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.
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.
This document, "Attachment 2 - Pricing Table," is part of an RFP for Geographic Information Systems (GIS) Modernization Services for OTS (Office of Technology Services). It outlines the proposed pricing for GIS Analyst II and III positions, along with travel expenses, for a core base year and an optional Year 1. For both periods, it includes four GIS Analyst II positions and one GIS Analyst III position, all designated as remote, with a not-to-exceed travel cost of $5,000. The table also indicates the total hours for each analyst role (7,680 for GIS Analyst II and 1,920 for GIS Analyst III), although the rates and total costs for the analyst services are not yet specified. This attachment provides a framework for the staffing and associated travel costs for the GIS modernization project.
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
The document 140A1626Q0006 is a combined synopsis/solicitation for Geographic Information Systems (GIS) Modernization Services for OTS - DRIS, prepared under Federal Acquisition Regulation (FAR) Subpart 12.6. It outlines a 100% set-aside for Indian Small Business Economic Enterprises (ISBEEs) with NAICS code 561110 and a small business size standard of $12.5M. The anticipated contract is a Labor Hour/Travel type, with a base year from February 1, 2026, to January 31, 2027, and four one-year option periods, totaling a potential five-year performance. Services will be provided at OTS, BOGS in Lakewood, CO, and remotely. The document details applicable FAR and DIAR clauses, custom clauses for electronic invoicing via the IPP system, notice of late delivery, SHARE IT Act compliance for software, and Indian Affairs custom clauses regarding contract expiration notification. It also includes FAR and DIAR provisions related to representations and disclosures concerning telecommunications equipment and supply chain security.
The RFQ 140A1626Q0006 outlines questions and answers regarding a government contract for GIS Analyst services. Key clarifications include the expectation to utilize all 1,920 annual hours per FTE, which also serves as the not-to-exceed limit, though not guaranteed. Labor rates are subject to annual increases, and the mandatory staffing mix is one GIS Analyst III and four GIS Analyst IIs. Fully remote work is acceptable, but all personnel, regardless of location, must undergo a background check before starting work. The correct RFQ number is 140A1626Q0006, and the primary NAICS code is 541690. Overtime is not permitted. The submission deadline is January 15, 2026, 3:00 PM Eastern Time. The requirement is a new one, and it is a 100% Indian Small Business Economic Enterprise Set Aside. Resumes and letters of commitment are required for all positions, with one GIS Analyst III designated as key personnel. Quotes should be submitted via email to Nancy.Shah@bia.gov, with specific file submission volumes outlined.
RFQ 140A1626Q0006 details the requirements and answers questions for a federal government Request for Quotation (RFQ) for GIS Analyst services. The solicitation is a 100% Indian Small Business Economic Enterprise Set-Aside. Key points clarify that the estimated annual hours (1,920 per FTE) are also the not-to-exceed limit, with the government expecting full utilization but not guaranteeing hours. Labor rates are expected to address annual increases. The mandatory staffing mix is one GIS Analyst III and four GIS Analyst II, with the GIS Analyst III designated as key personnel. All positions can be fully remote, but all personnel, regardless of location, must undergo a background check, and no work can commence until results are received. Overtime is not permitted. The correct NAICS codes are 541690 (primary) and 561110. The submission deadline has been extended to January 15, 2026, 3:00 PM Eastern Time. Submissions must be emailed to Nancy.Shah@bia.gov, with specific file organization into four volumes, including technical and price quotes, IEE Certification, and other attachments like signed SF30, SF1449, past performance, and representations/certifications. Resumes and letters of commitment are required for all personnel, and a minimum of three past performance examples (no older than five years) are needed.
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 government file, Amendment 0002 to Solicitation 140A1626Q0006, modifies a previous solicitation, outlining critical requirements for offerors to acknowledge amendments and submit revised offers. The document details the administrative codes and dates associated with the amendment and provides instructions on how contractors/offerors and contracting officers should sign and date the forms. It also includes a continuation sheet that specifies the periods of performance for various labor and travel components across a base year and four option years, spanning from February 1, 2026, to January 31, 2031. This amendment is crucial for ensuring that all parties are aware of updated terms and conditions, particularly regarding the solicitation timeline and contract performance periods.
This document is an amendment to a government solicitation (RFQ number 140A1626Q0006/0003) issued by BIA CENTRAL. The purpose of this modification is to update and extend key aspects of the Request for Quote (RFQ). Specifically, the due date for offers has been extended to January 20, 2026, at 3:00 P.M. Eastern Time. Additionally, the amendment corrects a typo in the Roman numerals from "IIII" to "IV" on the Q&A section and updates the answers to questions 17 and 27. The period of performance for the resulting contract is stipulated to be from February 1, 2026, to January 31, 2027. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, returning copies, acknowledging on each offer copy, or sending a separate communication, ensuring receipt by the specified due date to avoid rejection of their offer. All other terms and conditions of the original solicitation remain in full force and effect.
This amendment to solicitation 140A1626Q0006/0004, effective December 2, 2025, incorporates an updated Attachment 2 – Pricing Table, which now includes pricing details for Option Year 1. The period of performance for this option year is from February 1, 2026, to January 31, 2027. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, by acknowledging on each offer copy, or by separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date and time may result in the rejection of an offer. Any changes to an already submitted offer due to this amendment must also be made via letter or electronic communication, referencing the solicitation and amendment, and be received before the offer opening hour and date. The document outlines administrative details for contract modifications and amendments, ensuring all other terms and conditions 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.