F5 Web App Firewall Licenses, Brand Name Only
ID: 140A1625Q0030Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 1:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for F5 Web Application Firewall Licenses, with a focus on brand name products only. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to provide essential licensing and network support services for F5 technology, which is critical for enhancing cybersecurity measures within federal operations. The anticipated contract will span three years, beginning on June 2, 2025, and will be awarded as a firm-fixed-price contract. Interested parties can reach out to Jeffrey Pearson at Jeffrey.Pearson@bia.gov or call 571-560-0519 for further details and submission requirements.

Point(s) of Contact
Files
Title
Posted
This document outlines the justifications required by contracting officers for actions involving governmental acquisitions that do not adhere to full and open competition. It includes an assurance of fair and reasonable anticipated costs to the government and mandates the documentation of market research findings or statements explaining the absence of such research. Additional requirements include a list of interested sources regarding the acquisition and measures to eliminate barriers to competition in future procurements. The document concludes with attestations from the originating office and the contracting officer confirming the accuracy and completeness of the justification provided. This framework is crucial for ensuring transparency, accountability, and adherence to competitive principles in government contracting processes.
This document outlines the self-certification process for Offerors under the Buy Indian Act (25 U.S.C. 47), confirming that the entity qualifies as an "Indian Economic Enterprise" (IEE) according to the Department of the Interior Acquisition Regulation (DIAR) Part 1480. The IEE must meet specific criteria at three key points: when submitting an offer, at contract award, and throughout the contract's duration. Contracting Officers have the authority to request additional eligibility documentation during the acquisition process. Submission of false information is a violation of law, with penalties under 18 U.S.C. 1001 and 31 U.S.C. 3729-3731. The document includes an Indian Affairs Economic Enterprise Representation Form requiring details such as the name of the Tribal entity, Unique Entity ID (UEI), legal business name, and ownership information. This file is crucial for ensuring compliance and integrity in contracting with Indian Economic Enterprises under federal RFPs and grants, emphasizing the importance of accurate representations to uphold the law and support federal contracting goals.
Mar 18, 2025, 9:07 PM UTC
The document outlines a Request for Proposal (RFP) for the F5 Web Application Firewall for the Office of Information Technology. It delineates the acquisition process for commercial items according to federal regulations and specifies that this project is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs). The anticipated period of performance spans three years, starting from June 2, 2025, with a firm-fixed-price contract anticipated. Key deliverables include various licensing products and network support services for F5 technology. The RFP includes detailed instructions for offerors regarding submission requirements, evaluation criteria, and compliance with federal acquisition terms and conditions. Specific clauses relevant to the procurement process, including prohibitions against certain telecommunications equipment and requirements for electronic payment systems, are reiterated. This structured solicitation is designed to promote participation from eligible small businesses while ensuring adherence to the standards and regulations governing federal acquisitions. The emphasis is on facilitating competitive responses while safeguarding governmental and national interests through stipulated compliance measures.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Network Switches for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of network switches to enhance its IT and telecom infrastructure. This opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to fulfill the Bureau's requirements for upgraded network capabilities, primarily involving Cisco Catalyst 9300 series switches and related components. The contract will be structured as a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeline of 90 days post-award, and emphasizes compliance with applicable Federal Acquisition Regulations to promote small business participation. Interested vendors can contact Maggie Main at maggie.main@bia.gov for further details, and must ensure their proposals are complete and submitted by the specified deadlines.
7A--Drilling Data Subscription for OTS DEMD
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for a Drilling Data Subscription service to support the Office of Trust Services (OTS) and its Division of Energy and Mineral Development (DEMD). This contract aims to provide comprehensive well drilling information, including real-time rig updates, well locations, production data, and permitting details, all accessible through a user-friendly web platform. The service is crucial for aiding Tribes and Tribal entities in leveraging energy and mineral resources for economic development, aligning with federal mandates under the Energy Policy Act of 1992 and the Indian Mineral Development Act of 1982. The contract is set for a base period from March 1, 2025, to February 28, 2026, with options extending through February 28, 2030. Interested small businesses must submit their proposals by April 7, 2025, and can contact Michael Furey at michael.furey@bia.gov for further information.
Graykey Software License and Unit-OJS/MMU
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of Graykey Premier Software Licenses for the Office of Justice Services' Missing and Murdered Unit. This opportunity is fully set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to acquire specialized forensic software necessary for digital extractions from mobile devices, emphasizing the unique capabilities of the Graykey brand. The anticipated delivery period for the software spans from May 1, 2025, to April 30, 2026, with options for two additional years, and interested vendors must submit their quotes by April 7, 2025, while ensuring compliance with federal regulations. For further inquiries, potential bidders can contact Lara Wood at lara.wood@bia.gov.
BIE Chinle Agency Fencing Installation
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the installation of a chain-link fence and two gates at the Bureau of Indian Education's Chinle Agency in Arizona. The project entails erecting 1,995 linear feet of commercial-grade chain-link fencing to enhance security and protect property from vandalism and break-ins. This initiative is crucial for ensuring a safe environment for BIE operations and reflects the government's commitment to supporting Indian Economic Enterprises, as the solicitation is set aside for 100% Indian Small Business Economic Enterprises (ISBEE). Interested contractors must submit their proposals by the end of April 2025, with an estimated project value between $100,000 and $250,000. For further inquiries, potential bidders can contact Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933.
59--FY-25 Electrical Materials
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for the procurement of electrical materials under the solicitation titled "FY-25 Electrical Materials." This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to acquire a variety of electrical components and supplies essential for infrastructure projects, including cables, insulators, and safety equipment. The procurement is crucial for enhancing operational efficiencies within the BIA's initiatives, supporting infrastructure upgrades and maintenance efforts. Interested vendors must submit their quotes by April 7, 2025, at 9:00 AM MD time, and can direct inquiries to the primary contact, Randall Brown, at Randall.Brown@bia.gov or by phone at 520-723-6208.
BIG-IP Software
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) in Dahlgren, Virginia, is seeking proposals for the procurement of F5 BIG-IP software and related services. This solicitation, identified as N0017825Q6750, specifically requests brand name products, including hardware and licenses, to ensure compatibility and functionality within existing systems. The selected software is critical for maintaining operational integrity and preventing potential system malfunctions. Proposals are due by April 8, 2025, with an anticipated award date later that month. Interested vendors must contact Keith Aubert at keith.m.aubert2.civ@us.navy.mil or call 540-742-8886 for further details and must be registered in the System for Award Management (SAM) to be eligible for award.
H--NMNS/ANNUAL PM/INSPECT FIRE RATED DOORS
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting proposals for the annual preventive maintenance and inspection of fire-rated doors across six educational facilities in New Mexico. This procurement aims to ensure compliance with safety regulations, including NFPA 80 standards, and is limited to Indian Economic Enterprises (IEE) as part of the Indian Economic Enterprise set-aside program. The contract, which is expected to span from May 1, 2025, to April 30, 2030, includes multiple option years and requires contractors to cover all necessary labor, materials, and travel expenses for thorough inspections. Interested parties should contact Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266, and note that the deadline for submitting offers has been extended to April 7, 2025, at 5:00 PM MDT.
Book Displays for Tuba City Boarding School
Buyer not available
The U.S. Department of the Interior, Bureau of Indian Affairs, is soliciting proposals for the procurement of book displays for the Tuba City Boarding School. The project specifically seeks to acquire commercial display bins and shelving through a Firm Fixed Price purchase order, which is set aside for Indian Small Business Economic Enterprises (ISBEE). These book displays are essential for enhancing the educational environment at the boarding school, facilitating better organization and accessibility of educational materials. Interested contractors must ensure delivery within 30 days after receipt of order and comply with federal regulations, including submission of electronic invoices and adherence to labor standards. For further inquiries, potential bidders can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
7A--Purchase proprietary Alden One software
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs' Western Region, is seeking to procure the proprietary Alden One software from Alden Systems, Inc. This software is intended to facilitate the San Carlos Irrigation Project (SCIP) in transitioning to a new mapping system while enhancing the management of utility pole attachments and improving revenue collection from unbilled attachments. The Alden One software will provide SCIP with real-time data crucial for reporting and tracking, ultimately contributing to a more predictable revenue stream. Interested firms may submit a capability statement and pricing by April 15, 2025, at 9:00 a.m. For inquiries, contact Randall Brown at Randall.Brown@bia.gov or call (520) 723-6208. The procurement is classified as a simplified acquisition, with a performance period of one base year plus four option years.
68--PROPANE
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking qualified Indian Economic Enterprises (IEE) to provide propane delivery services at the Truxton Canon Agency in Arizona. The procurement aims to ensure an uninterrupted supply of liquefied propane gas (LP gas) to support the operations of federally owned facilities, with responsibilities including regular tank inspections, maintenance, and repairs of associated equipment. This contract is crucial for maintaining reliable utility services at multiple locations, including Valentine, Peach Springs, and Supai, and is scheduled to run from April 1, 2025, to September 30, 2025. Interested vendors must submit their responses by April 10, 2025, at 5:00 PM Pacific Time, via email to Danielle Bitsilly at danielle.bitsilly@bia.gov, and comply with registration requirements in the System for Award Management (SAM) database.