D--Native American Student Information System Recompe
ID: 140A2325Q0066Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSINDIAN EDUCATION ACQUISITION OFFICEAlbuquerque, NM, 87104, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking proposals for the Native American Student Information System (NASIS) Recompete. This procurement aims to establish a comprehensive student information system that effectively manages, stores, and tracks sensitive student data across federally operated and tribally controlled schools, thereby enhancing educational outcomes and ensuring compliance with federal and state reporting requirements. The system is crucial for supporting approximately 44,000 students across 186 schools, facilitating data management, communication, and operational reliability. Interested contractors must submit their proposals by July 18, 2025, with the contract performance period set from September 1, 2025, to August 31, 2026. For further inquiries, potential bidders can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.

    Point(s) of Contact
    Nahlee-Marshalek, Michelle
    michelle.nahlee@bie.edu
    Files
    Title
    Posted
    The Performance Work Statement (PWS) for the Native American Student Information System (NASIS) outlines the framework for a centralized student information data management system aimed at improving student achievement within Bureau of Indian Education (BIE) schools. Established for the 2006-2007 school year, NASIS serves 186 bureau-funded schools and collects vital student data to meet federal and state reporting requirements under acts like the Every Student Succeeds Act (ESSA) and Individuals with Disabilities Education Act (IDEA). Key components of the PWS include the general system requirements, operational and maintenance tasks, and specific reporting and analysis services. It mandates comprehensive project management, ongoing technical support, and adherence to security protocols, including contingency plans and annual assessments. The document highlights the need for contractor-operated services and compliance with Department of the Interior IT regulations. The PWS aims to ensure all educational data is accurately tracked, analyzed, and reported, thereby facilitating equitable funding, accountability, and educational support for Native American students across various educational programs. The contractor must maintain stringent operational standards while providing support for data integrity and user training.
    The Native American Student Information System (NASIS) Version 2.0 outlines performance requirements for contractors providing a Software-as-a-Service (SaaS) cloud-based system. The file details general requirements such as disaster recovery plans, system security measures, compliance with Section 508 accessibility standards, and background checks for contractor personnel. Key performance indicators include a minimum acceptable quality level (AQL) for various tasks, with stringent measures like 99.97% system uptime and annual security reviews. The document specifies a structured approach to reporting, training, and data management, ensuring compliance with federal reporting requirements. Additional responsibilities include providing implementation and testing plans, ongoing technical support, and training for users, emphasizing the significance of accountability and transparency in maintaining the NASIS system. The document serves as a crucial framework for contractors, detailing expected performance metrics aligned with governmental standards and emphasizing the importance of security, accessibility, and accurate data management in serving Native American students effectively. Overall, it reinforces the government's commitment to provide reliable technological solutions within federally funded educational frameworks.
    The Native American Student Information System (NASIS) Requirements Definition Document outlines specifications for a comprehensive student information system tailored to the Bureau of Indian Education (BIE). It details the system's purpose, which is to manage, store, and track sensitive student data including demographics, grades, and attendance to improve educational outcomes and maintain compliance with federal and state reporting requirements. Key features include integration capabilities with external systems, robust security measures in adherence to federal regulations, and flexibility for operational modifications. The document emphasizes the necessity for centralized data management across federally operated and tribally controlled schools, ensuring effective communication among stakeholders through a secure online platform. It mandates the system’s operational reliability, including a 99.95% uptime and specific recovery protocols. Furthermore, the requirements encompass audit trails, data synchronization, and compliance with legal standards like FERPA and the Privacy Act. The comprehensive approach taken in this document illustrates the commitment of the U.S. Department of the Interior to enhance the educational infrastructure for Native American students through effective information management. The project aims to facilitate procurement, development, and evaluation of the technological solutions to meet these needs.
    The document outlines a pricing proposal for a government project that extends over a base year and four optional years. It includes various items, such as licensing, cloud hosting, labor, security assessments, integration support, software tools for transitions, data cleanup, and travel costs, all listed without specific pricing (all set to $0.00). The proposal is structured to show quantities and potential costs for each item, though none have been provided in numerical values. The overall financial implication for base and option years totals remain at $0.00. This document is likely a preliminary pricing template as part of a Request for Proposals (RFP) targeting federal and possibly local grants, indicating an expected future comprehensive financial proposal that reflects actual costs associated with the project once finalized. The lack of quantifiable values suggests an initial phase where more detailed analyses and budgeting will follow, highlighting the government's procedural pathway toward financial accountability and project planning.
    The Q&A document for the NASIS Solicitation 140A2325Q0066 outlines requirements for a new Student Information System (SIS) intended to serve 186 schools, covering approximately 44,000 students. Key aspects address licensing, personnel requirements, and service expectations, including monthly training sessions and adherence to data governance standards. The solicitation emphasizes a set-aside for Native American Indian businesses and details background check requirements for personnel given potential direct contact with Indian children. The incumbent system, Infinite Campus, has a budgeted history and the government expects a seamless transition, including access to existing data. Data cleanup, security protocols, and specific reporting requirements are highlighted within the context of compliance with federal regulations like FERPA and CIPA. User acceptance testing and specified key performance indicators are crucial for evaluating the new system’s effectiveness. Overall, the solicitation aims to secure a contractor for a comprehensive SIS that aligns with federal standards while supporting the unique educational needs of BIE-administered schools.
    The document serves as a Q&A for the NASIS Solicitation 140A2325Q0066, addressing clarifications related to the government’s Request for Proposals (RFP) regarding the Student Information System (SIS) for tribal communities. Key points include confirmation that contractor data migration should only incorporate information from the School Year 2006-2007 onward and that a full functional disaster recovery test is mandatory. Vendors are responsible for using certified third-party assessors for security assessments, while existing non-proprietary documentation can aid in preparing necessary system records. Vendors must propose solutions compliant with specified standards including data management extending from Pre-K through K-12, while integration with existing platforms and offline functionalities for low bandwidth environments are also necessary. The government seeks a single contract award, emphasizing the submission of original technical solutions and qualifications. Overall, the government is looking for robust solutions to support educational data management, with clear statutory requirements to enhance student achievement among diverse communities.
    The document is an amendment to a solicitation identified as 140A2325Q0066, issued by the Indian Education Acquisition Office for a potential contracting opportunity. This amendment provides essential updates and answers to vendor inquiries related to the solicitation, which is crucial for potential contractors. Offers must acknowledge receipt of this amendment to ensure acceptance; failure to do so may result in rejection. The effective period for the contract is set from July 3, 2025, to July 2, 2026. The amendment includes administrative modifications and reiterates the importance of adhering to specified procedures for submitting any changes or offers. Overall, the amendment serves to clarify and support the solicitation process, ensuring competitive and informed participation from contractors while maintaining compliance with federal guidelines.
    The document is an amendment to solicitation number 140A2325Q0066, pertaining to the cancellation of the Indian Set Business Economic Enterprise (ISBEE) set-aside and changes to the solicitation's terms. The amendment explicitly states that offers must acknowledge receipt by the specified deadline; failure to do so may lead to rejection of offers. The amendment also redefines the project’s scope and requirements for small business designation, clarifying that only small business concerns may submit offers, which will be deemed nonresponsive if otherwise. Key changes include a new due date for bids from April 4, 2025, to May 19, 2025, and an updated period of performance from July 3, 2025, to July 2, 2026. This amendment clearly reflects the government's commitment to providing equal opportunities for small businesses while ensuring compliance with contract regulations as defined by the Small Business Administration (SBA).
    The document outlines an amendment to solicitation 140A2325Q0066, issued by the Indian Education Acquisition Office, with a due date for questions related to the solicitation set for May 1, 2025. Questions must be submitted via email to designated officials and will require a specific format and subject line that includes the solicitation number and the company name. It emphasizes the importance of acknowledging receipt of this amendment to avoid rejection of offers. The amendment highlights that all inquiries made by the deadline will be addressed through an official amendment to the solicitation. The contract’s period of performance is defined from July 3, 2025, to July 2, 2026. Overall, the amendment ensures structured communication regarding questions and reinforces deadlines critical to the solicitation process.
    This document is an amendment to solicitation number 140A2325Q0066 related to the procurement process administered by the Indian Education Acquisition Office. The amendment addresses the receipt acknowledgment process for offers and clarifies submission guidelines including methods of delivery, recipient email addresses, and the submission deadline of May 19, 2025, by 3:00 PM Central Time. Additionally, it incorporates the answers to vendor questions to provide clarity on the solicitation. The period of performance for the resulting contract is set from July 3, 2025, to July 2, 2026. Contractors are instructed to acknowledge this amendment to avoid their offers being rejected. Overall, the document emphasizes compliance with procedural requirements and aims to facilitate a clear and efficient bidding process for potential contractors.
    The document is an amendment to solicitation number 140A2325Q0066, which updates key aspects of a federal contract related to education acquisition in Indian Education, Albuquerque, NM. The amendment's primary purpose is to cancel the Total Small Business Set-Aside and transition to an Unrestricted competition format. It specifies new deadlines, with the bids due date changed from May 19, 2025, to July 16, 2025, and adjusts the award date from July 3, 2025, to September 1, 2025. The Period of Performance has been revised, starting from September 1, 2025, and ending on August 31, 2026. Additionally, guidelines for submitting questions regarding the amendment are outlined, requiring questions to be submitted via email by June 26, 2025. This amendment maintains overall contract conditions while ensuring all parties adhere to the updated timelines and competitive requirements.
    This government document pertains to the amendment of solicitation number 140A2325Q0066, primarily focused on modifying existing contract terms. The amendment cancels the Total Small Business Set-Aside, transitioning the solicitation to an unrestricted competition for offers. Key updates include extending the deadline for bid submissions from July 16, 2025, to July 18, 2025, and altering the award date from July 3, 2025, to September 1, 2025, with adjustments to the period of performance for various line items, which now span from September 1, 2025, to August 31, 2026. Contractors are required to acknowledge receipt of this amendment promptly and submit inquiries via specified email addresses by June 27, 2025. Furthermore, the document outlines necessary changes in contract lines regarding the start and end dates for service periods and anticipated exercise dates for options. Overall, the amendment aims to ensure clarity in contractual obligations and procurement processes, facilitating fair competition among potential contractors.
    The document pertains to a solicitation amendment related to a federal government's contract modification, specifically aiming to transition the solicitation to Full and Open competition. It emphasizes the importance of the offerors acknowledging receipt of the amendment by specified means and within stipulated deadlines, detailing the consequences of late acknowledgments. The proposal due date is reaffirmed as July 18, 2025, with a performance period set from September 1, 2025, to August 31, 2026. The amendment confirms that all necessary provisions and clauses have been incorporated, without any other changes to the original terms and conditions. This document underscores the administrative processes involved in government contracting and grants, aimed at ensuring compliance and clarity for potential contractors within the federal procurement framework.
    The document is a Request for Proposal (RFP) for the Native American Student Information System (NASIS) issued by the U.S. Department of the Interior's Bureau of Indian Education. The RFP invites quotes primarily from Indian Small Business Economic Enterprises and outlines the solicitation number, periods of performance spanning from July 3, 2025, to July 2, 2030, and the contract's terms, which include firm pricing and various clauses under the Federal Acquisition Regulation (FAR). Key details include the NAICS code (518210) related to computing infrastructure and web hosting services and the solicitation's set-aside for small business concerns. Contractors must provide electronic invoices via the Invoicing Processing Platform and comply with background investigation requirements for personnel working with Indian children. The RFP further specifies contract clauses regarding performance assessments, employee rights, and business ethics. Overall, the document emphasizes compliance with diverse regulatory provisions while ensuring the development of an IT solution that effectively supports the education needs of Native American students, reflecting the government's commitment to enhance education services within this community.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    R--Food Delivery and Courier Services, HES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide Food Delivery and Courier Services for Havasupai Elementary School (HES) located in Supai, Arizona. The procurement involves weekly deliveries of temperature-controlled food and secure package courier services, addressing logistical challenges due to the school's remote canyon location and ensuring compliance with food safety standards. This contract is critical for maintaining the school's operations and supporting its K-8 student population, with a performance period from December 15, 2025, to December 14, 2026, and potential extensions through four option years until December 14, 2030. Interested parties must submit their proposals by December 29, 2025, and can direct inquiries to Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.
    Integrated Post-Secondary Education Data System
    Education, Department Of
    The Department of Education is seeking vendor capabilities to support the Integrated Postsecondary Education Data System (IPEDS), a critical program for collecting and disseminating data from over 6,200 postsecondary institutions. The procurement aims to establish a base contract with three optional periods, covering four data collection cycles from 2026-28 to 2029-31, focusing on managing a web-based data collection system, providing help desk support, and ensuring compliance with NCES standards and IT security. This initiative is vital for tracking trends in higher education and providing essential consumer information regarding institutional characteristics, financial aid, and student success. Interested vendors must submit their responses detailing relevant experience by December 17, 2025, to Alyson Allman at alyson.allman@ed.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.
    Behavioral Health Counselors
    Interior, Department Of The
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is seeking proposals for Behavioral Health Counselors to establish a comprehensive behavioral health program at Pine Ridge School in Pine Ridge, South Dakota. The procurement aims to address ongoing crises, particularly the issue of youth suicide on the reservation, by providing on-site counseling, crisis intervention, assessments, and psychoeducational sessions for both general and special education students. The contract will be a Labor Hour type, requiring two full-time licensed counselors, with a base performance period from January 19, 2026, to January 18, 2027, and four optional one-year extensions. Interested parties can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further details.
    Trash Service, Haskell Indian Nations University (
    Interior, Department Of The
    The Bureau of Indian Education (BIE) is soliciting quotes for trash collection services at Haskell Indian Nations University (HINU) in Lawrence, Kansas. The procurement involves a firm-fixed-price purchase order for refuse collection and disposal services, with a base year from January 1, 2026, to December 31, 2026, and four optional one-year extensions through December 31, 2030. This service is crucial for maintaining the university's cleanliness and compliance with health and sanitation regulations, requiring the contractor to provide specific equipment and adhere to various federal and state standards. Quotes are due by December 17, 2025, at 2:00 p.m. Central Standard Time, and must be submitted via email to Jeff Morris at jeff.morris@bie.edu.
    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.
    Notice of Intent to Restrict Competition – NAIHS, Shiprock Service Unit, Four Corners Regional Health Center – Automated Dispensing Cabinet System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, intends to restrict competition for the procurement of automated dispensing cabinet systems and services for the Four Corners Regional Health Center (FCRHC) located in Teec Nos Pos, Arizona. The contract will be negotiated exclusively with Carefusion Solutions LLC, as they currently provide these systems, ensuring seamless integration with existing infrastructure and compliance with Joint Commission requirements. This procurement is critical for maintaining operational efficiency and meeting regulatory standards within the healthcare facility. Interested vendors may submit capability statements by 10:00 AM (MST) on December 23, 2025, to Misty Billy at Misty.Billy@ihs.gov, although a solicitation will not be issued, and the government retains discretion over the competition decision.