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

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 Native American Student Information System (NASIS) to enhance educational data management for Native American students. This procurement aims to develop a comprehensive Software-as-a-Service (SaaS) cloud-based system that will manage, store, and track sensitive student data, ensuring compliance with federal and state reporting requirements while improving educational outcomes. The NASIS will serve 186 bureau-funded schools, emphasizing the importance of centralized data management and robust security measures to facilitate effective communication among stakeholders. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further details, with the contract performance period set from July 3, 2025, to July 2, 2030.

    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 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
    H--BOILER INSPECTION FOR NAVAJO REGIONAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services across sixty-six schools managed by the Bureau of Indian Education, including nine Bureau of Indian Affairs locations. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires contractors to conduct annual external inspections of boilers and pressure vessels, providing all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period commencing on March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors should submit their offers by March 20, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
    J--Well Pump Removal and Replacement for Tiis Nazbas
    Buyer not available
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is soliciting proposals for the removal and replacement of a water pump at the Tiis Nazbas Community School. This procurement aims to ensure compliance with the Federal Acquisition Regulation (FAR) while promoting participation from Indian Small Business Economic Enterprises (ISBEEs). The project is critical for maintaining the school's water supply infrastructure, which is essential for the health and safety of students and staff. Interested small businesses must submit their bids by March 12, 2025, at 5:00 PM Eastern Time, and can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further information.
    Firewall Hardware & Licenses for OIT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the acquisition of firewall hardware and licenses for its Office of Information Technology. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 541519, emphasizing the government's commitment to supporting eligible small businesses in the technology sector. The selected vendor will provide essential cybersecurity infrastructure, with a firm fixed-price purchase order anticipated to be awarded within 90 days of the contract award. Interested offerors should ensure compliance with federal acquisition regulations and submit their proposals promptly, as late submissions may jeopardize eligibility; for further inquiries, contact Maggie Main at maggie.main@bia.gov.
    Z--GYM FLOOR REPLACEMENT KCES
    Buyer not available
    The Bureau of Indian Education, part of the Department of the Interior, is soliciting proposals for the replacement and repair of the gym floor at Keams Canyon Elementary School in Arizona. This project, funded under a federal contract set aside for Indian Small Business Economic Enterprises (ISBEEs), requires contractors to remove the existing gym floor and install new flooring systems, adhering to various safety and construction standards. The total budget for this project is estimated between $100,000 and $250,000, with proposals due by March 21, 2025, following a mandatory site visit on February 21, 2025. Interested contractors must ensure compliance with Davis Bacon Wage Determinations, tribal taxes, and COVID-19 guidelines, and can direct inquiries to Krisanne Dernago at krisanne.dernago@bie.edu.
    Sonar Underwater Drone BIA Off. of Justice Service
    Buyer not available
    The Bureau of Indian Affairs (BIA) under the U.S. Department of the Interior is seeking proposals for the procurement of specialized Sonar Underwater Drone Equipment, specifically the OceanBotics SRV-8 ROV and associated components. This solicitation is aimed at Indian Small Business Economic Enterprises (ISBEEs) and includes multiple line items such as underwater drones, multibeam sonar systems, robotic grabbers, and spare parts, with an emphasis on brand-name specifications and customer support. The equipment is intended to enhance the capabilities of the BIA's Office of Justice Services, particularly in addressing cases involving missing and murdered individuals, thereby reflecting the government's commitment to advanced marine technology for effective operational needs. Proposals are due within 90 days post-order, and interested parties can contact Lara Wood at lara.wood@bia.gov for further information.
    Acoma Canoncito Laguna Service Unit Electronic Drug Database
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the provision of an electronic drug database for the Acoma-Canoncito-Laguna Indian Health Center in New Mexico. The contract, which spans five years starting April 1, 2025, includes a 12-month base period with options for four one-year renewals, and requires the contractor to deliver comprehensive drug-related information to support clinical staff's educational and treatment needs. This initiative underscores the government's commitment to enhancing healthcare resources within Indian Health Services, ensuring that clinical personnel have access to vital drug information and safety resources. Interested parties can contact Eric Wright at eric.wright@ihs.gov or by phone at 505-256-6752, with a fixed annual contract price of $7,000 and adherence to federal and tribal regulations required.
    Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract. This procurement aims to gather specialized cost data and estimating services that will support the construction and renovation of facilities serving Native American communities. The selected contractor will play a crucial role in ensuring accurate budgeting and financial planning for projects that enhance healthcare infrastructure. Interested parties should contact Matt D Sanders at matt.sanders@ihs.gov or 206-374-7302, or Andrew E. Hart at andrew.hart@ihs.gov or 206-615-2453 for further details. Additionally, Offerors must comply with the Buy Indian Act and confirm their status as an "Indian Economic Enterprise" throughout the contract process.
    SCIP-IW BUILDING TRANSFER ESA/ LEAD/ASB
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for a comprehensive environmental assessment related to the transfer of three buildings to the Gila River Indian Community in Arizona. The project requires a Phase I Environmental Site Assessment (ESA), a Comprehensive Asbestos Survey, and a Lead-Based Paint Inspection, all aimed at ensuring safety and compliance with environmental regulations prior to the transfer. This initiative underscores the BIA's commitment to environmental safety and regulatory adherence, with deliverables including draft reports within 60 days and final reports within 90 days of approval. Interested parties, particularly those qualifying as Indian Economic Enterprises, should contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or call 602-241-4566 for further details.
    Request For Information for Information Collection Request, Review & Approval System Maintenance and Support (ICRAS)
    Buyer not available
    The Department of Education is issuing a Request for Information (RFI) to identify qualified small business vendors for the maintenance and support of the Information Collection Request, Review & Approval System (ICRAS). The procurement aims to gather insights for a planned re-compete of a single award contract, which will involve managing ICRAS within a cloud environment, ensuring compliance with federal regulations, and delivering essential project management and operational support services. This initiative is crucial for enhancing the Department's efficiency in managing educational data collections and adhering to federal laws such as the Paperwork Reduction Act. Interested vendors must submit their capability statements and business details by March 11, 2025, to the designated contacts, Michael Rivera and Katie Opper, at their respective email addresses, as the information gathered will inform a future solicitation planned for release in Spring 2025.
    Firm Fixed-Price, Non-Personal Service Type, Commercial Item to provide Licensing, Maintenance, and Support for IHS Great Plains Areawide Laboratory Information Systems. Period of Performance: 01/01/2025 - 12/31/2025.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to provide licensing, maintenance, and support for the Great Plains Areawide Laboratory Information Systems, with a contract period from January 1, 2025, to December 31, 2025. The procurement aims to establish a comprehensive solution that includes middleware support, compatibility with existing HL7 interfaces, and ongoing training and maintenance services to enhance clinical operations across IHS service units. This initiative is crucial for ensuring effective data exchange and standardization in healthcare technology within the Great Plains Area. Interested parties should respond to the Sources Sought notice by submitting their company information to David Jones at david.jones@ihs.gov, and must be registered in the System for Award Management (SAM) to be eligible for future contracts.