Geographic Information Systems (GIS) Modernization
ID: 140A1626Q0006Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Indian Affairs (BIA), Office of Trust Services, Division of Resource Integration and Services (DRIS) is seeking contractor support for data integration, workflow, and IT system modernization, primarily through Geographic Information Systems (GIS). This initiative supports natural resource management, tribal and climate resilience grants, forest harvesting, wildland fire analysis, and economic analyses on Indian lands. The Statement of Work outlines four categories of support: Geospatial Database Support/Enterprise GIS (EGIS), GIS Programming Support, Experienced GIS Support, and Basic GIS Support. Each category requires one full-time equivalent (FTE) with specific knowledge and tasks, including GIS application/dashboard development, data analysis, Python programming, database management, and geospatial data administration. Key personnel are designated for each category. Deliverables include various monthly and final reports, technical assistance, and briefing packages. The work will be performed at the BIA facility in Lakewood, CO, and remotely, adhering to government IT security and safety regulations.
    The Bureau of Indian Affairs (BIA), Office of Trust Services, Division of Resource Integration and Services (DRIS) seeks contractor support for IT system modernization through data integration and workflow enhancements. This involves utilizing GIS software, training, and application support for managing natural resources on Indian lands, including tribal resilience grants, forest harvesting, and oil and gas management. The primary goal is to address a backlog of mapping trust lands, incumbrances, and assets within the Trust Asset Accounting Management System (TAAMS), and to develop GIS applications and dashboards. The Statement of Work (SOW) outlines two categories of support: Experienced GIS Support (one GIS Analyst III) and Basic GIS Support (four GIS Analyst IIs), detailing required knowledge, tasks, and deliverables. Key tasks include mapping legal land descriptions, migrating Land Area Code (LAC) data to ESRI Enterprise Parcel Fabric, creating dashboards, and assisting with fee-to-trust processes. Deliverables include various monthly and final progress reports, specialized data reports, technical assistance for program guidance, financial reports, network analyses, briefing packages, and meeting minutes. The contract specifies work schedules, location (Denver Metro and remote), access to government IT systems, background checks, and the provision of government-furnished property and adherence to safety regulations.
    This document,
    Attachment 2 - Pricing Table outlines the cost structure for Geographic Information Systems (GIS) Modernization Services for OTS, specifically detailing the DRIS GIS Support. The document lists two key roles: GIS Analyst II (4 positions) and GIS Analyst III (1 position), both designated as remote. While the rates for these positions are not specified in the provided text, the total hours allocated are 7,680 for GIS Analyst II and 1,920 for GIS Analyst III. Additionally, the pricing table includes a "Travel (Not to Exceed)" line item with an allocated amount of $5,000.00. The overall total for the DRIS GIS Support services, as presented in this attachment, is $5,000.00, suggesting that the initial phase or a specific component of the GIS modernization primarily covers travel expenses, with the labor costs for the analysts to be determined or detailed elsewhere.
    The document outlines the self-certification requirements for an "Indian Economic Enterprise (IEE)" 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 submission of false or misleading information is punishable under 18 U.S.C. 1001, and false claims during contract performance are subject to penalties under 31 U.S.C. 3729-3731 and 18 U.S.C. 287. The
    This document is an amendment to solicitation number 140A1626Q0006, issued by the Contracting Office at 12201 Sunrise Valley Drive, Mail Stop-244, Reston VA 20192. The amendment, effective 12/02/2025, primarily removes two attachments: “Attachment 1 - SOW DRIS” and “Attachment_2 - Price Quote.xlsx.” It replaces them with corrected versions: “Attachment 1 - SOW” and “Attachment 2 - Price Quote.” The period of performance for the contract is specified as February 1, 2026, to January 31, 2027. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, or by other specified communication methods, to avoid rejection of their offer. All other terms and conditions of the original solicitation remain unchanged.
    This document is a combined synopsis/solicitation (RFP 140A1626Q0006) for Geographic Information Systems (GIS) Modernization Services for OTS - DRIS, issued by the Bureau of Indian Affairs (BIA). The acquisition is set aside 100% for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 561110. The contract will be a Labor Hour/Travel type with an anticipated period of performance from February 1, 2026, to January 31, 2031, including a base year and four option years. Services will be performed at the OTS, BOGS facility in Lakewood, CO, and remotely. The document outlines general requirements, line items for labor and travel, and incorporates various FAR and DIAR clauses, including those related to Indian Economic Enterprises, anti-trafficking, and electronic invoicing via IPP. It also includes custom clauses for late delivery notification and the SHARE IT Act, which commits developed software to the public domain.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    R--Emergency Governor Evaluation for the Bureau of Indian Affairs
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking small business sources for an Emergency Governor Evaluation at the Headgate Rock Hydro Electric Generation Station (HGR-EGS). The primary objective is to engage a Subject Matter Expert (SME) to evaluate and troubleshoot the hydraulic governor systems, which have faced catastrophic failures and performance issues, leading to increased operational costs for the Colorado River Indian Tribe (CRIT) reservation. This evaluation is critical for restoring reliable and economical power generation, ensuring the safe and consistent operation of the facility. Interested vendors must submit their responses by December 8, 2025, at 1:00 PM Eastern Prevailing Time, via email to David Boyd at DAVIDBOYD@IBC.DOI.GOV, adhering to the specified submission guidelines outlined in the attached Statement of Work (SOW).
    BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Buyer not available
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, which is set aside for small businesses, will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated operational period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific performance capabilities and qualified personnel. Interested parties must submit their proposals by December 30, 2025, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    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.
    Forest Inventory and Analysis BPA Suite
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Forest Inventory and Analysis (FIA) Blanket Purchase Agreement (BPA) Suite. This initiative aims to enhance scientific and technical knowledge related to the inventory and analysis of the Nation's forests, focusing on collecting and reporting data about forest extent, content, and condition across 24 states. The FIA program is crucial for providing timely and credible information to various stakeholders, including policymakers and natural resource agencies, and requires contractors to demonstrate technical qualifications through past performance and capability assessments. Interested contractors must respond to the Sources Sought Notice to be considered for the BPA, with contact inquiries directed to Gayle Geiger at gayle.geiger@usda.gov or by phone at 470-705-0968.