D--Dell PowerProtect Backup Service for OIT
ID: 140A1626Q0009Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSBUREAU OF INDIAN AFFAIRSRESTON, VA, 20192, USA

NAICS

Manufacturing and Reproducing Magnetic and Optical Media (334610)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

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 Dell PowerProtect Backup Service for OIT, with a focus on providing a comprehensive data protection solution. This procurement is set aside 100% for Indian Small Business Economic Enterprises (ISBEEs) and aims to secure a Firm-Fixed-Price Purchase Order for services spanning from February 23, 2026, to February 22, 2031. The Dell PowerProtect Backup Service is critical for ensuring robust data management and protection in hybrid work environments, emphasizing the importance of compliance with federal regulations and electronic invoicing. Interested vendors should submit their quotes by the specified deadline and can reach out to Jeffrey Pearson at Jeffrey.Pearson@bia.gov or 571-560-0519 for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a justification for other than full and open competition for an acquisition of Dell PowerProtect Backup Services, citing FAR 13.501(a). The proposed contractor, Dell PPBS, offers a 100% SaaS solution for data protection, deemed more cost-efficient and capable than other evaluated options due to its seamless integration, scalability, cyber resilience, and unified management. Market research identified 22 Indian Small Business Economic Enterprise (ISBEE) vendors under NAICS 334610, and the solicitation will be a 100% ISBEE set-aside on SAM.gov. The contracting officer determined the anticipated cost fair and reasonable, based on competition, an Independent Government Estimate, historical data, and GSA pricing. Full and open competition is deemed impractical due to the absence of suitable technical data packages and the unique integration requirements, which would lead to delays and increased costs. The agency plans to refine specifications, enhance market research, and simplify requirements for future acquisitions to foster a more competitive environment.
    The document outlines the requirements and certification process for Offerors to qualify as an "Indian Economic Enterprise (IEE)" under the Buy Indian Act (25 U.S.C. 47) and Department of the Interior Acquisition Regulation (DIAR) Part 1480. To qualify, an enterprise must meet the IEE definition at the time of offer, contract award, and throughout the contract term. The Contracting Officer may request additional documentation at any point. The document warns against submitting false or misleading information, citing penalties under 18 U.S.C. 1001 for false information and 31 U.S.C. 3729 to 3731 and 18 U.S.C. 287 for false claims during contract performance. An "Indian Affairs Indian Economic Enterprise Representation Form" is included for Offerors to self-certify their IEE status by providing their federally recognized tribal entity, Unique Entity ID (UEI), legal business name, and the name of the 51% (or greater) owner of the IEE firm, along with a certifying signature.
    This document is an amendment to Solicitation Number 140A1626Q0009 for the Dell PowerProtect Backup Service for OIT. The amendment, A001, updates Section 2.2 of the solicitation to correct line 13 and add line 14, detailing requirements for the Dell PPBS bundle. The due date for quotes remains unchanged, and the period of performance is from February 23, 2026, to February 22, 2027. This solicitation is a combined synopsis/solicitation for commercial services, set aside 100% for Indian Small Business Economic Enterprises (ISBEEs), with a NAICS code of 334610. The government intends to award a Firm-Fixed-Price (FFP) Purchase Order. The document also outlines various FAR and DIAR clauses, custom clauses, and provisions applicable to the contract, emphasizing compliance with federal regulations, electronic invoicing via IPP, and contractor notification requirements.
    This solicitation, 140A1626Q00009, is a combined synopsis/solicitation for commercial services, specifically Dell PowerProtect Backup Service for Hybrid Workloads, set aside 100% for Indian Small Business Economic Enterprises (ISBEEs). The NAICS code is 334610, with a 1,250-employee size standard. The government anticipates a Firm-Fixed-Price (FFP) Purchase Order with a base year and four option years, from February 23, 2026, to February 22, 2031. Key requirements include compliance with various FAR and DIAR clauses, electronic invoicing via the IPP system, and contractor notification of late delivery or performance issues. Proposals must include specific quotation content and adhere to the due date and time. This document outlines the terms, conditions, and instructions for offerors, emphasizing regulatory compliance and performance expectations for this critical IT service acquisition.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    R--Geographic Information Systems (GIS) Modernization
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Geographic Information Systems (GIS) Modernization Services as part of a combined synopsis/solicitation. The primary objective is to provide GIS support for IT system modernization, focusing on data integration and workflow enhancements to manage natural resources on Indian lands, with a specific emphasis on addressing a backlog of mapping trust lands and developing GIS applications. This opportunity is set aside 100% for Indian Small Business Economic Enterprises (ISBEEs) and includes a contract period from February 1, 2026, to January 31, 2031, with a total of five years including four option years. Interested parties must submit their proposals by January 15, 2026, at 3:00 PM Eastern Time, and can direct inquiries to Nancy Shah at Nancy.Shah@bia.gov or by phone at 703-390-6728.
    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.
    V--BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support the Bureau of Indian Affairs (BIA) in Window Rock and Whiteriver, Arizona. The procurement involves providing contractor-furnished helicopters, personnel, and equipment for various missions, including fire suppression and law enforcement, with a contract period from March 1, 2026, to February 28, 2031. These services are critical for the BIA's operational needs, ensuring effective response capabilities in the region. Interested small businesses must submit their proposals by January 9, 2026, at 1300 PST, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    BPA - IT and Telecom PSC 7E20
    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 IT and Telecom services, particularly in areas such as help desk support, workspace management, and productivity tools. Interested vendors must demonstrate their capabilities and expertise, provide a price list, and submit at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This opportunity is a total small business set-aside, with BPAs awarded on a six-month rotation through June 2029, and interested parties must submit their documentation by April 30 for June awards or October 31 for December awards. For further inquiries, vendors can contact Rebecca Collins at rebecca.m.collins17.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    Pluralsight Software License
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking to acquire Pluralsight Software Licenses to enhance IT training for its staff at the Phoenix Area Indian Health Service. The procurement aims to provide 30 "Everything" licenses, along with administrative tools for user management, to improve capabilities in areas such as AI, cloud computing, cybersecurity, and software development, thereby fostering a skilled workforce. This initiative underscores the importance of continuous professional development in the IT sector, with the contract structured for a base year and four potential one-year renewals. Interested contractors must self-certify as an Indian Economic Enterprise under the Buy Indian Act and submit their responses by January 9, 2026, with inquiries directed to Marilyn Duran at marilyn.duran@ihs.gov or by phone at 916-779-9369.
    Healthcare Facility Planning, Evaluation, Research
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking sources for Healthcare Facility Planning, Evaluation, Research, and Advisory Services to support the Department of Health and Human Services (HHS), specifically the Indian Health Service (IHS) Office of Environmental Health and Engineering (OEHE). The procurement aims to enhance healthcare delivery for American Indians and Alaskan Natives by modernizing IHS facilities and planning processes, which includes developing planning documents, updating Health Services and Facility Master Plans, and providing advisory reviews. This opportunity is anticipated to result in a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract valued at approximately $30 million, with a five-year ordering period starting in Fiscal Year 2026. Interested firms must complete the attached Excel document and submit it to Robert Brewer at robertbrewer@ibc.doi.gov by the specified deadline.
    Boiler Replacement at the MPI
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the replacement of the boiler system at the Museum of the Plains Indians in Browning, Montana. The project entails the removal of the existing single boiler and the installation of a new two-boiler system, which includes design, plumbing, controls, and necessary asbestos remediation. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and has an estimated construction magnitude between $100,000 and $250,000, emphasizing the importance of compliance with federal, state, and tribal regulations, including adherence to Department of Labor wage rates. Interested contractors must attend a mandatory site visit on January 22, 2026, with proposals due by February 4, 2026, and should contact Kurt Egner at kurt.egner@bia.gov for further information.
    7G--Notice of Intent to Sole Source for VOIP Phone Sys
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, intends to award a sole source contract for a VOIP phone system to Marco Technologies, LLC. This procurement aims to address urgent communication issues at Pine Ridge School in South Dakota, where the existing phone system is malfunctioning in several areas, necessitating immediate installation of VOIP phones and ongoing digital phone service. The selected contractor will utilize specific hardware, including a Meraki MX75 Router and a Meraki MS150-48FP-4X switch, to complete the project, with an anticipated contract value of $15,605.27 and a performance period of 30 days from the award date. For further inquiries, interested parties may contact Olivia Wall at olivia.wall@bie.edu.
    Notice of Intent - Blanket Purchase Agreement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is planning to establish a Blanket Purchase Agreement (BPA) with Hologic, Inc. for the provision of supplies necessary to support existing Hologic systems, including the Fluent Fluid Management, NovaSure, and Myosure systems, at the Shiprock Service Unit in New Mexico. This procurement is limited to Hologic products due to compatibility requirements with existing equipment, which necessitates the use of original equipment manufacturer (OEM) supplies to maintain warranties and configuration control. Interested vendors may submit capability statements by 10:00 AM (MST) on January 22, 2026, to Dallas Begay at dallas.begay@ihs.gov, although this notice does not constitute a request for quotations and a solicitation will not be issued.
    Ramp Replacement at UMU Agency
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is soliciting proposals for the replacement of deteriorated and non-ADA compliant entryway ramps at three buildings located at 1342, 1344, and 1346 Spruce Street in Towaoc, Colorado. This project, estimated to cost between $100,000 and $250,000, requires contractors to provide all necessary labor, materials, and equipment to demolish the existing ramps and install new, durable, ADA-compliant platforms that adhere to current building codes and safety regulations. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) and emphasizes the importance of compliance with Department of Labor wage rates and the necessity of a mandatory site visit for interested contractors. Proposals are due by February 6, 2026, at 17:00 local time, and must remain valid for 90 days post-closing; interested parties can contact Kurt Egner at kurt.egner@bia.gov for further information.