FACE Program, Prekindergarten & Adult Education Se
ID: 140A2326Q0002Type: Solicitation
Overview

Buyer

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

NAICS

Educational Support Services (611710)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    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.

    Point(s) of Contact
    Nahlee-Marshalek, Michelle
    michelle.nahlee@bie.edu
    Files
    Title
    Posted
    This Performance of Work (PWS) outlines the requirements for a contractor to provide comprehensive technical assistance and programmatic support for the Bureau of Indian Education (BIE) Family and Child Education (FACE) Program. This program offers Prekindergarten and Adult Education services to American Indian families across approximately 55 sites in 14 states, focusing on school readiness, lifelong learning, and family engagement. The contractor will develop and implement professional development systems, conduct annual on-site visits or desk audits, maintain a support log, create resources, and collaborate with other partners. Key responsibilities include participating in data collection, validation, and reporting through BIE-authorized systems like the FACE Portal, Power BI, and SharePoint. The contractor will also support mid-year and end-of-year program evaluations and provide culturally relevant materials. Qualifications for the vendor include extensive experience with Bureau-funded schools, Tribal education systems, and expertise in early childhood, adult education, and family literacy programming. All data and materials created under this PWS remain the sole property of the BIE FACE Program, and compliance with federal security and privacy standards (FISMA, FedRAMP, FERPA, Section 508) is mandatory. Travel requires pre and post-approval and must adhere to Federal Travel Regulations.
    This government file outlines a contract for professional and technical assistance, project management, oversight, data support, professional development, and implementation training, alongside program resource and support materials, and curriculum and licensing support. The contract spans a base year and four option years, with each year valued at $220,000.00, totaling $1,100,000.00 over five years. The labor components for each year involve 1920 hours, with a rate and total listed as $0.00, indicating these costs are likely subsumed within the overall annual total for services and materials. The consistent annual cost across all years suggests a fixed-price arrangement for the specified services and resources.
    This document contains Questions and Answers for Solicitation No. 140A2326Q0002, focusing on Prekindergarten and Adult Education. The scope includes curriculum implementation, instructional coaching, and the use of existing BIE-adopted standards and FACE curriculum. Contractors are expected to collaborate extensively with other partners and will receive access to data systems like Power BI and SharePoint after background clearance. Reporting is required quarterly and annually, utilizing a template in the FACE Portal. Travel includes one annual TA visit per site, with hybrid options available for desk audits, and travel expenses are reimbursed separately. The contract is a single award year with four option years. Key performance indicators include attendance, deliverables, data compliance, and participant evaluations. All created materials remain BIE property, though the contractor receives attribution. The incumbent is the National Center for Families Learning, Inc., and a single awardee will support both Prekindergarten and Adult Education components. The current contract funding is $6,324,577.00. Contractors must propose pricing, and there is no preferred budget range. The document also clarifies proposal submission requirements, system hosting within BIE's FedRAMP-authorized Microsoft cloud environment, and the expectation of approximately 55 on-site TA trips per year.
    This amendment (140A2326Q0002/0001) modifies a solicitation, issued by the Indian Education Acquisition Office in Albuquerque, NM, by providing responses to questions received on November 13, 2025. The submission date for offers remains unchanged. The amendment also details changes to travel-related line items (00012, 00022, 00032, 00042, 00052) for the base year and four option years, spanning from March 1, 2026, to February 28, 2031. All these items are categorized under Product/Service Code R499 (SUPPORT-PROFESSIONAL: OTHER). The document emphasizes that offers must acknowledge the amendment by completing and returning copies, acknowledging receipt on the offer, or through separate communication before the specified deadline to avoid rejection. Michelle Nahlee-Marshalek is the Contracting Officer.
    The Bureau of Indian Education (BIE) has issued Solicitation #140A2326Q0002, a Request for Quote (RFQ) for FACE Prekindergarten & Adult Education services. This is a Firm-Fixed Price contract, structured with a base year (03/01/2026 to 02/28/2027) and four one-year option periods, extending performance until February 28, 2031. The acquisition falls under NAICS code 611710 (Educational Support Services) with a small business size standard of $24 million. The RFQ emphasizes compliance with FAR Part 12 and 13.5, and includes numerous federal and departmental clauses related to ethics, labor standards, and electronic invoicing through the IPP system. Offerors must submit quotes by December 8, 2025, 1600 CS, adhering to strict page limitations and formatting guidelines, including a technical capability with transition plan, past performance, and pricing schedule. Background investigations are required for contractor employees having contact with Indian children or access to Personally Identifiable Information.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FACE Program, Family Enrichment
    Buyer not available
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is soliciting proposals for the Family Enrichment Services (FACE Program) under Solicitation 140A2326Q0004. This initiative aims to provide comprehensive home-based family engagement and early learning services for families with children from prenatal to age three, enhancing parental involvement in early education. The contractor will support approximately 55 FACE Family Enrichment sites across 14 states, focusing on professional development, technical assistance, and culturally responsive programming. Proposals are due by December 8, 2025, at 16:00 CST, with a firm-fixed-price contract valued at $800,000 over five years, and interested parties can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further information.
    R--Occupational Therapy Services, JFK
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide Occupational Therapy Services at the John F. Kennedy School in Whiteriver, Arizona. The procurement aims to support students with disabilities in receiving appropriate educational services as mandated by the Individuals with Disabilities Education Improvement Act (IDEIA), with services including direct therapy, evaluations, and collaboration with the Special Education Department. This initiative underscores the federal commitment to equitable education for students with disabilities, ensuring compliance with Individualized Education Programs (IEPs). Interested parties must submit their proposals by December 9, 2025, at 10:00 AM, with the contract period set to commence on February 1, 2026, and extend through January 31, 2027, with four optional renewal years available. For further inquiries, contact Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.
    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--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.
    Printer
    Buyer not available
    The Bureau of Indian Education (BIE) is seeking proposals for the procurement of a Canon TX04200 MFP (large format) printer or an equivalent model for the Turtle Mountain Elementary School located in Belcourt, ND. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 334118, which pertains to Other Computer Peripheral Equipment Manufacturing, and requires the equipment to be Energy Star and EPEAT certified, with a one-year warranty and support for at least seven years. The contract will be awarded as a Firm Fixed Price with FOB Destination delivery, and interested vendors must be registered in SAM.gov and complete the Indian Economic Enterprise Representation form. Proposals are due by December 9, 2025, at 10:00 AM MST, with the solicitation issued on December 2, 2025. For further inquiries, interested parties may contact Leah Azure at leahr.azure@bie.edu or by phone at (505) 803-4256.
    LIFE SAFETY SYSTEMS MAINTENANCE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking proposals for Life Safety Systems Maintenance at the BIE Riverside Indian School in Anadarko, OK. This procurement involves comprehensive inspection, testing, maintenance, and repair services for various life safety systems, including fire alarm systems, fire sprinkler systems, and emergency lighting, with a contract structured as a hybrid Firm-Fixed Price and Time and Material type covering a base year and four option years, from February 1, 2026, to January 31, 2031. The selected contractor will be responsible for ensuring compliance with NFPA standards and must be certified as an Indian Small Business Economic Enterprise (ISBEE), with proposals evaluated based on technical capability, past performance, and price. Quotes are due by December 5, 2025, at 4:00 PM CST, and interested parties can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further information.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    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.
    F--Fire Suppression Support Services
    Buyer not available
    The Bureau of Indian Affairs (BIA), Eastern Oklahoma Regional Office, is seeking to establish multiple Firm-Fixed-Price (FFP) Blanket Purchase Agreements (BPAs) for Fire Suppression Support Services. The objective is to secure up to 10 BPAs with a duration of five years, aimed at providing timely and effective fire suppression on Indian lands, thereby protecting natural resources, forests, wildlands, and Tribal Residents under BIA oversight in Eastern Oklahoma. Eligible contractors include fire departments, districts, non-profit associations, or political subdivisions authorized to provide wildland fire protection within Oklahoma, with an emphasis on City, State, Rural, and Volunteer Fire Departments. Interested parties can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further details.
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.