R--Indian Art and Craft Shop Operations RFP
ID: DOIAFBO250054Type: Special Notice
Overview

Buyer

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

NAICS

Independent Artists, Writers, and Performers (711510)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of the Interior (DOI) is seeking proposals from qualified entities to operate the Indian Art and Craft Shop in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with a potential five-year renewal, for managing the retail sale of authentic Indian arts and crafts, cultural education, and event programming. Key requirements include compliance with the Indian Arts and Crafts Act of 1990 and historic preservation standards. No franchise fees are required, but the concessionaire must generate its own revenue. Preference will be given to Indian-owned businesses, though non-Indian entities are encouraged to apply. Proposals are due by January 15, 2026, and must detail plans for authenticity, support for Indian artisans, operational capability, marketing, and financial resources. Evaluation factors are equally weighted, with a strong emphasis on commitment to authenticity and support for Native American communities. A site visit and Q&A session are available upon request.
    The Indian Affairs division of the U.S. Department of the Interior has issued a Request for Information (RFI) regarding the operations of the Indian Craft Shop, which is set to change management after June 6, 2025. The purpose of the RFI, tracked under IA25SS0001, is to gather market research and gauge interest among potential concessionaire operators who can manage both onsite and virtual retail for authentic American Indian and Alaska Native arts and crafts, complying with the Indian Arts and Crafts Act and relevant DOI policies. Qualified entities are invited to submit detailed responses, including company qualifications, proposed merchandise compliance strategies, marketing plans, and logistics for managing the Shop's operations. Preference will be given to Indian-owned businesses under the Buy Indian Act. The document emphasizes that this RFI does not guarantee a solicitation will occur and that no costs will be reimbursed for responses. The goal is to inform potential future solicitations following the receipt of input from interested parties, thereby promoting the cultural significance of Indian arts and crafts through effective management and outreach efforts.
    The Bureau of Indian Affairs (BIA) issued a Request for Information (RFI) concerning the operation of the Indian Craft Shop, which showcases American Indian and Alaska Native arts and crafts. This RFI (IA25SS0001) serves primarily for market research as the current operator, Guest Services Inc., will discontinue service on June 6, 2025. The BIA seeks input from interested vendors to potentially establish a concession contract for managing both onsite and virtual retail operations. Operators are expected to adhere to the Indian Arts and Crafts Act and relevant Department of the Interior policies, with a preference for Indian-owned businesses. Interested respondents are invited to provide detailed qualifications and strategies for managing shop operations, including compliance with cultural authenticity, merchandising, marketing, and community engagement. Responses will help shape a forthcoming formal Request for Proposal (RFP) that may follow this information-gathering phase. The RFI emphasizes that participation does not guarantee a contract, and respondents are discouraged from sharing proprietary information. Interested vendors must email their responses by July 15, 2025, which should not exceed 10 pages in length.
    The Indian Affairs is issuing a Request for Information (RFI) related to the Indian Craft Shop operations under BIA Tracking Number IA25SS0001. The RFI, which is part of market research, seeks input from qualified entities interested in managing the Indian Craft Shop, located in Washington, DC, following the impending cessation of operations by Guest Services Inc. on June 6, 2025. The selected operator will be tasked with promoting authentic American Indian and Alaska Native arts and crafts, adhering to the Indian Arts and Crafts Act, without requiring a franchise fee or revenue-sharing to the Department of the Interior. Interested vendors are encouraged to provide detailed responses to specific questions outlined in the accompanying questionnaire, covering business qualifications, compliance with the arts and crafts act, shop operations, online presence, cultural engagement, and marketing strategies. Submissions should be emailed to designated contacts, with a focus on ensuring transparency and compliance with relevant regulations. The RFI is strictly for planning purposes and does not bind the Government to any contract obligations or reimburse costs incurred by respondents. Ultimately, this initiative aims to identify potential operators before possibly issuing a formal Request for Proposal (RFP).
    Lifecycle
    Title
    Type
    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.
    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.
    Z--CRIP MC Checks and Lateral 73 Construction
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is issuing a presolicitation notice for the Colorado River Indian Irrigation Project (CRIIP), seeking construction contractors for significant rehabilitation and new construction work. The project, estimated to cost between $15,000,000 and $22,000,000, involves rehabilitating Main Canal Checks 185 and 270, replacing gates, and undertaking concrete repairs, as well as realigning canals and constructing new facilities, including electrical modifications for Main Canal Check 420. This work is crucial for maintaining the irrigation infrastructure within the Colorado River Indian Tribes Reservation near Parker, Arizona. The solicitation is expected to be released around February 1, 2026, with a performance period of approximately 750 calendar days, and interested contractors must be registered in SAM.gov. For further inquiries, contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
    D--Dell PowerProtect Backup Service for OIT
    Interior, Department Of The
    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.
    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.
    Request for Information DOI Uniform Program
    Interior, Department Of The
    The National Park Service, on behalf of the Department of the Interior, has issued a Request for Information (RFI) to identify vendors capable of supplying uniforms and related items under the NAICS Code 315210 (Cut and Sew Apparel Contractors). The procurement aims to assess the capability of vendors to provide 'Buy American' compliant civilian and law enforcement uniforms, patches, insignia, headwear, footwear, outerwear, and other related items for approximately 35,000 employees across up to seven federal land management bureaus. This initiative is critical for ensuring that federal employees are equipped with high-quality, compliant uniforms while promoting domestic manufacturing. Interested vendors are encouraged to submit capability statements by January 9, 2026, detailing their ability to meet the specified requirements, including pricing comparisons and experience with uniform programs. For further inquiries, vendors may contact Jaime Mijares at JaimeMijares@nps.gov or by phone at 303-969-2755.
    Request for Information DOI Uniform Program
    Interior, Department Of The
    The National Park Service (NPS), representing the Department of the Interior (DOI), has issued a Request for Information (RFI) to identify vendors capable of supplying uniforms and related items under NAICS Code 315210 (Cut and Sew Apparel Contractors). The procurement aims to provide Buy American Act-compliant uniforms, including civilian and law enforcement apparel, patches, insignia, headwear, footwear, and outerwear for approximately 35,000 employees across seven federal land management bureaus. This initiative is crucial for ensuring that the uniforms meet diverse climate needs and adhere to federal regulations, with a potential contract type being a five-year Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract valued between $10,000 and $130,000,000. Interested vendors should submit their capability statements and other required information by January 9, 2026, and direct any inquiries to Jaime Mijares at JaimeMijares@nps.gov or by phone at 303-969-2755.
    Janitorial and Cleaning Supplies - Santa Fe Indian Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking quotes for janitorial and cleaning supplies for the Santa Fe Indian Health Center in New Mexico. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, with the aim of providing essential cleaning products to support the health center's operations. The selected contractor will be responsible for delivering a comprehensive range of janitorial supplies, adhering to specific technical requirements, and ensuring timely deliveries. Interested offerors must submit their quotes by January 9, 2026, at 12:30 PM MST, and are required to register with the System for Award Management (SAM) prior to award. For further inquiries, potential bidders can contact Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the HVAC unit for the CT room, including the installation of a new rooftop unit with a direct steam injection humidifier, as well as renovating the interior with new cabinets, flooring, ceiling tiles, and lighting. This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a performance period of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by 2:00 PM Pacific Time on January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.