76--Intent to Sole Source BIE Curriculum
ID: DOIAFBO250001Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSINDIAN EDUCATION ACQUISITION OFFICEAlbuquerque, NM, 87104, USA

NAICS

Books Printing (323117)

PSC

BOOKS AND PAMPHLETS (7610)
Timeline
    Description

    The Bureau of Indian Affairs, specifically the Indian Education Acquisition Office, intends to sole source curriculum materials for Bureau of Indian Education (BIE) schools, as outlined in a special notice. This procurement is guided by a supplemental determination and findings (D&F) to ensure compliance with Public Law 114-95 (Every Student Succeeds Act), emphasizing the need for high-quality educational resources to support schools under BIE's jurisdiction. For fiscal year 2025, BIE anticipates over 115 procurement actions totaling more than $5.5 million, with the D&F remaining effective throughout the fiscal year and subject to annual review. Interested parties can direct inquiries to Mr. William Crowder at william.crowder@bie.edu by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Indian Education (BIE) is issuing a supplemental determination and findings (D&F) to establish guidelines for procuring school curriculum materials required to comply with Public Law 114-95 (Every Student Succeeds Act or ESSA). The BIE recognizes the ongoing need for high-quality educational resources to support schools under its jurisdiction. The key findings confirm the continued relevance and applicability of the original Class D&F from 2018, allowing for sole sourcing of curriculum materials when specific conditions are met, with an emphasis on maximizing competitive procurement. For the fiscal year 2025, BIE anticipates executing over 115 procurement actions totaling more than $5.5 million under these authorities. This D&F will remain effective throughout FY25 and will undergo an annual review. It serves as the sole public notification for such procurements unless additional legal notifications are mandated. Queries related to this process should be directed to Mr. William Crowder by the specified deadline. The document underscores BIE’s commitment to equitable educational opportunities while adhering to federal procurement regulations.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    7E--BIE Student IT Equipment BPA
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide IT equipment for Bureau of Indian Education (BIE) students through a Blanket Purchase Agreement (BPA). This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) and focuses on acquiring various Dell computers, monitors, and accessories over a five-year period, with an emphasis on supporting educational needs through reliable technology. Interested vendors must be approved federal resellers of Dell equipment, and proposals will be evaluated based on price fairness, with specific compliance requirements outlined under the Buy Indian Act. For further inquiries, vendors can contact Adam Lowery at Adam.Lowery@bia.gov or call 571-560-0622.
    DOOR CARD READERS
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting bids for the installation of 66 door card readers at the Flandreau Indian School in South Dakota. The project requires the selected contractor to provide all necessary materials, labor, and equipment to install E-Plex electronic wireless locks and Keyscan Aurora software, ensuring compliance with various safety and operational standards. This initiative is part of a broader federal effort to enhance security measures in educational institutions, reflecting the government's commitment to creating safe environments for students and staff. Interested contractors must submit proposals electronically by November 8, 2024, with an estimated project budget between $25,000 and $100,000, and are encouraged to attend a site visit on October 24, 2024. For further inquiries, contact Carolyn Sulla at carolyn.sulla@bie.edu.
    P--Environ. Sampling and Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is preparing to solicit proposals for Environmental Sampling and Remediation Services under a National Multiple Award Environmental Remediation Services IDIQ Contract, specifically targeting Indian-owned Small Business Economic Enterprises (ISBEEs). The procurement aims to award approximately three Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total maximum value of $45 million over a five-year period, to qualified contractors who will conduct environmental assessments, develop remediation plans, and execute remediation on properties owned by the BIA and other Department of the Interior (DOI) agencies across various locations in the United States. Interested ISBEEs must have a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) to participate, with the formal solicitation expected to be issued around September 23, 2024. For further inquiries, interested parties can contact Lara Wood at lara.wood@bia.gov.
    C--IE 150 SSIS LAGOON AERATOR
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the installation of a lagoon aerator system at St. Stephens Indian School in Riverton, Wyoming. The project aims to enhance the existing infrastructure to support approximately 250 Native American students, requiring compliance with safety and quality standards, including the Davis-Bacon Act for wage determinations. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), with proposals due by November 8, 2024, and an estimated project cost ranging from $25,000 to $100,000. Interested contractors should contact Carolyn Sulla at carolyn.sulla@bie.edu for further details and ensure they meet all compliance requirements outlined in the solicitation documents.
    DoDEA Grades 6-12 Science Instructional Resources
    Active
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking qualified vendors to provide evidence-based instructional resources for grades 6-12, aligned with the Next Generation Science Standards (NGSS), for the 2024-25 school year. The procurement aims to support over 67,000 military-connected students across 161 schools worldwide by delivering comprehensive physical and digital educational materials, laboratory kits, assessments, and professional learning opportunities that enhance student and teacher engagement in scientific concepts. This initiative is crucial for ensuring high-quality educational resources that facilitate seamless transitions for military-dependent students while meeting rigorous academic standards in science education. Interested parties must submit a Capabilities Statement by October 21, 2024, to the designated contacts, Mumbi Mutala (mumbi.mutala@dodea.edu) and Laura Manuel (laura.manuel@dodea.edu), as this is a Sources Sought notice and not a solicitation.
    Z--CRIP Main Canal Checks with Lateral 73
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is soliciting bids for the Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73, focusing on the construction and rehabilitation of critical irrigation infrastructure in La Paz County, Arizona. The project involves replacing and rehabilitating several check structures, including the installation of new hydraulic and electrical systems, while ensuring minimal disruption to ongoing irrigation operations. This initiative is vital for enhancing water management and irrigation efficiency within Indigenous territories, reflecting the government's commitment to sustainable resource management. Interested contractors must submit their proposals by November 1, 2024, with a pre-proposal conference scheduled for October 8, 2024, and can direct inquiries to William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
    F--Environmental Consulting Services/Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking responses for environmental consulting and remediation services focused on the preservation of historical federal paper records at their Western Nevada Agency in Carson City. The primary objective is to inspect, test, and remediate potentially contaminated documents categorized as "records in jeopardy," which include 15 oversized ledger books and 15 one-cubic-foot boxes of standard paper records that may be affected by dust, mold, insects, or vermin. This initiative underscores the BIA's commitment to effective records management and preservation, ensuring the longevity and accessibility of important historical documents. Interested vendors must submit their capabilities statements, including a Unique Entity Identification (UEI) number and a summary of similar projects, by 12:00 p.m. Pacific Time on October 18, 2024, to Melanie.Schiaveto@bia.gov.
    BPA - Educational Support Services PSC U001, U002, U004 -U006, U008, U009, U012, U014, U099
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Educational Support Services, specifically in areas such as training lectures, personnel testing, and curriculum development. The procurement aims to engage small businesses that can provide competitive pricing for a range of educational services, which are essential for enhancing the capabilities and training of personnel within the Navy. Interested vendors must submit documentation demonstrating their capabilities, including past performance references, by April 30 for June awards or October 31 for December awards, with contact points available for further inquiries at barbara.j.grinder.civ@us.navy.mil and brandi.l.sorzano.civ@us.navy.mil.
    In accordance with FAR 6.302-1, NAVSUP Fleet Logistics Center Norfolk, Groton Office intends to award a Sole Source Firm Fixed Price Contract to The Computing Technology Industry Association, Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, Groton Office, intends to award a Sole Source Firm Fixed Price Contract to The Computing Technology Industry Association, Inc. for the provision of CompTIA Core 1 and Core 2 Student Guide eBooks and Instructor Guide eBooks. This procurement is critical for supporting educational initiatives related to CompTIA certification, which is essential for IT professionals seeking to enhance their skills and credentials. Interested parties may challenge this sole source determination by submitting written documentation to kelly.polson@navy.mil, demonstrating the availability of equivalent products, with the Government retaining discretion over the final decision. No proposals or quotations are being requested at this time, and the notice serves as a formal announcement of intent rather than a solicitation.
    OMB Super Circular Training
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Office, is seeking a contractor to provide training on the OMB Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, commonly known as the "Super Circular." This training is essential for ensuring compliance with federal regulations and will cater to a maximum of 60 participants, with a focus on delivering customized content to accommodate varying experience levels. The contract is a total small business set-aside, with proposals due by October 21, 2024, and the performance period extending from November 1, 2024, to October 31, 2026. Interested contractors can reach out to Michelle James at michelle.james@ihs.gov or by phone at 928-871-5841 for further details.