7E--ITEMS 2.0 for Indian Affairs and DO
ID: 140A1625R0008Type: Solicitation
Overview

Buyer

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

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Mar 26, 2025, 6:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals from Indian Small Business Economic Enterprises (ISBEEs) for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide IT equipment under the title "ITEMS 2.0 for Indian Affairs and DOI." This procurement aims to support the government's IT needs by awarding multiple Firm-Fixed-Price contracts, with a total maximum value of $600 million over a ten-year period, specifically targeting electronic computer manufacturing as outlined by NAICS code 334111. The initiative emphasizes the importance of compliance with Section 508 Accessibility Standards and aims to promote economic opportunities for minority-owned businesses. Interested parties can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or by phone at 571-560-0519 for further details, noting that the solicitation has been canceled in its entirety as per the latest amendment, and no new deadline for offers has been established.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 4:05 PM UTC
The provided document pertains to federal government-related content regarding RFPs (Requests for Proposals) and grants at various levels including federal, state, and local entities. While the details and specific content of the document are not accessible in this format, the overarching purpose can be identified as facilitating the procurement process through well-structured proposals and funding opportunities. Key themes likely include eligibility criteria for applicants, submission guidelines, evaluation processes, and funding priorities. The document likely emphasizes compliance with relevant regulations and standards necessary for successful proposal submissions. Additionally, the intended audience is expected to encompass a diverse range of stakeholders, including non-profit organizations, local governments, and private entities seeking government contracts or funding. The emphasis on structured guidelines ensures transparent and equitable access to federal resources, thereby promoting efficient allocation of government funds. Overall, it serves as a crucial framework designed to streamline the application process for governmental assistance and contracts within the outlined jurisdictions.
Mar 26, 2025, 4:05 PM UTC
The document outlines a pricing menu for laptop and desktop computer models included in a Request for Proposals (RFP) for the Department of the Interior (DOI) and the Bureau of Indian Affairs (BIA). It lists various computer models, including standard and enhanced laptops, ruggedized devices, and desktops, alongside their estimated quantities and total costs. The DOI section features models like the Dell Latitude 5450 and Precision 7680, while the BIA section includes similar offerings, though with different specifications and quantities. Notably, all items have a unit price of $0.00, which indicates a placeholder or preliminary pricing setup rather than final costs. The summary presents a structured view of equipment options available for government procurement, emphasizing the need for reliable technology solutions in federal operations. The overall purpose of this document aligns with government efforts to solicit bids for IT equipment effectively, ensuring that federal agencies have access to essential technological tools within specified budgets.
Mar 26, 2025, 4:05 PM UTC
The document outlines the requirements for Offerors responding to solicitations under the Buy Indian Act, specifically regarding Indian Economic Enterprises (IEEs). It mandates self-certification by the Offeror confirming eligibility as defined by the Department of the Interior Acquisition Regulation (DIAR) Part 1480. The eligibility must be verified at three key stages: when an offer is made, at contract award, and throughout the contract term. Contracting Officers may request additional documentation at any point in the acquisition process. There are legal repercussions for providing false information, with specific references to relevant U.S. Code violations. The form requires basic identifying details from the Offeror, including the name of the federally recognized tribal entity and the unique entity identifier (UEI). This regulation emphasizes the importance of truthful representation in government procurement processes focused on supporting indigenous enterprises.
Dec 12, 2024, 4:06 PM UTC
The Bureau of Indian Affairs (BIA) is preparing to issue a pre-solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on procuring Dell brand laptops, desktops, printers, and peripherals. This solicitation, designated as 140A1625R0008, is exclusively for Indian Small Business Economic Enterprises (ISBEE), complying with the Department of the Interior Acquisition Regulation. The expected posting date is January 3, 2025, with awards anticipated by March 31, 2025, and an estimated ceiling of $600 million over ten years. Additional IT equipment from Dell partner brands or other manufacturers may also be included. The contract will allow all agencies within the Department of the Interior access to specified IT equipment, aligning with the Government's commitment to supporting small businesses in Native communities while simultaneously meeting the technology needs of federal agencies. This initiative illustrates a strategic approach to technology procurement within the federal framework, prioritizing local economic empowerment while fulfilling comprehensive IT requirements.
Mar 26, 2025, 4:05 PM UTC
The document outlines important information regarding a federal Indefinite Delivery, Indefinite Quantity (IDIQ) contract proposal, emphasizing key considerations for bidders. Notably, a lack of past performance will not result in a "FAIL" rating but will be deemed "NEUTRAL." Bidders should be aware that while initial pricing is fixed, adjustments may occur if models go End Of Life (EOL) or specifications change. There are no minimum order quantities, and individual delivery orders will be issued based on customer demand, typically with a single shipping location. Anticipated delivery locations remain undisclosed, and the government does not have expected quantities for each site. Additionally, pricing submitted for evaluation is not final, as discounts can be negotiated at the task order level. Payments for small businesses will be expedited within 15 days, and all orders are tax-exempt. This guidance aids potential contractors in understanding the evaluation process and operational standards expected throughout the contract's duration.
Mar 26, 2025, 4:05 PM UTC
The document outlines an amendment to solicitation number 140A1625R0008, which impacts the submission process for offers related to a federal contract. The amendment specifies that bidders must acknowledge receipt of this amendment through designated methods before a set deadline. It also provides guidance for modifying previously submitted offers, stipulating that any changes must be communicated in writing and reference the relevant solicitation and amendment numbers. The primary purpose of the amendment is to clarify the submission requirements and include the questions and answers from prospective offerors. The document emphasizes the importance of adhering to specified deadlines to avoid rejection of offers. Overall, this amendment serves to streamline communication between the contracting office and potential contractors while ensuring the integrity of the solicitation process.
Mar 26, 2025, 4:05 PM UTC
The document is an amendment to a solicitation, specifically referencing amendment number 140A1625R0008, and explicitly indicates the cancellation of the solicitation in its entirety. It outlines the procedures for acknowledging receipt of this amendment, emphasizing that failure to acknowledge may lead to the rejection of any offers. The amendment does not extend the deadline for offers and clearly states that any changes to previously submitted offers must also reference this amendment and be submitted by the specified deadline. Furthermore, key administrative details such as the contracting office's address are included, alongside sections for signatures from both the Contracting Officer and the contractor to confirm any changes. The document retains the original terms and conditions, which remain unchanged and in effect except for the modifications specified in the amendment. Overall, this document serves to formally cancel a solicitation and provide necessary instructions related to the amendment process in compliance with federal contracting regulations.
Mar 26, 2025, 4:05 PM UTC
The document serves as a Request for Proposals (RFP) from the Department of the Interior (DOI), Bureau of Indian Affairs (BIA), specifically aimed at Indian Small Business Economic Enterprises (ISBEEs) to provide IT equipment. It outlines a 100% set-aside for eligible Indian-owned businesses, adhering to NAICS 334111 for electronic computer manufacturing, with a maximum contract value of $600 million over a ten-year period. The government plans to award multiple Firm-Fixed-Price Indefinite Delivery - Indefinite Quantity (IDIQ) contracts, and proposals must meet specific specifications and pricing requirements for various IT products. Key components include contract limitations, subcontracting requirements, payment processes through the U.S. Department of Treasury's Invoice Processing Platform, and compliance with Section 508 Accessibility Standards. Each delivery order will specify details such as date, order number, quantities, and prices and will be monitored for fraud and performance issues. The initiative reflects the government's commitment to supporting minority-owned businesses while fulfilling its IT procurement needs. Overall, the document emphasizes regulatory compliance and promotes economic opportunities for disadvantaged businesses in public contracting.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Nlyte Software Licenses for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for Nlyte Software Licenses for its Office of Information Technology (OIT), with a focus on engaging Indian Small Business Economic Enterprises (ISBEEs). The procurement aims to secure a Firm-Fixed-Price purchase order for software licenses, along with associated support and maintenance services, emphasizing compliance with federal contracting regulations. This initiative is crucial for enhancing the Bureau's IT capabilities and ensuring efficient management of software resources. Proposals are due by April 9, 2025, and interested parties can contact Maggie Main at maggie.main@bia.gov for further information.
R--Pre-Solicitation Notice
Buyer not available
The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is preparing to solicit bids for an Indefinite Delivery Contract focused on Engineering and Construction Management Support Services for facilities projects within the Bureau of Indian Education (BIE). The contract will encompass a range of services including maintenance, inspections, program development, and construction contract administration, aimed at enhancing educational infrastructure in Indian communities. This initiative is set aside for Indian Small Business Economic Enterprises (ISBEE) and is categorized under NAICS code 541330 for Engineering Services, with the solicitation expected to be available between May 5 and May 9, 2025, and contract awards anticipated by June 10, 2025. Interested bidders must ensure registration in the System for Award Management (SAM) and can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further inquiries.
38--317 07C HYDRAULIC EXCAVATOR/MULCHER
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking proposals for the procurement of two CAT317 hydraulic excavators with mulcher attachments for the Flathead Indian Irrigation Project. This solicitation is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the government's commitment to supporting tribal economic development. The equipment is crucial for enhancing irrigation infrastructure and operational efficiency within the project, which is vital for the agricultural needs of the local tribes. Proposals are due by May 9, 2025, with delivery expected within 120 days after award to Saint Ignatius, MT. Interested parties can contact Brock Bell at brock.bell@bia.gov for further information.
R--DIGITIZATION PROJECT
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking proposals for a digitization project aimed at transitioning approximately 500 boxes of paper records to electronic formats at its Rocky Mountain Regional Office and associated agencies. This initiative is in response to federal mandates for compliance with National Archives and Records Administration (NARA) standards, emphasizing the importance of efficient records management and data security. Contractors must possess a minimum of ten years of experience in records management and adhere to strict security protocols while completing the project within a timeline of 6 months to 1 year. Interested parties should contact Mary King at Mary.King@bia.gov or by phone at 406-247-7941, with proposals due by May 8, 2025, at 1700 local time.
D--Native American Student Information System Recompe
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the Native American Student Information System (NASIS) Recompete, aimed at enhancing educational data management for Native American students across federally operated and tribally controlled schools. The procurement focuses on developing a comprehensive student information system that manages sensitive student data, including demographics, grades, and attendance, while ensuring compliance with federal and state reporting requirements. This initiative is crucial for improving educational outcomes and maintaining effective communication among stakeholders through a secure online platform. Interested contractors must acknowledge receipt of amendments and submit their proposals by May 19, 2025, with the contract period set from July 3, 2025, to July 2, 2026. For further inquiries, potential bidders can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.
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.
Art Kits for Tuba City Boarding School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking proposals for the procurement of 350 elementary art kits for the Tuba City Boarding School. This solicitation is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to fulfill educational needs by providing essential art supplies to support K-12 learning environments. Interested contractors must comply with Federal Acquisition Regulations (FAR) and Interior Acquisition Regulations (DIAR), and proposals should include pricing information, product specifications, and evidence of capability to meet the requirements. For further inquiries, potential bidders can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov. Proposals are due within 30 days of the order receipt, and the contract will be awarded as a single firm-fixed-price agreement.
Ductile iron utility poles and related electrical
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for the procurement of ductile iron utility poles and related electrical hardware intended for the Colorado River Agency in Parker, Arizona. The procurement requires various sizes of utility poles and specific hardware parts that must meet stringent quality and material standards, including ASTM and ANSI classifications, with all materials required to be new. This initiative supports the federal government's commitment to high-quality standards and economic opportunities for local enterprises, particularly targeting Indian Economic Enterprises. Interested parties must submit their quotes by April 16, 2025, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
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.
BFSU Dell Computer Upgrade
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the purchase of 100 new DELL OptiPlex Micro 7020 computers through a Firm-Fixed Price Purchase Order under RFQ 75H709-BF25Q-001. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to upgrade outdated computer hardware to enhance operational efficiency within healthcare delivery. Proposals must comply with specific technical requirements, including support for dual monitors and the Windows 11 Pro operating system, and must be submitted by April 30, 2025, with inquiries due by April 23, 2025. Interested vendors should contact Vincent Hansen at Vincent.Hansen@ihs.gov for further details.