F--2-BACA_1-HAYSTACK SDV

SOL #: 140A0926Q0006Solicitation

Overview

Buyer

Interior
Bureau Of Indian Affairs
NAVAJO REGION
GALLUP, NM, 87301, United States

Place of Performance

Place of performance not available

NAICS

Remediation Services (562910)

PSC

Other Environmental Services, Studies, And Analytical Support (F999)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior) (ISBEE)

Timeline

1
Posted
Jan 20, 2026
2
Last Updated
Feb 12, 2026
3
Submission Deadline
Feb 9, 2026, 10:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Interior, Bureau of Indian Affairs (BIA) - Navajo Region, is soliciting proposals for the remediation and restoration of three former sheep dip vat (SDV) sites: Baca #1, Baca (New), and Haystack SDV, located in Prewitt, New Mexico. The project aims to eliminate environmental hazards, specifically toxaphene contamination, and restore the land to its natural condition. Proposals are due February 9, 2026.

Scope of Work

The contractor will provide all labor, materials, and equipment to perform the following:

  • Site Assessments: Comprehensive sampling and analysis of soil and potentially water using EPA Method 8081A to identify toxaphene, lindane, and other pesticide concentrations.
  • Remediation: Excavation and disposal of contaminated soils (estimated at 900 cubic yards) and concrete/debris (estimated at 554 tons) at a Subtitle D landfill.
  • Structure Removal: Demolition and removal of all remaining vat structures and remnants.
  • Restoration: Backfilling excavated areas with clean soil (compacted to 90% proctor density) and reseeding with native plant species.
  • Compliance: Development of a Health and Safety Plan (HASP), Quality Assurance/Quality Control (QA/QC) plan, and coordination with Navajo Nation tribal departments.

Contract & Timeline

  • Type: Firm-Fixed-Price (FFP) Purchase Order
  • Duration: 120 calendar days from the Notice to Proceed (NTP)
  • Set-Aside: 100% Indian Small Business Economic Enterprise (ISBEE)
  • Proposal Due: February 9, 2026, 3:00 PM MST
  • Published: January 30, 2026 (Amendment 0002)

Evaluation

Award will be based on a best-value determination considering the following factors in descending order of importance:

  1. Technical Approach
  2. Key Project Management/Technical Support (including experience on Tribal trust lands)
  3. Past Performance (3-5 references from the last 5 years)
  4. Price

Additional Notes

Offerors must submit a signed Indian Economic Enterprise (IEE) Representation Form to be eligible. Amendment 0002 extended the response deadline and provided critical Q&A regarding sampling grids and estimated waste quantities.

People

Points of Contact

Begay, ElsiePRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 7
Solicitation
Posted: Feb 12, 2026
View
Version 6
Solicitation
Posted: Feb 10, 2026
View
Version 5
Solicitation
Posted: Feb 5, 2026
View
Version 4
Solicitation
Posted: Feb 2, 2026
View
Version 3Viewing
Solicitation
Posted: Jan 30, 2026
Version 2
Solicitation
Posted: Jan 22, 2026
View
Version 1
Solicitation
Posted: Jan 20, 2026
View