Closed Solicitation · DEPARTMENT OF THE INTERIOR

    P--SOURCES SOUGHT: DEMOLITION & DISPOSAL, ROSEBUD, SD

    Sol. DOIAFBO260027Sources SoughtSet-aside: Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)RESTON, VA
    Closed
    STATUS
    Closed
    closed Mar 10, 2026
    POSTED
    Mar 4, 2026
    Publication date
    NAICS CODE
    238910
    Primary industry classification
    PSC CODE
    P500
    Product & service classification

    AI Summary

    The Bureau of Indian Affairs is seeking information for the demolition and disposal of a fire-damaged structure at Rosebud, South Dakota. This Sources Sought Notice aims to assess the availability of qualified Indian Small Businesses. Responses will inform the acquisition method and potential set-asides. Interested parties must submit capability statements by March 10, 2026.

    Contract details

    Solicitation No.
    DOIAFBO260027
    Notice Type
    Sources Sought
    Set-Aside
    Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
    Posted Date
    March 4, 2026
    Response Deadline
    March 10, 2026
    NAICS Code
    238910AI guide
    PSC / Class Code
    P500
    Issuing Office
    CENTRAL OFFICE
    Primary Contact
    Tortorella, Thomas
    City
    RESTON
    State
    VA
    ZIP Code
    20192
    AI Product/Service
    service

    Description

    Sources Sought: Demolition and disposal of one (Building 28) quarters located at Rosebud Agency, Rosebud, South Dakota.
    This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation, or commitment by the Bureau of Indian Affairs (BIA).
    Sources Sought Notice Number: DOIAFBO260027
    This notice is intended strictly for market research to determine the availability of Indian Small Businesses Economic Enterprise (ISBEE), Indian Economic Enterprises (IEE), or Other Small Businesses.
    Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 238910, Site Preparation Contractors - other relevant NAICS codes will be considered based on responses received (laboratory supplies, etc.)

    1.0 BACKGROUND

    The Rosebud Quarters demolition project involves a structure located at Rosebud, South Dakota.
    The structure at this location is a single-family housing unit that has been subjected to fire damage and is in a state of deterioration. The structure shall be completely demolished and removed from the site and demolition materials delivered to an appropriate landfill in accordance with the attached drawings and specifications. The site shall be restored to a natural condition to match the surrounding landscape.
    2.0 SCOPE

    The purpose of this project is to demolish the existing structure and restore the site to a natural environmental condition.

    The requirement includes the following work:
    Demolition of Building 28 in Rosebud, South Dakota. The site consists of bulldozed stone walls and debris remaining after the structural fire. All fire-related debris shall be excavated and removed from the site and the site backfilled and restored to a natural condition. The Contractor shall provide all associated work as shown in the Statement of Work (SOW), Drawings, and Specifications.

    The Contractor shall furnish all materials, supplies, equipment, transportation, and personnel for a complete and fully restored site as described in the SOW, Drawings, and Specifications.
    3.0 TYPE OF CONTRACT
    This is a firm fixed price contract.
    4.0 ANTICIPATED PERIOD OF PERFORMANCE
    The period of performance of this contract is ninety (90) days from the date of issuance.
    5.0 PLACE OF PERFORMANCE
    Building 28 located at Rosebud Agency, Rosebud, South Dakota.
    6.0 PAYMENT
    1. The Government will pay the Contractor a fixed price, as indicted below, which will constitute full compensation for all Contractor professional and incidental services, travel expenses, and materials necessary to furnish complete project as required and specified in this SOW, Drawings, and Specifications.
    2. Progress payments will be paid following acceptance by the Government of that particular schedule item and a properly submitted and approved invoice.

    ADDITIONAL INFORMATION:
    A. Anticipated Period of Performance:
    Period of Performance: 5/15/2026 through 8/15/2026.
    B. Capability Statement/Information:
    Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm¿s own risk. The following information shall be included in the capability statement:
    1. A general overview of the respondents' opinions about the difficulty and/or feasibility of the potential requirement, and any information regarding innovative ideas or concepts.
    2. Information in sufficient detail of the respondent's (a) current capability and capacity to perform the work; (b) prior completed events of similar nature/size; (c) organizational experience and management capability; and (d) examples of prior completed Government contracts and other related information.
    3. Documentation on the capability of fulfilling this requirement. Evidence of an Offerors ability to fully satisfy the requirements described above must be provided.
    4. The respondents' UEI number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) Pursuant to the North American Industry Classification System (NAICS) code: 238910, Site Preparation Contractors, or comparable NAICS.
    5. Any other information that may be helpful in developing or finalizing the requirements of the potential acquisition.
    6. The capability statement shall not exceed 10 single-sided pages (including all attachments) presented in single-space and using a 12-point font size minimum, in either Microsoft Word or Adobe Portable Document Format (PDF), with 8-1/2 by 11-inch paper size, and 1-inch top, bottom, left, and right margins.
    7. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern¿s name and address). Responses will be reviewed only by BIA personnel and will be held in a confidential manner.
    C. Closing Statement:
    Point of Contact: Thomas Tortorella, Contracting Officer, thomas.tortorella@bia.gov
    Submission Instructions:
    Interested parties shall submit capability via e-mail to Thomas Tortorella, Contracting Officer, at thomas.tortorella@bia.gov. Please include Sources Sought Number DOIAFBO260027 in the Subject line. The due date for receipt of statements is 10 March 2026 12:00 p.m. Eastern Standard Time (EST).
    All responses must be received by the specified due date and time in order to be considered.
    This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of BIA.
    BIA does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, BIA may issue a Request for Quote (RFQ)/Request for Proposal (RFP).
    THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against the BIA shall arise as a result of a response to this notice or BIA¿s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.
    Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization¿s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
    Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response.

    Key dates

    1. March 4, 2026Posted Date
    2. March 10, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    P--SOURCES SOUGHT: DEMOLITION & DISPOSAL, ROSEBUD, SD is a federal acquisition solicitation issued by DEPARTMENT OF THE INTERIOR. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.