For Sale

Houses for Sale – 20% Price Reduction on all houses!

Must be moved. Call Shorty at 907-545-3157 for prices. (18)(6/2-cnx) 

For Sale: Small House 22 by 20 must be moved $14000. 545-0929 (12)(3/3-cnx)

For Sale:

Hitzer Amish built woodstoves. UHMW Plastic sled runners. 543-2379. (11)(3/1-cnx)

FOR SALE

300 Gallon Plastic Water Tanks in stock. Call Shorty at Shorty’s Shop for pricing. 543-3158 or 545-3157 (19)(9/18-cnx)

For Sale: Plastic Water Tanks

Only 31” wide, 70” high, 74” long. 500 Gallons, easily connect two for 1000 gallons! Fits through most doors for easy installation. Contact Shorty for pricing and information (907) 545-3157. (35)(6/21-cnx)

4.9 Acres Fishcamp Land for Sale. 1-907-545-0103. (7)(5/19-cnx)

Haroldsen Estates view lot $21,000. 907-277-4608, Holitna acreage. (8)(12/8-cnx)

For Rent

OUTSIDE STORAGE SPACE FOR RENT. EQUIPMENT, BOATS OR VEHICLES. NEAR BOAT HARBOR. FENCED IN AREA. 543-2402. (16)(3/17-cnx)

Real Estate

House for Sale

Rent to Buy. $400,000. 4 bedroom, 1 bedroom guest house. Storage. In Uivik Sub. (213) 587-1882 (19)(10/20-cnx)

Kasayuli Subdivision Lots for sale in Bethel. Contact 907-545-8548 or [email protected] (11)(4/20-5/11)

Employment

Looking to Hire 2 Carpenters

Pay Rate D.O.E. Summer and Fall Season. Send your resume to [email protected]. More info to call listed phone number below.

Joe Pete/ Apollo Home Solutions, LLC, 907-545-6762 (32)(7/21-cnx)

AVCP Regional Housing Authority is looking for qualifying applicants for the following:

ERAP Coordinator

Director of Program Administration

Inventory Control Specialist

Compliance Officer

Open until filled

Contact our office at (907)543-3121 or email [email protected] for a full job description and a job application. (43)(5/4-25)

Request for Proposals

REQUEST FOR PROPOSALS

The Association of Village Council Presidents Regional Housing Authority (AVCP RHA) is accepting written proposals to conduct an Annual Evaluation as required under 24CFR part 1000 for Self-Monitoring and Evaluation of AVCP RHA, Tribally Designed Housing Entity (TDHE) in the AVCP region.

AVCP RHA will receive sealed proposals in duplicate. The proposal as described herein must be submitted no later than July 15, 2022 at 3:00 PM, Alaska Standard Time, at the office of AVCP RHA, 411 Ptarmigan Street, P.O. Box 767, Bethel, AK 99559.

For a copy of the RFP contact Susan Pleasant, Administrative Assistant, CEO and Board, at (907) 543-3121. (105)(5/4-7/6)

REQUEST FOR PROPOSAL NO. 05032022

TO: Potential Construction bidders

FROM: Administration Office

Bethel Family Clinic

631 4th Avenue

P.O. Box 1908

Bethel, AK 99559

SUBMISSION OF PROPOSAL:

M. Enayet U Chowdhury (Enam), BBA, MBA

Chief Executive Officer/ Executive Director

Bethel Family Clinic

6314th Avenue, P.O. Box 1908

Bethel, AK 99559

Or via email: [email protected]

ACTION REQUIRED: RFP (request for proposal) for building construction for Bethel Family Clinic: – 631 4th Ave (Administration and behavioral health)

INTRODUCTION: Bethel Family Clinic is a Federally Qualified Health Center which receives HHS funding and has Federal Public Health Services (PHS) deemed status with respect to certain health or health related claims, including medical malpractice claims, for itself and its covered individuals. The service area is in the Yukon and Kuskokwim Delta area located in remote Southwestern Alaska. The Bethel/Kusilvak census units cover 87,828 square miles.

PROJECT GOAL: Bethel Family Clinic submits this request for proposals for Infrastructure Support and is accepting proposals in response to this request.

Our goals are:

1. Building constructions for 6314th Avenue: –

Check/repair/upgrade building foundation. Building foundation raise and leveling. ADA compliant entrance and parking lot. ADA compliant restrooms. Check/repair/upgrade zone values. Other ADA compliant improvements for the building. Check/repair/upgrade water tank room. Check/repair/upgrade all plumbing. Check/repair/upgrade all electrical fixtures/switches. Check/repair locks and properly secure all entry doors of the building. Potential setup of Dental facility to the second floor of the building.

INSPECTION: All potential bidders are allowed to inspect the above mentioned 1 (one) location during the following day and times. Appointments must be made 48 hours in advance with Mr. Shadi Rabi, Operations Director who can be reached at 907-543-9858 or [email protected].

Tuesday: 10a to 11a. 3p to 4p.

Wednesday: 10a to 11a. 3p to 4p.

Thursday: 10a to 11a. 3p to 4p.

All other inquiries from prospective bidders shall be made in writing and submitted to Mr. Shadi Rabi at [email protected]. Please reference “Request for Proposal No. 0503202211 in the subject line of the email.

RFP & PROJECT TIMELINES:

1. Request for Proposal submission due date May 20, 2022.

2. Selection of top bidders/unsuccessful bidders: May 30, 2022.

3. Start of negotiation: May 31st, 2022.

4. Contract Award: June 10, 2022

BUDGET: Total project cost not to exceed $538,951 (Five Hundred Thirty-Eight Thousand Nine Hundred and Fifty-One Dollars}.

SUBMISSION GUIDELINES: The following submission guidelines apply to this request for

proposal.

1. First and foremost, only qualified individuals or firms with prior experience on projects such as this should submit proposals in response to this request for proposal.

2. Bidders intent on submitting a proposal should provide their bid no later than close of business (5:00 p.m.) on May 20th via email to [email protected] and reference “Request for Proposal No. 05032022” in the subject line of the email.

3. Bidders must list at least 2 (two} projects that are substantially similar to this project as part of their response, including references for each. Examples of work should be provided as well.

4. A technical proposal must be provided that is not more than 1 (one) page. This technical proposal must provide an overview of the proposed solution as well as resumes of all key personnel performing the work. In addition, the technical proposal should provide a proposal schedule and milestone’s as applicable.

5. A price proposal must be provided that is no more than 1 (one) page. The price proposal should indicate the overall cost breakdown for the project.

6. Proposal must be signed by a team member who is authorized to commit on behalf of the bidding company.

7. lf the bidder has a standard set of terms and conditions please submit them with the bid proposal. All terms and conditions are subject to negotiation.

8. Proposal must remain valid for a period of 90 (ninety) days.

9. Bethel Family Clinic anticipates selecting at least 2 (two) individuals or firms to have more in depth discussions with and walk around the facility, and will make an award to one of those “down-selected” individuals or firms.

MISCELLANEOUS PROVISIONS TO BE RECOGNIZED AND FOLLOWED BY PROSPECTIVE BIDDERS:

1. Employees of Bethel Family Clinic will not participate in the request for proposal selection process when those employees have a relationship with a person or business entity submitting a proposal. Any person or business entity submitting a proposal who has such a relationship with an employee of Bethel Family Clinic who may be involved in the selection process shall advise of the name of the employee in their proposal.

2. Proposals may be evaluated using the following criteria (note that there is no value or ranking implied in the order of this list): demonstrated ability to perform the services described; experience; qualifications and expertise; budget; a demonstrated history of providing similar services; completeness of proposal; the locality of the proposer; and any other factors the evaluation committee deems relevant.

3. Bethel Family Clinic reserves the right, in their sole discretion, to take any of the following actions: waive informalities or minor irregularities in any proposals received, reject proposals, cancel this request for proposal, notice changes to deadlines, or modify and re-issue this request for proposal. Failure to furnish all information requested or to follow the format requested herein may disqualify the proposer, in the sole discretion of Bethel Family Clinic. False, incomplete, misleading or unresponsive statements in a proposal may also be sufficient cause for a proposal’s rejection.

4. Bethel Family Clinic may, during the evaluation process, request from any proposer additional information which it deems necessary to determine the proposer’s ability to perform the required services. If such information is requested, the proposer shall be permitted three (3) business days to submit the information requested.

5. Expenditures from this contract involve federal funds. As part of its request for proposal, Bidders shall attest and affirm that none of its principals, corporate officers, employees, or agents are listed on the General Services Administration’s List of Parties Excluded from Federal Procurement or Nonprocurement Programs. Additionally, bidders shall attest and affirm that none of its principals, corporate officers, employees, or agent’s entities have been debarred or suspended from doing business with the federal government. Bidders shall submit a signed copy of Appendix A to their bid.

6. Insurance: Proposals shall include a statement that the bidder has and will maintain in force at all times during the performance of services under this contract, the following policies of insurance: Workers’ Compensation Insurance; and Commercial General Liability Insurance. Proposals shall also include coverage amounts and the name of the insurer(s). Proposals shall also include proof of insurance necessary to operate under Bethel Municipal Code.

7. Prevailing bidder will accept contract provisions in accordance with the American Rescue Plan Act (P.L. 117-2)(if required), Health Resources and Services Administration statutory requirements (if required), 45 CFR Part 75, Federal HHS Grants Policy Statements, and Federal Award Performance Goals.

8. In connection with the provision of services, Bethel Family Clinic and successful bidder will agree to comply with the following federal requirements, to the extent that such requirements are applicable. Successful Bidder shall notify the Bethel Family Clinic immediately if it has reason to believe that there may have been a violation of any of the following provisions:

i. Equal Employment Opportunity-E.O. 11246, “Equal Employment Opportunity,” as amended by E.O. 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and as supplemented by regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The Civil Rights Act of 1964 and all other federal, state or local laws, rules and orders prohibiting discrimination.

ii. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352, see also 45 C.F.R. part 82 and part 93)­ if Contract is for amount in excess of $100,000, Successful Bidder agrees to file the required certification with the Bethel Family Clinic. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the recipient.

Thanks, and best regards,

M. Enayet U. Chowdhury (Enam)p, BBA, MBA

Chief Executive Officer/ Executive Director

APPENDIX A TO REQUEST FOR PROPOSAL NO. 05032022

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY:

By signing and submitting this proposal to Bethel Family Clinic; the prospective bidder certifies to the best of its knowledge and belief that:

1. none of its principals, corporate officers; employees, or agents are listed on the General Services Administration’s List of Parties Excluded from Federal Procurement or Nonprocurement Programs.

2. none of its principals, corporate officers, employees, or agent’s entities are presently debarred; suspended; proposed for debarment, declared ineligible, or voluntarily excluded from participation in Federal Contracting by any federal department or agency.

The prospective bidder further agrees by submitting this proposal that it will include this Appendix A without modification in all lower tier transactions in the event of contract award.

Authorized Signature Date (1551)(5/11-18)

Public Notice

VFW MEMBERSHIP Freedom isn’t free, and millions of Americans have paid the price for the freedom we enjoy today. Since 1899, the Veterans of Foreign Wars has served those who served America. From writing veterans legislation and then leading the fight to get it through Congress, to community projects that benefit all Americans, the VFW is an opportunity for veterans to continue to serve. Contact the VFW Robert V. Lindsey Post #10041 at 543-2241 and ask what you can do for your community. (83)(3/26-cnx)

4310-JA

DEPARTMENT OF THE INTERIOR

Bureau of Land Management

[21XLLAKA01000 L1440000.EQ0000.241A; AA-094281]

Notice of Realty Action:  Proposed Non-Competitive Lease of Public Land in the Kusilvak (formerly Wade Hampton) Census Area, Alaska

AGENCY:  Bureau of Land Management, Interior.

ACTION:  Notice of Realty Action.

SUMMARY:  The Bureau of Land Management (BLM), Anchorage Field Office, proposes to issue a non-competitive lease to Jonathan Penz (applicant) across 0.5-acres of public land in the Kusilvak Census Area, Alaska, for commercial purposes.  The BLM Bering Sea-Western Interior Resource Management Plan, approved in January 2021, allows land use leases to be authorized on the subject parcel.  The lease would be authorized pursuant to Section 302 of the Federal Land Policy and Management Act of 1976, as amended (FLPMA), and processed in accordance with BLM regulations.

DATES:  Submit written comments regarding this proposed lease by [INSERT DATE 30 DAYS AFTER DATE OF PUBLICATION IN THE FEDERAL REGISTER].

ADDRESSES:  Only written comments submitted by postal service or overnight mail will be considered as properly filed.  Send comments to:  Field Manager, BLM Anchorage Field Office, 4700 BLM Road, Anchorage, Alaska 99507.  Electronic mail, facsimile, or telephone comments will not be considered properly filed.

FOR FURTHER INFORMATION CONTACT:  Thomas Sparks, Associate Field Manager, BLM Anchorage Field Office, telephone: (907) 443-2177, email: [email protected].  Individuals in the United States who are deaf, deafblind, hard of hearing, or have a speech disability may dial 711 (TTY, TDD, or TeleBraille) to access telecommunications relay services. Individuals outside the United States should use the relay services offered within their country to make international calls to the point-of-contact in the United States.

SUPPLEMENTARY INFORMATION:  The subject parcel was developed by the applicant’s late father, which was previously authorized under a BLM lease (AA-59715).  The lease expired but has not been re-authorized.  The applicant has been working cooperatively with the BLM to obtain a new authorization.  The lease would allow for continued operations of a fuel-storage site at a rental rate of $335 per year (subject to Fair Market Value increases).  This current rental rate is based on the Small Use Fee Schedule for remote parcels of land in Alaska, dated July 28, 2020, which was determined by the Department of the Interior – Appraisal and Valuation Services.

The subject lease parcel is isolated from other BLM managed lands and is surrounded by lands previously transferred to the Russian Mission Native Corporation pursuant to the Alaska Native Claims Settlement Act of December 18, 1971.  The lease is located approximately 4.6 miles from Russian Mission, Alaska, and is on Federals located within:

Seward Meridian, Alaska

T. 20 N., R.67 W.,

sec. 1, lot 9

The lease can be more particularly described as follows:

BEGINNING at Corner No. 1, at Latitude 61º 51’ 13.25” North, Longitude 161º 20’ 01.50” West, (WGS 84), not monumented, approximately 4.6 miles north of Russian Mission, Alaska;  THENCE, North 12º 48’ 28.28” East, a distance of 150.00 feet to Corner No. 2, not monumented;  THENCE North 77º 11’ 31.72” West, a distance of 150.00 feet to Corner No. 3, not monumented;  THENCE South 12º 48’ 28.28” West, a distance of 150.00 feet to Corner No. 4, not monumented;  THENCE South 77º 11’ 31.72” East, a distance of 150.00 feet to Corner No. 1, at the POINT OF BEGINNING, 0.5 acres, more or less.  BASIS OF BEARING:  The Bearings herein are referenced to the true meridian.

Information and documentation regarding the lease proposal, including the National Environmental Policy Act assessment, is available at the BLM Anchorage Field Office (see ADDRESSES section).  The BLM will not make a final decision on the lease until all required analyses are completed.  If authorized, the lease would be subject to provisions of the FLPMA, all applicable regulations of the Secretary of the Interior, including but not limited to 43 CFR part 2920, and valid existing rights.

Interested persons may submit comments regarding the decision to issue a land lease and whether the BLM followed proper administrative procedures in reaching the establishment of a land lease interest.  Before including your address, phone number, email address, or other personal identifying information in your comment, you should be aware that your entire comment – including your personal identifying information – may be made publicly available at any time.  While you can ask us in your comment to withhold your personal identifying information from public review, we cannot guarantee that we will be able to do so.

Adverse comments will be treated as protests to the decision and will be reviewed by the BLM Alaska State Director, who may sustain, vacate, or modify the realty action.  In the absence of any adverse comments, the decision will become effective May 31, 2022.  

(Authority: 43 CFR 2920)

Thomas Heinlein,

State Director (Acting).

[FR Doc. 2022-09015 Filed 4-27-22; 8:45 am] (791)(5/4-11)

Date of First Publication: May 4, 2022

NOTICE TO PUBLIC OF A FINDING OF NO SIGNIFICANT IMPACT ON THE ENVIRONMENT

Alaska Housing Finance Corporation (“Corporation”) on behalf of the State of Alaska

(Name of Responsible Entity)

4300 Boniface Parkway, PO Box 101020, Anchorage, Alaska, 99510-1020.  

Local telephone is (907) 338-6100 

Toll free telephone is (800) 478-2432 

(Address, Zip Code and Telephone Number of Responsible Entity)

Bryan D. Butcher, Executive Director/CEO

(Name of Chief Executive Officer of Responsible Entity)

TO ALL INTERESTED AGENCIES, GROUPS AND PERSONS

The above-named Corporation on behalf of the State of Alaska proposes to request the U.S. Department of Housing and Urban Development (HUD) to release Federal funds under the Home Investment Partnerships Program for the following project:

Bethel Housing First

(Project Title or Name)

New Construction of Permanent Supportive Housing

(Nature of Project)

Bethel, Bethel CA, Alaska

(Location-City, Borough / Census Area, State of Project)

$6,528,146

(Estimated Cost of Project)

It has been determined that such requests for release of funds will not constitute an action significantly effecting the quality of the human environment and, accordingly, the above-named Corporation on behalf of the State of Alaska has decided not to prepare an Environmental Impact Statement under the National Environmental Policy Act of 1969.

An Environmental Review Record (ERR) pertaining to this project has been made by the above-named Corporation on behalf of the State of Alaska documenting the environmental review of the project and explains why such statement is not required.  This ERR is on file at the above address and is available for public examination upon request by emailing [email protected].

No further environmental review of such project is proposed to be conducted, prior to the request for release of funds.

All interested agencies, groups and persons disagreeing with this Finding of No Significant Impact decision are invited to submit written comments for consideration by the Corporation on behalf of the State of Alaska to the Planning Department.  All such written comments so received at AHFC, PO box 101020, Anchorage, AK 99510-1020 on or before May 19, 2022 will be considered and the Corporation on behalf of the State of Alaska will not request the release of Federal funds or take any administrative action pertaining to this project prior to the date specified in the preceding sentence.

NOTICE OF INTENT TO REQUEST RELEASE OF FUNDS

TO ALL INTERESTED AGENCIES, GROUPS AND PERSONS

On or about May 20, 2022 the Corporation on behalf of the State of Alaska will request the U.S. Department of Housing and Urban Development to release Federal funds for the project described above.  The Corporation on behalf of the State of Alaska is certifying to HUD that the Corporation and the chief executive officer, in his/her official capacity as Executive Director/CEO, consent to accept the jurisdiction of the Federal courts if all action is brought to enforce responsibilities in relation to environmental reviews, decision making, and action; and that these responsibilities have been satisfied.  The legal effect of the certification is that upon its approval, the Corporation, on behalf of the State of Alaska may use the Neighborhood Stabilization Program funds, and HUD will have satisfied its responsibilities under the National Environmental Policy Act of 1969 and related laws and authorities.  HUD will accept an objection to its approval of the release of funds and acceptance of the certification only if it is on one of the following bases: (a) That the certification was not in fact executed by the chief executive officer or other officer of the responsible entity approved by HUD, or (b) that the responsible entity’s Environmental Review Record for the project indicates omission of a required decision, finding or step applicable to the project in the environmental review process.  Objections to the Release of Funds must be prepared and submitted in accordance with the required procedure (24 CFR Part 58) and may be emailed to [email protected].  Objections on bases other than those stated above will not be considered by HUD. All objections must be received by HUD within 15 days from the time HUD receives the Responsible Entity’s request for release of funds and certification, or within the time period specified, whatever is later. (695)(5/11)