R--Technical Assistance and Administrative Support
ID: 140A1625R0032Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSCENTRAL OFFICERESTON, 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 Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a Technical Assistance and Administrative Support (TAAS) Indefinite Delivery, Indefinite Quantity (IDIQ) contract aimed at enhancing the capabilities of its Division of Water and Power (DWP). The contract will provide essential support services related to irrigation, dam safety, and water resource management, with a focus on promoting self-determination and economic opportunities for Native American tribes. This procurement is significant as it aligns with federal regulations and the Buy Indian Act, ensuring that Indian-owned Small Business Economic Enterprises (ISBEEs) are prioritized in the contracting process. The contract has a maximum ceiling of $47.5 million over a five-year period, with a minimum order requirement of $5,000, and proposals are due by August 11, 2025. Interested parties can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or by phone at 571-560-0519 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Indian Affairs (BIA) requires technical and administrative support services for its Division of Water and Power (DWP). The DWP's mission includes managing irrigation, dam, and power facilities to promote self-determination and economic opportunities for Native American tribes. The contract encompasses support for the three branches of DWP: Safety of Dams, Irrigation, and Water Resources, with a focus on enhancing public safety and infrastructure management. Key activities include risk management and inspections for dam safety, technical assistance for irrigation projects, and training programs to bolster tribal water resource management capabilities. The contractor will be responsible for providing skilled personnel, engineering support, program evaluations, and ensuring compliance with federal regulations while coordinating with various stakeholders. Additionally, the contractor must handle administrative tasks related to financial tracking and offer strategic planning assistance. Monthly status reports are required to monitor progress, expenses, and property management. With an emphasis on fostering effective communication and meeting execution benchmarks, the contract aims to strengthen DWP's capabilities and resource management for the benefit of tribal communities.
    The document outlines a proposal for a federal contract encompassing various labor categories and associated labor rates for a five-year period, specifically focusing on the first year. The labor categories include Management, Engineering, Physical Science, and Support roles, each with defined titles and a standard labor rate of $1912. The contractor is instructed to fill in highlighted cells with relevant hours and totals, reflecting the anticipated labor expenditures. The justification provided specifies that the IDIQ (Indefinite Delivery Indefinite Quantity) contract ceiling is based on estimated spending for the duration of the contract. Total calculations for subsequent years are placeholders, showing the total potential costs if each labor category were utilized once annually. This document serves as a framework for governmental agencies to assess and plan resource allocation across specified labor categories in compliance with federal procurement regulations.
    This document outlines the Statement of Work for various labor categories in a federal government RFP, emphasizing personnel requirements for management, engineering, physical science, and support roles. Key positions include a Program Manager, Technical Coordinator, Engineering Technician, and various engineering roles, each necessitating specific educational backgrounds and extensive experience, particularly in water resource management and federal safety programs. The document specifies levels of expertise, ranging from entry-level positions to subject matter experts, highlighting the need for individuals to possess advanced degrees and considerable experience in technical fields relevant to federal projects. Additionally, roles in support services, such as Administrative Assistants, Technical Writers, and Accountants, are detailed with exacting experience and educational prerequisites. Collectively, this structured outline serves to guide the selection of qualified candidates who can effectively contribute to the successful execution of complex federal initiatives relating to water resources and infrastructure projects.
    The document outlines the requirements for self-certification by Offerors under the Buy Indian Act, specifically regarding Indian Economic Enterprises (IEEs). According to the act, the Offeror must confirm that it qualifies as an IEE at three key stages: when responding to a solicitation, at the time of contract award, and throughout the contract duration. Contracting Officers may request further information or documentation of eligibility during the acquisition process. Additionally, any false information provided during the offer or contract performance could lead to legal repercussions under relevant federal laws. The form also includes necessary details such as the name of the tribal entity, unique entity ID, and ownership information required for completing the self-certification process. This document serves to ensure compliance with federal mandates designed to support and facilitate contracts with recognized tribal entities while maintaining legal integrity in federal contracting practices.
    The document outlines a request for proposal (RFP) regarding Technical Assistance and Administrative Support Services (TAAS) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract from the Department of Water and Power (DWP). It compiles questions and answers, providing clarifications on various aspects of the RFP. Key points include instructions for proposal submissions, monetary considerations for labor categories, travel reimbursements, timelines for award notifications, and requirements for key personnel resumes. Notably, it confirms that transition plans are necessary, addresses compensation for overtime, and outlines conditions for permits and licenses as overhead expenses. Additional clarifications clarify that the Contracting Officer's Representative may work remotely, the proposal deadline has been extended, and adjustments to criteria and page limits have been made. The document emphasizes the need for compliance with federal regulations while detailing the responsibilities expected from contractors. The Q&A structure aims to ensure potential bidders have clear guidance to formulate accurate proposals, reflecting the complexities associated with this government contract. This RFP seeks to facilitate efficient administrative support while adhering to regulatory frameworks and fiscal responsibility.
    The document outlines the solicitation for Technical Assistance and Administrative Support services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Indian-owned Small Business Economic Enterprises (ISBEEs). The contract, valued at up to $47.5 million over five years, emphasizes compliance with the Buy Indian Act and limits subcontracting. Offerors must provide fixed-price labor rates for specified labor categories and may include reimbursable travel costs, with a minimum order amount of $5,000. The Statement of Work (SOW) and detailed pricing schedules are provided in attachments, while the contract encompasses various provisions regarding inspection, acceptance, and deliverable management. Key personnel must be clearly identified, and work will primarily occur during normal government business hours, barring special arrangements for emergency services. The contract prohibits personal services and emphasizes the need for contractors to uphold confidentiality regarding sensitive information. Overall, this IDIQ contract aims to ensure qualified and dedicated support from ISBEEs, fostering economic growth while fulfilling government objectives in technical assistance and administration. Emphasis is placed on compliance, cost management, and seamless transitions in service delivery throughout the contract's lifespan.
    The document outlines an amendment to a solicitation related to a federal contract, specifically identified as solicitation number 140A1625R0032. The primary purpose of this amendment is to inform potential contractors of an extension for proposal submissions to August 11, 2025, at 9:00 AM Eastern Time. It clarifies that any acknowledgment of this amendment must be submitted prior to the specified time to avoid rejection of offers. Additionally, it informs that no further extensions beyond the new deadline are anticipated. The period of performance for the contract extends from February 1, 2026, to January 31, 2031. It is essential for contractors to return copies of the amendment along with their proposals while any changes to already submitted offers must be communicated correctly. This document reflects standard practices within federal procurement processes, ensuring transparency and clarity for participating contractors.
    The document outlines the amendment to solicitation number 140A1625R0032, detailing requirements for acknowledging receipt of the amendment and the stipulations for modifying a previously submitted proposal. The amendment specifies that offers must be acknowledged through one of three methods before the designated deadline to avoid rejection. It includes a clarification that the proposal due date remains unchanged since amendment 0001. The purpose of this amendment is twofold: to post questions and answers received in response to the solicitation and to provide updated continuation pages for the original SF-33. This amendment is essential for ensuring clarity among bidders about the solicitation requirements and maintaining compliance throughout the proposal process. The period of performance for the associated contract is set from February 1, 2026, to January 31, 2031. All other terms and conditions from previous documents remain intact and enforceable.
    The document outlines Solicitation Number 140A1625R0032 for a Technical Assistance and Administrative Support Indefinite Delivery Indefinite Quantity (IDIQ) contract intended for Indian-owned Small Business Economic Enterprises (ISBEEs). This procurement aligns with Federal Acquisition Regulations and aims to provide professional consulting services over a five-year performance period, with a maximum ceiling of $47.5 million and a minimum order requirement of $5,000. Key sections include a set-aside for ISBEEs, detailed pricing schedules for labor rates, and guidelines for task orders that will dictate labor categories and pricing. The contract prohibits the use of unauthorized employees and mandates that all contractor personnel undergo background checks. Specific provisions regarding travel, overtime, and invoicing are detailed, emphasizing compliance with Federal Travel Regulations and the requirement for electronic invoice submissions. Security protocols and confidentiality measures are critical components, underscoring the need for compliance with government standards. Overall, the document serves to ensure structured procurement while fostering opportunities for eligible Indian-owned businesses, reinforcing the government’s commitment to diversity and compliance in contracting processes.
    Lifecycle
    Title
    Type
    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.
    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--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.
    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--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).
    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.
    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.
    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.
    Propane for Winnebago Agency (Purchase & Delivery)
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide propane purchase and delivery services for the Winnebago Agency in Nebraska. The procurement aims to ensure a reliable supply of propane for heating, cooling, cooking, and emergency generators at federal facilities, including the Maintenance Shop and the Macy Detention Center, with estimated annual requirements of 3,000 gallons and 10,000 gallons, respectively. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the importance of supporting local economic development. Interested parties should contact Jodi Zachary at Jodi.Zachary@bia.gov or call 916-426-9210, with the contract period running from January 1, 2026, to December 31, 2026.
    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.