7A--Purchase proprietary Alden One software
ID: 140A1125Q0042Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSWESTERN REGIONPHOENIX, AZ, 85004, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 3:00 PM UTC
Description

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.

Point(s) of Contact
Brown, Randall
(520) 723-6208
(406) 247-7921
Randall.Brown@bia.gov
Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
WTP SCADA SYSTEM/INSTALL, CROW AGENCY
Buyer not available
The U.S. Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the installation and programming of a Supervisory Control and Data Acquisition (SCADA) system at the Water Treatment Plant in Crow Agency, Montana. The project aims to ensure compliance with state and federal regulations, including the Montana Department of Environmental Quality standards and the Safe Drinking Water Act, while enhancing the monitoring and reporting capabilities of water quality parameters. This initiative is part of broader governmental efforts to improve infrastructure and water treatment services on Native American lands, emphasizing safety and regulatory adherence. Interested contractors, particularly those qualifying as Indian Economic Enterprises, must submit their proposals by April 15, 2025, with a project completion deadline of June 30, 2025. For further inquiries, potential bidders can contact Mary King at Mary.King@bia.gov or call 406-247-7941.
R--Trust Asset, Land Management, and Accounting Software
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking vendor interest and capabilities for a Cloud Enabled Software System designed to manage Trust Asset, Land Management, and Accounting. This Request for Information (RFI) aims to gather insights on potential solutions, including Commercial Off-The-Shelf (COTS) and custom-developed options, to replace the aging Trust Asset and Accounting Management System (TAAMS). The TAAMS is critical for managing over 56 million acres of Indian Trust Land, facilitating various processes such as title management, leasing, and financial transactions, while ensuring compliance with federal regulations. Interested vendors should direct inquiries to Daniel Cugler at daniel.cugler@bia.gov, and responses to the RFI are encouraged to be submitted within the specified guidelines, as the information will inform future procurement strategies.
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.
7J--Time Clock System
Buyer not available
The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for a Time Clock System to be implemented at Sherman Indian High School in Riverside, California. The procurement involves an internet-based time clock reporting system that includes hardware installation, software integration, maintenance agreements, and staff training, structured as a Firm Fixed Price contract. This initiative aims to enhance administrative efficiency in educational institutions while ensuring compliance with federal labor standards and the Service Contract Act. Interested vendors must acknowledge receipt of an amendment to the solicitation by April 7, 2025, at 10:00 am Mountain Time, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.
B--SCIP-IW BUILDING TRANSFER ESA/ LEAD/ASB
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals from qualified Indian Economic Enterprises for a Phase I Environmental Site Assessment (ESA) and related evaluations for the transfer of three buildings to the Gila River Indian Community in Sacaton, Arizona. The project requires comprehensive assessments, including a Phase I ESA, a Comprehensive Asbestos Survey, and a Lead-Based Paint Inspection, all adhering to established ASTM standards to ensure environmental safety and regulatory compliance. This initiative underscores the BIA's commitment to responsible property management prior to transfer, with a contract anticipated to be awarded as a Firm Fixed Price Purchase Order, and proposals due by April 8th at 1700 Pacific Daylight Time. Interested vendors can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566 for further details.
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.
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.
WIP MAGNACIDE H FY2025
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is soliciting proposals for the procurement of 37,975 pounds of Magnacide H herbicide for the Wapato Irrigation Project in Washington. This requirement is critical for controlling vegetation in irrigation canals, as Magnacide H is the only approved aquatic herbicide under state regulations, ensuring the maintenance of water flow and preventing disruptions during the irrigation season. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm-Fixed-Price Purchase Order, with delivery expected within 90 days after award. Interested vendors should contact Brock Bell at brock.bell@bia.gov for further details and to ensure compliance with all necessary regulations and standards.
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.