OF THE 140A0925Q0032
Total Obligated
$176,178
SAM.gov
Current Recipient
TEHAMA TECHNICAL SERVICES, LLC 2345 GRAND BLVD STE 700 Kansas City MO 64108 USA
Sep 19, 2025
Set-Aside
Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
Notice Type
Solicitation

Contract Opportunity Analysis

The Bureau of Indian Affairs (BIA) Navajo Region is soliciting proposals for the remediation of the Rough Rock Sheep Dip Vat (SDV) site, specifically targeting environmental contamination issues. The project involves a two-phase approach: Phase 1 focuses on site investigation to assess the extent of toxaphene contamination, while Phase 2 encompasses the demolition of existing structures and the removal of contaminated soils, adhering to strict environmental standards. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, emphasizing the importance of engaging small businesses within the Indian community. Interested contractors must submit their proposals by September 9, 2025, with a performance period from April 29, 2025, to August 26, 2025. For further inquiries, contact Elsie Begay at Elsie.Begay@bia.gov or call 505-863-8226.

Classification Codes

NAICS Code
562910
Remediation Services
PSC Code
F999
OTHER ENVIRONMENTAL SERVICES

Solicitation Documents

13 Files
Sol_140A0925Q0032.pdf
PDF97 KB9/3/2025
AI Summary
This document is a Request for Proposal (RFP) for the remediation and restoration of the former Rough Rock Sheep Dip Vat (SDV). Issued by BIA Navajo, Solicitation Number 140A0925Q0032, it is an Indian Small Business Economic Enterprise (ISBEE) set-aside procurement. The contractor is required to provide all labor, materials, equipment, and transportation for the project, with a delivery date of August 26, 2025. The period of performance for remediation services (Product/Service Code F999: OTHER ENVIRONMENTAL SERVICES) is from April 29, 2025, to August 26, 2025. The offer due date is September 2, 2025, at 1400 MD. The acquisition is unrestricted and falls under NAICS code 562910 with a size standard of $100.00. Payment will be made by BIA Navajo, and invoices should be submitted to the contracting office in Gallup, NM.
Site_ID_153_Rough_Rock_SDV.pdf
PDF2149 KB9/3/2025
AI Summary
The provided file, composed primarily of unreadable characters, appears to be a heavily corrupted or encrypted government document. Due to its illegibility, it is impossible to ascertain its main topic, key ideas, or purpose within the context of federal government RFPs, federal grants, or state and local RFPs. The content offers no discernible information, preventing any meaningful summary or analysis of its original intent or content.
DSCN0146.jpg
JPEG7543 KB9/3/2025
AI Summary
No AI summary available for this file.
IGCE_RR.pdf
PDF39 KB9/3/2025
AI Summary
No AI summary available for this file.
15-5477_Apache.txt
Text48 KB9/3/2025
AI Summary
The document is a wage determination (No. 2015-5477, Revision No. 28, dated 07/08/2025) issued by the U.S. Department of Labor, Wage and Hour Division, for service contracts in Apache, Gila, and Navajo Counties, Arizona. It outlines minimum wage rates for various occupations under the Service Contract Act, incorporating Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) based on contract award dates. The document specifies fringe benefits, including health & welfare ($5.55/hour or $5.09/hour if EO 13706 applies), vacation (2-4 weeks based on service), and 11 paid holidays. It also details special provisions for computer employees, air traffic controllers, and weather observers (night/Sunday pay), hazardous pay differentials (4% or 8%), and uniform allowances. A
Rough_Rock_SDV_SOW_1-8-2025.pdf
PDF176 KB9/3/2025
AI Summary
The Bureau of Indian Affairs (BIA) Navajo Regional Office (NRO) is seeking an environmental contractor for a two-phase remediation and restoration project at the former Rough Rock Sheep Dip Vat (SDV) site on the Navajo Nation Reservation. Phase 1 involves site investigation to determine the horizontal and vertical extent of toxaphene contamination in soil and water, adhering to Navajo Nation Environmental Protection Agency (NNEPA) standards of 0.49 parts per million (ppm). Phase 2 entails the demolition and removal of all SDV structures, excavation, and disposal of contaminated soils, followed by backfilling with clean soil and reseeding. The project, under CERCLA authority, requires extensive planning, coordination with NNEPA and other Navajo Nation programs, and adherence to strict safety and environmental protocols. The contractor must provide detailed work plans, health and safety plans, and comprehensive reports, ensuring all work is certified by an environmental professional.
Sol_140A0925Q0032_Amd_0002.pdf
PDF84 KB9/3/2025
AI Summary
The RFQ 140A0925Q0032 solicitation has been amended to include government responses to previously submitted questions. No further questions will be accepted after September 2, 2025. This procurement is specifically designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside. All other terms and conditions of the original solicitation remain unchanged and in full effect.
Question_2_LM_0002.docx
Word17 KB9/3/2025
AI Summary
The document addresses a series of questions and answers related to a government Request for Proposal (RFP), likely concerning an environmental remediation project at a site referred to as SDV. Key points include the confirmation of a 120-calendar-day period of performance, with the possibility of extension. The scope of work for Phase I Investigation is clarified to include analysis for EPA Method 8081A (chlorinated pesticides, toxaphene) and arsenic. The classification and disposal of wastes generated during Phase 1 and Phase 2, including toxaphene-impacted materials, will be based on analytical testing results and applicable regulatory requirements, not assumed as non-hazardous. The timeline for submitting the draft final report is subject to adjustment, and the extension of the proposal due date is at the Contracting Officer's discretion.
Sol_140A0925Q0032_Amd_0001.pdf
PDF84 KB9/3/2025
AI Summary
Amendment 0001 to Solicitation 140A0925Q0032, issued by BIA Navajo, has been released to include government responses to questions. No further questions will be accepted after September 2, 2025. The deadline for offer submissions has been extended to September 9, 2025, at 12:00 PM MDT. All other terms and conditions of the solicitation remain unchanged. This procurement is specifically designated as an Indian Small Business Economic Enterprise (ISBEE) Set-Aside. Offerors must acknowledge receipt of this amendment by the new due date to ensure their offer is considered.
Questions_-_Rough_Rock_SDV_140A0925Q0032v2_(1)_Responses_0001.docx
Word29 KB9/3/2025
AI Summary
This document addresses questions regarding the Rough Rock Sheep Dip Vat Site (SDV) Sampling/Removal project, a federal government RFP (140A0925Q0032). Key issues include the availability of a 2003 investigation report from OA Systems Corporation, the required delineation and excavation of lindane, heptachlor, and arsenic, and the 120-calendar-day period of performance, which may be adjusted for National Environmental Policy Act (NEPA) compliance. The scope of work requires a comprehensive work plan, proper disposal of purge water, and contractor-selected perimeter fencing to ensure site safety. The contractor is not responsible for post-completion monitoring of reseeding or erosion. The project is a firm-fixed-price contract, so detailed bills and timesheets are not required in the final report. Contractors must be aware of potential asbestos-containing materials and lead-based paint due to the age of existing structures. The 2003 OA Systems report estimated 19.9 cubic yards of contaminated soil requiring removal. A five-day extension request for the proposal deadline is at the discretion of the Contracting Officer.
DSCN0150_2.jpg
JPEG7611 KB9/3/2025
AI Summary
No AI summary available for this file.
B08_Solicitation_(SAP_and_DOI-AAAP_0210)_v2_b3b_Q0032.pdf
PDF528 KB9/3/2025
AI Summary
This government solicitation (Purchase Order Number 140A0925Q0032) is a combined synopsis/solicitation for commercial products or services, specifically 100% set-aside for Indian Small Business Economic Enterprises (ISBEEs). The NAICS code is 562910 for Remediation Services, with a $25M small business size standard. The anticipated period of performance is 120 days from the Notice to Proceed, with work to be performed in Rough Rock, Arizona. The document outlines general requirements, line items (referencing attachments for detailed Statement of Work and Price Schedule), and extensive terms and conditions, including numerous FAR and DIAR clauses. Key clauses cover topics such as System for Award Management, contract terms for commercial products and services, Indian Economic Enterprise set-aside and subcontracting limitations, various prohibitions (e.g., on Kaspersky Lab products, certain telecommunications equipment, ByteDance applications), and labor standards. It also details electronic invoicing requirements via the IPP system and procedures for contractor performance assessments. Offerors must comply with certifications regarding responsibility matters and prohibitions on contracting with inverted domestic corporations and entities using certain telecommunications equipment.
IA_-_IEE_Representation_Form.pdf
PDF1038 KB9/3/2025
AI Summary
The document outlines the "Indian Affairs Indian Economic Enterprise Representation Form," which is crucial for compliance with the Buy Indian Act (25 U.S.C. 47) and Department of the Interior Acquisition Regulation (DIAR) Part 1480. This form serves as a self-certification for offerors to confirm their status as an "Indian Economic Enterprise (IEE)." This status must be maintained at the time of offer, contract award, and throughout the contract term. The document explicitly warns against submitting false or misleading information, citing penalties under 18 U.S.C. 1001 for false information and 31 U.S.C. 3729 to 3731 and 18 U.S.C. 287 for false claims during contract performance. The form requires offerors to provide their legal business name, Unique Entity ID (UEI), the name of the federally recognized tribal entity, and the name of the 51% (or greater) owner of the IEE firm, all to be certified by signature. Contracting Officers can request additional documentation at any point in the acquisition lifecycle.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 18, 2025
amendedAmendment #1Sep 2, 2025
amendedLatest AmendmentSep 3, 2025
deadlineResponse DeadlineSep 9, 2025
awardAwarded to TEHAMA TECHNICAL SERVICES, LLC 2345 GRAND BLVD STE 700 Kansas City MO 64108 USASep 19, 2025
expiryArchive DateSep 24, 2025

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
BUREAU OF INDIAN AFFAIRS
Office
NAVAJO REGION

Point of Contact

Name
Begay, Elsie

Official Sources