7E--ITEMS 2.0 for Indian Affairs and DO
ID: 140A1625R0040Type: 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, Bureau of Indian Affairs, is soliciting proposals for the procurement of IT Equipment under the Indefinite Delivery, Indefinite Quantity (IDIQ) contract titled "ITEMS 2.0." This opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs) and focuses on acquiring Dell-branded IT equipment, including laptops, desktops, tablets, and peripherals, to support the operational needs of the Bureau. The contract will have a five-year ordering period with a guaranteed minimum of $2,500 and a maximum ceiling of $75 million for the group of contracts, with individual delivery orders ranging from $2,500 to $7,500,000. Interested vendors can contact Adam Lowery at Adam.Lowery@bia.gov or call 571-560-0622 for further details, and proposals must be submitted by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Affairs Office of Information Technology (OIT) is seeking a Brand Name Only approval to limit IT equipment purchases to Dell products, specifically for laptop and desktop computers, tablets, printers, and associated peripherals. This justification for other than full and open competition is based on Dell being the mandatory source for IT equipment across the Department of the Interior and Indian Affairs, as per a previously approved Class Justification for an Exception to Fair Opportunity. The requirement is for a competitive Indian Small Business Economic Enterprise (ISBEE) set-aside, with the intent to result in firm-fixed price, multiple-award Indefinite Delivery - Indefinite Quantity (IDIQ) contracts. Market research identified numerous ISBEE vendors authorized as Dell resellers, and a pre-solicitation notice was posted on sam.gov. The anticipated cost is deemed fair and reasonable due to competitive pricing under the existing ITEMS IDIQ and comparison with other proposals. While Dell is currently the only approved brand, DOI/IA may evaluate other manufacturers in the future.
    Attachment 1, titled 'Model List,' details various laptop and desktop models designated for specific user types within the Bureau of Indian Affairs (BIA). The document outlines a range of Dell Pro devices, including the 'Travelers 2-in-1 Laptop / Tablet' (Dell Pro 14 Plus 2-in-1), 'Elite User Laptop' (Dell Pro 14 Plus), 'Desktop (OJS Only)' (Dell Pro Micro Plus), 'Ruggedized' (Dell Pro Rugged 14), 'Engineering Laptop' (Dell Pro Max 16 Plus), and 'High End Laptop' (Dell Pro Max 16). This list likely serves as a standardized equipment catalog for procurement within government operations, ensuring that BIA personnel are equipped with devices tailored to their functional requirements.
    This document outlines a list of Dell Pro series computer hardware, including laptops, tablets, and desktops, categorized for various user types within the Bureau of Indian Affairs (BIA), such as "Travelers," "Elite User," "Desktop (OJS Only)," "Ruggedized," "Engineering," and "High End." Each item lists a model, a unit price of $0.00, and a total of $0.00, indicating that this document is likely a component of a larger request for proposal (RFP) or a grant application. It appears to be a hardware specification list rather than a pricing sheet. The document also includes an "Estimated Quantity (over 5 years)" section, suggesting a long-term procurement plan. The overall purpose is to specify the types and estimated quantities of computer equipment needed by the BIA, likely for a federal government procurement initiative.
    This document outlines the self-certification requirements for "Indian Economic Enterprises (IEEs)" under the Buy Indian Act (25 U.S.C. 47) and Department of the Interior Acquisition Regulation (DIAR) Part 1480. To qualify, an enterprise must meet the IEE definition at the time of offer, contract award, and throughout the contract term. Contracting Officers can request additional eligibility documentation at any point. The document warns against submitting false or misleading information, citing penalties under 18 U.S.C. 1001 for false information and 31 U.S.C. 3729-3731 and 18 U.S.C. 287 for false claims during contract performance. It includes an "Indian Affairs Indian Economic Enterprise Representation Form" for offerors to certify their IEE status by providing their Federally Recognized Tribal Entity name, Unique Entity ID (UEI), Legal Business Name, 51% (or greater) owner, and certifying signature.
    The Bureau of Indian Affairs is preparing to issue a pre-solicitation notice (140A1625R0040) for Indian Small Business Economic Enterprises (ISBEE) to supply Dell laptops, desktops, printers, and peripherals. The solicitation, set to be posted in mid-August 2025, will lead to the award of a multiple awardee Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a five-year ordering period and a total ceiling of $75 million. Only proposals from ISBEE vendors will be considered, in accordance with DIAR 1480.201, reinforcing a commitment to support small Indian businesses. The award decision is expected by September 30, 2025. The procurement aims to meet the IT needs of Indian Affairs while allowing for other compatible equipment from Dell partners as necessary. This initiative underscores the government's focus on leveraging small businesses for federal contracts, particularly those contributing to Indian economic development.
    This amendment (140A1625R0040) addresses bidder questions for a federal solicitation, likely an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Dell equipment and related peripherals. Key clarifications include allowing repricing for End-of-Life (EOL) products and potential market condition-based price updates, with the Contracting Officer's approval. Model specifications are available from Dell distributors. Pricing must be valid for 45 calendar days post-proposal closing. Delivery lead times will align with Dell's current schedules. Additional peripherals, not limited to Dell, will be added post-award but are not part of the initial evaluation. Only approved and priced equipment under the IDIQ will be permitted at the delivery order level, with IDIQ pricing representing maximum rates, and discounted pricing anticipated. Dell Federal reseller status will be vetted directly with Dell, with only prime ISBEE vendors being authorized resellers. A separate business volume for documents is acceptable. Deliveries are limited to CONUS + Alaska, with shipping included in unit pricing. The correct evaluation cell is E9 on Attachment 2. Offerors receiving a "Fail" on Past Performance can provide an SBA certificate of competency. Lack of past performance is considered "Neutral." There is no minimum quantity per delivery order, and orders will be issued as needed. Standard practice is a single ship-to location per order, with no anticipated list of locations or quantities. Payment terms include accelerated pay for small businesses (Net 15), and all orders are tax-exempt.
    This Request for Proposal (RFP) (Solicitation Number 140A1625R0040) is issued by the Department of the Interior (DOI), Bureau of Indian Affairs (BIA), for IT Equipment – Manufacturer Specific (ITEMS) 2.0. It is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS 334111, Electronic Computer Manufacturing, with a 1,250-employee size standard. The government anticipates awarding multiple Indefinite Delivery-Indefinite Quantity (IDIQ) contracts with a five-year ordering period and no options. Each IDIQ contract has a guaranteed minimum of $2,500.00 and a maximum ceiling of $75,000,000.00 for the group of contracts. Individual delivery orders (DOs) will be Firm Fixed Price, with a minimum order amount of $2,500.00 and a maximum of $7,500,000.00 per order or series of orders within 10 days. Payment will be made electronically via the U.S. Department of the Treasury's Invoice Processing Platform (IPP). Delivery locations and schedules will be defined at the DO level, and all deliverables must meet Section 508 Accessibility Standards. Contractors are required to provide monthly reports and adhere to strict confidentiality and ethical guidelines.
    Similar Opportunities
    Automated Meter Reading/Customer Information Syste
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    R--Geospatial Support Services for OTS - DRIS
    Buyer not available
    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.
    ATVs for DESCRM
    Buyer not available
    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
    Buyer not available
    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--Indian Art and Craft Shop Operations RFP
    Buyer not available
    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.
    R--FACE Program, Prekindergarten & Adult Education Se
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide Prekindergarten and Adult Education services under the FACE Program through Solicitation 140A2326Q0002. The procurement aims to deliver comprehensive technical assistance and programmatic support across approximately 55 sites in 14 states, focusing on school readiness, lifelong learning, and family engagement for American Indian families. This contract, valued at $6,324,577.00, is structured as a Firm-Fixed Price agreement with a base year and four option years, extending from March 1, 2026, to February 28, 2031. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for two Information Technology Specialists to provide essential IT services at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, structured as a Firm-Fixed-Price agreement, includes a base year and four option periods, focusing on responsibilities such as managing Windows and VM Cloud systems, IT Helpdesk support, network administration, and data management. This opportunity is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal businesses in delivering healthcare services. Interested offerors must submit their quotes by December 29, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Buyer not available
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    68--Propane for Cheyenne River Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of 41,400 gallons of propane for the Cheyenne River Agency in South Dakota. This opportunity is set aside for Indian Economic Enterprises (IEEs) and requires the vendor to deliver propane on an as-needed basis, adhering to all relevant regulations and guidelines. The contract period is scheduled from December 15, 2025, to March 31, 2026, with quotes due by December 10, 2025, at 5:00 PM CST. Interested vendors can contact Crystal Keys at crystal.keys@bia.gov or by phone at 405-933-6016 for further information.
    #1 Diesel Fuel for Cheyenne River Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified vendors to provide 7,000 gallons of 1 Diesel Fuel Clear for the Cheyenne River Agency in Eagle Butte, South Dakota. The procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 324110, and the selected contractor will be responsible for the timely delivery of fuel within seven calendar days after receipt of order, adhering to all applicable federal, tribal, state, and local regulations. This fuel is essential for the operations of the BIA's Transportation Department, ensuring the agency can effectively serve the community. Interested parties must submit their offers by December 10, 2025, at 0900 PST, and can direct inquiries to Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-426-9210.