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
Nimble Storage for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of Nimble Storage solutions for its Office of Information Technology (OIT). This opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance the IT storage capabilities through the acquisition of various HPE storage products and accessories, ensuring compliance with federal contracting standards. Proposals must be submitted by April 1, 2025, with a firm-fixed-price purchase order anticipated, and delivery of the products is expected within 90 days post-award to the Bureau's location in Albuquerque, NM. Interested vendors can reach out to Maggie Main at maggie.main@bia.gov for further inquiries.
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.
FIRE RATED COUNTER DOORS
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting bids for the installation of fire-rated rolling counter doors at its Anadarko Agency in Oklahoma, under project number 140A0325Q0005. The project involves the demolition of existing structures, installation of new fire-rated doors compliant with NFPA 80 standards, and associated electrical work, with all materials required to be brand new. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), with an estimated contract value between $25,000 and $100,000, and bids are due by May 12, 2025, with an anticipated award date of June 1, 2025. Interested contractors should contact Jocelyn Littlechief at Jocelyn.LittleChief@bia.gov or call 405-247-1527 for further details.
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.
TETON HERBICIDE FY 2025
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of Teton Herbicide as part of the Fort Hall Irrigation Project for fiscal year 2025. This acquisition is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 325320, focusing on the need for aquatic herbicides to control vegetation that obstructs irrigation water flow. The Teton Herbicide is uniquely qualified for this purpose, being the only EPA-approved product containing Salt of Endothall, making its timely application critical to avoid legal repercussions. Proposals are due by April 10, 2025, with a delivery deadline of 60 days post-award. Interested vendors can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or by phone at 571-560-0519 for further information.
Fire Prevention Service
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide fire prevention services at the Flandreau Indian School in South Dakota. The procurement involves comprehensive fire safety inspections, testing, maintenance, and emergency repairs for various fire safety equipment across 12 buildings, adhering to National Fire Protection Association (NFPA) codes and standards. This initiative is crucial for ensuring the safety and compliance of educational facilities on Native American reservations, with a total estimated contract value of $19.5 million. Interested parties must submit their proposals by April 11, 2025, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.
Headsets
Buyer not available
The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for the procurement of headsets for the Bureau of Indian Education, specifically for Turtle Mountain Elementary School in Belcourt, ND. This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), emphasizing the importance of supporting economic development within Indian communities while ensuring compliance with federal regulations. The contract will be awarded based on technical specifications and price reasonableness, with payment terms stipulating payment within 15 days post-delivery upon receipt of an acceptable invoice. Interested vendors should contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further details and to ensure compliance with the necessary self-certification requirements under the Buy Indian Act.
AQUATIC HERBICIDE
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of aquatic herbicides to support the Flathead Indian Irrigation Project. This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the government's commitment to fostering economic participation among indigenous businesses. The herbicides are critical for controlling aquatic vegetation that could obstruct irrigation water flow, thereby safeguarding agricultural operations and preventing potential legal claims against the government. Interested vendors should contact Brian Roberts at brian.roberts@bia.gov or call 503-231-2279 for further details, with proposals expected to be delivered within 60 days of award notification.
H--BOILER INSPECTION FOR NAVAJO REGIONAL
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services for the Navajo Regional, which includes annual external inspections of boilers and pressure vessels across sixty-six schools managed by the Bureau of Indian Education. The contract is set aside for Indian Economic Enterprises (IEE) and requires the contractor to provide all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period starting March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors must submit their offers by April 18, 2025, at 5:00 p.m. MDT, and can reach out to Charmaine Williams-James at Charmaine.Williams-James@bie.edu for further inquiries.
Carpet Installation for OIS at MIB
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for carpet installation services at the Office of Indian Services located in the Stewart Lee Udall Building, Washington, DC. The project involves replacing flooring across approximately 12,631.93 square feet, requiring contractors to provide all necessary labor, materials, and supervision, with completion expected by May 15, 2025. This opportunity is fully set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 238330, emphasizing the government's commitment to supporting small businesses owned by economically disadvantaged groups. Interested contractors must submit proposals by the specified deadline and can contact Adam Lowery at Adam.Lowery@bia.gov or 571-560-0622 for further information. A site visit is scheduled for April 17, 2025, and adherence to federal labor standards, including wage determinations, is mandatory throughout the contract duration.