Enterprise Budget Support System (PEBSS)
ID: 140D0424Q0156Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA
Timeline
    Description

    Sources Sought INTERIOR, DEPARTMENT OF THE is seeking feedback on the Enterprise Budget Support System (PEBSS) procurement. PEBSS is a software system used for software development, maintenance, user documentation, user training, and program management. The Department of the Interior's Acquisition Services Directorate is requesting input on the Performance Work Statement (PWS) to ensure proper communication of the requirement. For more information, please contact the primary point of contact, Robert Brewer.

    Point(s) of Contact
    Files
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    U--SOURCES SOUGHT NOTICE
    Buyer not available
    The Bureau of Indian Education (BIE), part of the Department of the Interior, has issued a Sources Sought Notice for professional services aimed at designing and developing standards-based assessments in English language arts, mathematics, science, and English language proficiency for approximately 45,000 students across BIE schools in 23 states. The objective is to enhance educational outcomes for Native American students in grades 3-8 and high school, with a contract potentially awarded for the 2025-2026 school year and annual renewals through 2029-2030. Interested vendors are required to submit their capabilities, company information, and relevant experience by March 31, 2025, with all communications directed to Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu. No funding is currently available, and participation in this notice is voluntary.
    F5 Web App Firewall Licenses, Brand Name Only
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for F5 Web Application Firewall Licenses, with a focus on brand name products only. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to provide essential licensing and network support services for F5 technology, which is critical for enhancing cybersecurity measures within federal operations. The anticipated contract will span three years, beginning on June 2, 2025, and will be awarded as a firm-fixed-price contract. Interested parties can reach out to Jeffrey Pearson at Jeffrey.Pearson@bia.gov or call 571-560-0519 for further details and submission requirements.
    LEAD PAINT AND ASBESTOS ASSESSMENT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a comprehensive lead paint and asbestos assessment for 48 BIA-owned buildings located on the Hopi Indian Reservation in Arizona. The project aims to ensure safety and compliance with environmental regulations by conducting thorough inspections and assessments of hazardous materials, with a focus on public health and safety prior to any construction or renovation activities. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and has a performance period of 180 days from the award date. Interested parties can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566 for further details.
    D--ONRR - Oil Price Information Service (OPIS) subscription
    Buyer not available
    The Department of the Interior, through its Interior Business Center, intends to award a sole source Purchase Order to Oil Price Information Service, LLC for a subscription to the Oil Price Information Service (OPIS), which provides essential natural gas market data services for the Office of Natural Resources Revenue (ONRR). This procurement is critical for ensuring compliance with royalty payment processes, as it requires detailed monthly feeds of average LP Gas prices from various U.S. markets, which are vital for accurate royalty collection and price verification. The contract will have a base term of one year, with two optional 12-month extensions, potentially totaling three years. Interested parties may submit capability statements until March 26, 2025, although no competitive proposals will be solicited, and the government will determine whether to compete the contract based on the responses received. For further inquiries, interested parties can contact Daniel Wheeler at danielwheeler@ibc.doi.gov.
    FLOOR SCRUBBER/BUFFER MACHINES
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking proposals for the procurement of floor scrubber and buffer machines. This solicitation is targeted towards Indian Small Business Economic Enterprises (ISBEE) and outlines the acquisition of commercial items, including a burnisher and a floor scrubber, with a delivery deadline set for May 30, 2025. These machines are essential for maintaining cleanliness and hygiene in educational facilities, particularly in environments serving Indian children. Interested contractors should direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or call 505-803-4266 for further details regarding the procurement process.
    R--Trust Asset, Land Management, and Accounting Software
    Buyer not available
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking information from vendors regarding a Cloud Enabled Software System for managing Trust Asset, Land Management, and Accounting. The primary objective is to gather insights on vendor capabilities and experiences to inform the acquisition strategy for replacing the aging Trust Asset and Accounting Management System (TAAMS), which supports the management of over 56 million acres of Indian Trust Land. This system is crucial for automating processes related to land management, ensuring compliance with federal regulations, and maintaining financial accuracy in reporting and distributions. Interested vendors should contact Daniel Cugler at daniel.cugler@bia.gov for further details, as this Request for Information (RFI) is intended solely for market research purposes and will not result in a contract.
    District of Columbia Facility, Safety Footwear
    Buyer not available
    The Bureau of Engraving and Printing (BEP), part of the Department of the Treasury, is seeking input from vendors regarding the provision of safety footwear services for its District of Columbia facility. The procurement aims to establish a service contract that includes a twelve-month base period and four optional twelve-month extensions, ensuring that approximately 1,200 employees receive adequate foot protection in compliance with federal OSHA regulations. This initiative highlights the importance of workplace safety and the provision of personal protective equipment, with contractors required to offer onsite fittings and a diverse inventory of footwear that meets ASTM and ANSI standards. Interested vendors must submit their Capability Statements by April 4, 2025, via email to Dawn Bran at Dawn.Baran@bep.gov, adhering to a three-page limit, as this notice is part of market research and does not guarantee a contract.
    Time Clock System
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking proposals for a Time Clock System to be implemented at Sherman Indian High School in Riverside, California. The procurement involves an internet-based time clock reporting system that includes hardware installation, software integration, maintenance agreements, and staff training, structured as a Firm Fixed Price contract with payment contingent upon delivery and acceptance of services. This initiative aims to enhance administrative efficiency in educational institutions while ensuring compliance with federal regulations, including the Service Contract Act, which mandates fair wages for contracted employees. Interested vendors can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further details, with the contract duration set for one year and potential extensions based on performance and funding.
    D--SOFTWARE SUPPORT-earthquake monitoring and data pr
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals from qualified small businesses for a federal contract focused on software support for earthquake monitoring and data distribution services. The contract, which spans five years from April 1, 2025, to March 31, 2030, aims to maintain and enhance various software systems integral to the Advanced National Seismic System (ANSS), ensuring effective monitoring and response capabilities for seismic events. This initiative is critical for advancing public safety and scientific inquiry related to earthquakes, with a minimum order of $70,000 and a maximum contract value not to exceed $5 million. Interested parties must submit their proposals by March 24, 2025, and can direct inquiries to Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    Y--BIBE 317515 Replace Chisos Lodge Rehab Water
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is preparing to issue a pre-solicitation notice for a federal contract aimed at replacing the Chisos Mountains Lodge and rehabilitating the water system at Big Bend National Park in Brewster County, Texas. The project encompasses the demolition and replacement of the existing lodge, the demolition of the Chisos Basin Camper Store, expansion of restrooms at the Visitor Center, and the installation of new potable water treatment and storage facilities, along with the replacement of the existing water distribution system. This initiative is crucial for enhancing visitor facilities and ensuring a reliable water supply while minimizing disruption to park visitors and protecting natural resources during construction. The anticipated project cost is estimated at $10 million or more, with a performance period of approximately 549 calendar days, and interested vendors must register in the System for Awards Management (SAM) and obtain a DUNS number. For further inquiries, potential bidders can contact Bruce Beck at brucebeck@nps.gov or by phone at 303-969-2318.