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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Office Supplies for Turtle Mountain Agency
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Pacific Region, is seeking quotations for office supplies for the Turtle Mountain Agency in North Dakota. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 339940, which pertains to Office Supplies Manufacturing, and includes items such as toner cartridges, folders, tape, batteries, and cleaning wipes. The supplies are essential for the operational needs of the agency, ensuring efficient administrative functions. Quotes are due by December 15, 2025, at 0900 PST, with an anticipated delivery date of January 30, 2026. Interested vendors can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-426-9210 for further information.
    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.
    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.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    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.
    Trash Pickup for Kaibeto Boarding School
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking quotations for trash pickup services at the Kaibeto Boarding School. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, with a focus on solid waste collection under NAICS code 562111. The contract will be structured as a Firm Fixed Price purchase order for a base year starting January 1, 2026, with the possibility of four additional option years extending through 2030. Interested contractors must submit a comprehensive quote that includes their qualifications and ability to perform, with evaluations based on technical capability and price. For further inquiries, potential offerors can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    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.
    44--Replacement Heat Pumps for Seba Delkai Boarding Sc
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors to provide replacement heat pumps for the Seba Delkai Boarding School located in Winslow, Arizona. This procurement aims to supply heating equipment essential for maintaining a conducive learning environment at the boarding school, which serves Native American students. The solicitation is set aside for small businesses, specifically under the Indian Small Business Economic Enterprise (ISBEE) program, with a closing date for offers extended to December 16, 2025, at 5:00 PM ET. Interested parties must acknowledge receipt of the solicitation amendments and submit their proposals electronically, ensuring compliance with all applicable federal regulations.
    TITLE IV PELL GRANT SPECIALIZED SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking a contractor to provide specialized services for Title IV Pell Grant processing at Haskell Indian Nations University (HINU). The primary objective is to enhance the efficiency of awarding Pell Grants to eligible students by utilizing the university's financial aid systems, including CAMS, COD, and EDConnect, while developing Standard Operating Procedures to streamline operations. This contract, set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), will be awarded as a Firm Fixed Price purchase order for a base year with an option for an additional year, with quotes due by December 19, 2025, at 2:00 PM CST. Interested parties can contact Jeff Morris at jeff.morris@bie.edu or by phone at 505-364-2130 for further details.