Transcription Services - Office of Justice Service
ID: 140A1625Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSCENTRAL OFFICERESTON, VA, 20192, USA

NAICS

Document Preparation Services (561410)

PSC

SUPPORT- ADMINISTRATIVE: TRANSCRIPTION (R603)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for transcription services for the Office of Justice Services – Internal Affairs Division. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 561410, with a total budget of $15 million for a Firm-Fixed-Price purchase order. The services are crucial for maintaining accurate records and compliance with federal regulations, ensuring that all materials meet accessibility standards as outlined in Section 508 of the Rehabilitation Act. Interested vendors should contact Nancy Shah at Nancy.Shah@bia.gov or call 703-390-6728, with the performance period anticipated from January 1, 2025, to December 31, 2025, and options for four additional years.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a Request for Proposal (RFP) for transcription services needed by the Office of Justice Services – Internal Affairs. It outlines a Firm-Fixed-Price (FFP) purchase order specifically set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 561410, with a budget of $15 million. The anticipated performance period spans from January 1, 2025, to December 31, 2025, with options for four additional years. Specifications detail the transcription requirements, including the expected price per audio minute for each option year. The document also incorporates relevant Federal Acquisition Regulation (FAR) and Department of the Interior Acquisition Regulation (DIAR) clauses, ensuring compliance with various federal procurement laws. Contractor obligations include submitting invoices electronically, abiding by established labor standards, and ensuring all materials meet accessibility provisions as per Section 508 of the Rehabilitation Act. The RFP emphasizes the importance of maintaining accurate records and following government procurement guidelines while addressing contractor performance assessments and the process for evaluating past performances. The structured document highlights a comprehensive framework for vendors interested in providing the required services, reinforcing the federal government's commitment to supporting small businesses while ensuring accountability and compliance in procurement practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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 proposals for a Blanket Purchase Agreement (BPA) to supply IT equipment for Bureau of Indian Education (BIE) students. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) and focuses on acquiring specific makes and models of Dell computers and related accessories, with delivery on a FOB Destination basis within the Continental United States. The BPA will span five years, with pricing evaluations based solely on price fairness and compliance with federal acquisition regulations. Interested vendors must submit their offers by October 31, 2024, at 2:00 PM EDT, and can direct inquiries to Adam Lowery at Adam.Lowery@bia.gov or by phone at 571-560-0622.
    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.
    VMWare ELA for OIT
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a VMware Enterprise License Agreement (ELA) to support the Office of Information Technology (OIT). This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance the government's IT capabilities through the acquisition of VMware products and associated consulting services. The contract will cover a base period from December 1, 2024, to November 30, 2025, with an option for an additional year, and includes a total of 528 hours for a Consulting Architect, 2240 hours for two Senior Consultants, and 528 hours for a Senior Project Manager. Interested parties can contact Lesly Hill at Lesly.Hill@bia.gov or by phone at 313-364-9251 for further details.
    BPA - Translation and Interpreting Service PSC R608
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Translation and Interpreting Services. This procurement aims to engage small businesses that can provide these essential services at competitive prices, with a focus on positive past performance as a key evaluation criterion. The services are critical for effective communication and operational support within the Department of the Navy. Interested vendors must submit their documentation and past performance references by April 30 for June awards or by October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    D--Synopsis
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking a contractor to enhance the Native American Student Information System (NASIS) for the Bureau of Indian Education (BIE). This sole-source contract aims to improve the collection and management of student data across 186 bureau-funded schools, which is crucial for enhancing student achievement and meeting federal reporting requirements. The existing NASIS has been operational since the 2006-2007 school year and serves students across 23 states, highlighting the importance of effective data management for educational stakeholders. The contract will be awarded as a Firm-Fixed-Price under FAR Part 13 for one year, with a completion target of January 17, 2025. Interested contractors must be registered on SAM.gov and specify the NAICS code 518210; for further inquiries, they can contact Nicole Rahmer at nicole.rahmer@bia.gov.
    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.
    J--Provide electrical line crew support services
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking Indian Small Business Economic Enterprises (ISBEEs) to provide electrical line crew support services. The procurement aims to establish multiple indefinite-quantity, indefinite-delivery contracts to assist with line crew operations, requiring interested vendors to possess an Arizona A-17 contractor's license and demonstrate a satisfactory performance record. This opportunity is crucial for maintaining and enhancing electrical infrastructure, particularly in the context of the San Carlos Irrigation Project, which is looking to update its electrical models and perform line construction tasks over a five-year period. Interested parties must respond via email to Randall Brown at Randall.Brown@bia.gov, providing their contractor's license number and capability statement, with inquiries accepted until April 15, 2024, and proposals due by May 4, 2024.
    National Indian Education Study: Support Services
    Active
    Education, Department Of
    The Department of Education is seeking qualified firms to provide support services for the National Indian Education Study (NIES), focusing on enhancing participation from Bureau of Indian Education (BIE) schools. The primary objectives include securing school cooperation, compiling essential data, and coordinating with various stakeholders to facilitate the study, which evaluates the academic achievements and experiences of American Indian and Alaska Native students. This initiative is part of broader efforts to improve educational outcomes for Native American students, aligning with Executive Order 14049. Interested vendors, specifically those registered in the Native 8(a) program, must submit capability statements by November 8, 2024, detailing their relevant experience and technical capabilities, with submissions directed to Dayna Myers at dayna.myers@ed.gov.
    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.
    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.