Rifle Scopes for OJS MMU
ID: 140A1625Q0041Type: Combined Synopsis/Solicitation
AwardedJun 27, 2025
$80.7K$80,687
AwardeeGOLDBELT SECURITY LLC 816 GREENBRIER CIR Chesapeake VA 23320 USA
Award #:140A1625P0040
Overview

Buyer

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

NAICS

Small Arms, Ordnance, and Ordnance Accessories Manufacturing (332994)

PSC

MISCELLANEOUS WEAPONS (1095)

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 the procurement of Trijicon ACOG rifle scopes for its Office of Justice Services. This solicitation is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 332994, which pertains to small arms and ordnance manufacturing, emphasizing the importance of supporting Native American businesses. The rifle scopes are critical for agency personnel operating in high-risk environments, and the procurement process aims to ensure fair and reasonable pricing through competitive market research. Proposals must be submitted by June 5, 2025, and interested vendors can contact Lara Wood at lara.wood@bia.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a justification for a non-competitive procurement of 45 Trijicon ACOG® 4x32 BAC Riflescopes, needed by the Bureau of Indian Affairs' Murdered and Missing Unit. The request cites the unique qualifications of Trijicon as a combat-proven provider, emphasizing the necessity of this specialized equipment for Agency personnel in life-threatening situations. The procurement will be advertised to Indian Small Business Economic Enterprises (ISBEEs) through SAM.gov to ensure maximum vendor participation, in alignment with federal regulations. The contracting officer assures that the anticipated cost will be fair and reasonable, based on competitive market research and quotes from potential ISBEE vendors. Notably, 118 possible ISBEE sources have been identified under the relevant NAICS code, indicating sufficient competition exists. Trijicon ACOG scopes are recognized for their reliability and suitability for intense environments, which aligns with the needs of Indian Affairs officers. The document concludes with a commitment from the agency to explore other supplier options if possible, improving competition in future acquisitions.
    This document pertains to the Buy Indian Act under 25 U.S.C. 47, which requires that Offerors certifying as an "Indian Economic Enterprise" (IEE) adhere to criteria specified in the Department of the Interior Acquisition Regulation (DIAR) Part 1480. To qualify, enterprises must satisfy specific conditions at the time of offer submission, contract award, and throughout the contract's duration. Contracting Officers retain the right to request additional documentation to verify eligibility at any point during the acquisition process. Submitting false information in relation to contract awards under this Act may result in legal repercussions as outlined in U.S. federal law, including penalties for false claims. The document includes a representation form that must be completed by the Offeror, capturing key details such as the tribal entity's name, Unique Entity ID, legal business name, and ownership information, necessary for participation in federal contracting opportunities that support Native American enterprises. This underscores the government's commitment to supporting Indian Economic Enterprises within its contracting processes.
    The document is a Request for Proposal (RFP) for the purchase of Trijicon ACOG rifle scopes, specifically designed for the Bureau of Indian Affairs Office of Justice Services. The solicitation is set aside 100% for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 332994, which pertains to small arms and ordnance manufacturing. Proposals are to be submitted by June 5, 2025, with the anticipated delivery date set within 30 days after receipt of order. The government seeks a firm-fixed-price purchase order, adhering to various federal acquisition regulations and terms outlined in the document. Detailed specifications and requirements are provided, including compliance with FAR provisions and the necessity of electronic invoicing through the U.S. Department of the Treasury’s Invoice Processing Platform. The document emphasizes the importance of meeting delivery schedules and obtaining the necessary certifications for compliance with laws govern contracting with Indian enterprises and small businesses. Overall, the RFP outlines the process for potential contractors to follow and ensures adherence to legal and regulatory frameworks while promoting participation from small businesses within Indian communities.
    Lifecycle
    Title
    Type
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    Optos California RGB Ultra-Widefield Retinal Camera - Taos-Picuris Service Unit - Taos, NM
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking information from businesses capable of supplying one Optos California RGB Ultra-Widefield Retinal Camera for the Taos-Picuris Service Unit in Taos, New Mexico. This Sources Sought Notice aims to determine if an Indian Small Business Economic Enterprise (ISBEE) or a Total Small Business Set-Aside can meet the procurement requirements, emphasizing the importance of Indian Economic Enterprises in accordance with the Buy Indian Act. Interested parties must submit their company information, including their Unique Entity Identifier (UEI), business size classification, and the completed IHS IEE Representation Form by December 16, 2025, at 5:30 PM MST to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    68--Propane for Tohono O'odham Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking proposals for a firm fixed-price contract to supply propane to the Tohono O'odham Agency in Sells, Arizona. The procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), requiring that offerors qualify as both Indian Economic Enterprises and small businesses. The propane will be utilized for heating and kitchen appliances across various facilities, including the Tohono O'odham Agency Quarters and the Adult Detention Center, ensuring uninterrupted service is maintained. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 480-744-4870.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    All in one visual acuity system
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified vendors to provide a Smart System Standard all-in-one visual acuity system for the Crownpoint Healthcare Facility in Crownpoint, New Mexico. This procurement falls under the NAICS code 339115 for Ophthalmic Goods Manufacturing and is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to supporting Indian-owned businesses. The Request for Quotations (RFQ) is expected to be issued by April 21, 2025, with quotes due by April 28, 2025. Interested parties must maintain an active profile in the System for Award Management (SAM) and can contact Arlynda Largo at Arlynda.largo@ihs.gov or 505-786-2530 for further information.
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    R--Geographic Information Systems (GIS) Modernization
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking contractor support for the Geographic Information Systems (GIS) Modernization project, aimed at enhancing IT systems through data integration and workflow improvements. The primary objectives include addressing a backlog of mapping trust lands and developing GIS applications to manage natural resources on Indian lands, with specific tasks outlined for both experienced and basic GIS support roles. This project is critical for improving the management of tribal resources and ensuring compliance with various regulations. Interested parties must acknowledge the amendment to the solicitation and submit their proposals by the specified deadlines, with the contract period set from February 1, 2026, to January 31, 2027. For further inquiries, contact Nancy Shah at Nancy.Shah@bia.gov or call 703-390-6728.