Thermal Monoculars BIA Office of Justice Services
ID: 140A1625Q0034Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSCENTRAL OFFICERESTON, VA, 20192, USA

NAICS

Small Arms, Ordnance, and Ordnance Accessories Manufacturing (332994)

PSC

MISCELLANEOUS WEAPONS (1095)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 6:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Office of Justice Services, is seeking proposals for the procurement of 30 thermal monoculars intended for use by the Missing and Murdered Unit in Albuquerque, NM. The thermal monoculars must meet specific technical requirements, including compatibility with helmet mounts, a combat-proven design, and a minimum detection range of 753 yards, ensuring they are suitable for tactical operations. This procurement is fully set aside for Indian Small Business Economic Enterprises (ISBEE), reflecting the government's commitment to supporting Indian-owned businesses in federal contracting. Interested offerors must submit their proposals, including technical specifications and compliance with federal regulations, by the specified deadline, and can contact Lara Wood at lara.wood@bia.gov for further information.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 6:06 PM UTC
The Bureau of Indian Affairs (BIA) is seeking proposals for the procurement of 30 thermal monoculars designed for use with helmet mounts, specifically compatible with the Wilcox L4 G34 three-hole shroud system. The devices must be combat-proven and feature a 12-micron 640x480, 60 Hz core, with ample battery life from both rechargeable and CR123 battery options. Key specifications include a manual focus high-performance lens, ultra-lightweight construction, a minimum detection range of 753 yards, and identification capabilities within 136 yards. Included in the proposal is the requirement for accessories such as USB and video cables, batteries, and a charger. The thermal monoculars must be made in the USA and come with a five-year warranty. The deliverables specified are 30 units of the thermal monoculars equipped with helmet mounts. This RFP highlights the government’s focus on obtaining reliable and effective equipment for operational purposes, ensuring that the solutions meet stringent performance and compatibility standards for use in various tactical environments.
Apr 10, 2025, 6:06 PM UTC
This document pertains to the compliance requirements under the Buy Indian Act, specifically focused on the self-certification process for Indian Economic Enterprises (IEEs) participating in federal solicitations. It outlines the legal stipulations that an Offeror must meet to qualify as an IEE at various stages: submission of an offer, contract award, and during the contract duration. The document emphasizes the need for accurate representation, noting that any misleading information could result in legal consequences under multiple statutes including 18 U.S.C. and 31 U.S.C. Additionally, it provides a specific form for Offerors to declare their eligibility as an IEE, including fields for entity name, ownership control, and signature certification. The context suggests a targeted outreach for contracting opportunities aimed at federally recognized tribal entities, reinforcing the government's commitment to fostering economic opportunities for Indian-owned businesses in the federal procurement landscape.
Apr 10, 2025, 6:06 PM UTC
The document outlines a Request for Proposal (RFP) for the procurement of thermal monoculars intended for the Bureau of Indian Affairs Office of Justice Services, specifically for the Missing and Murdered Unit in Albuquerque, NM. The procurement is fully set aside for Indian Small Business Economic Enterprises, with the solicitation number 140A1625Q0034. The anticipated delivery is expected within 90 days after receipt of the order. The solicitation includes specific product requirements and emphasizes compliance with various federal regulations, including FAR and DIAR clauses. Offerors are required to submit technical specifications, adhere to the terms and conditions, and be actively registered in the System for Award Management (SAM). Proposals will be evaluated based on a price and technical acceptability framework. The document contains sections detailing the general requirements, line item specifications, evaluation criteria, and pertinent submission instructions, including invoicing procedures through the U.S. Treasury's Invoice Processing Platform (IPP). The clear structure ensures that potential offerors understand the necessary compliance and submission requirements for a successful bid.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
7K--Nimble Storage for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of Nimble Storage solutions for its Office of Information Technology (OIT). This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance the agency's IT storage capabilities through the acquisition of various HPE storage products and accessories. The selected contractor will be responsible for delivering the required products within 90 days post-award, with proposals due by April 1, 2025. Interested parties can reach out to Maggie Main at maggie.main@bia.gov for further inquiries regarding this solicitation.
38--317 07C HYDRAULIC EXCAVATOR/MULCHER
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking proposals for the procurement of two CAT317 hydraulic excavators equipped with AFE RDM38EX mulchers, specifically for the Flathead Indian Irrigation Project. This acquisition is set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance operational efficiency in managing irrigation projects. The procurement emphasizes compliance with federal regulations and the importance of utilizing small business resources, with proposals due by May 23, 2025, at 2:00 PM. Interested parties can contact Brock Bell at brock.bell@bia.gov for further information regarding the solicitation process.
J--MICROSCOPE SERVICE AND REPAIR
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking qualified contractors for microscope service and repair. The primary objective is to procure maintenance and repair services for various microscope models used at the Chemawa Indian School in Salem, Oregon, ensuring they are thoroughly inspected, repaired, and cleaned to maintain educational resources. This opportunity is particularly significant as it supports the educational infrastructure within Indian communities and promotes economic development through the inclusion of Indian-owned enterprises. Interested parties must submit their offers by April 30, 2025, with the contract performance period scheduled from April 21, 2025, to May 21, 2025. For further inquiries, potential offerors can contact Brandon Walker at Brandon.Walker@bie.edu or (505) 803-4254.
H--BOILER INSPECTION FOR NAVAJO REGIONAL
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services for the Navajo Regional area, with a focus on supporting small businesses through a total small business set-aside. The contract entails conducting annual external inspections of boilers and pressure vessels across sixty-six schools managed by the Bureau of Indian Education, requiring the contractor to provide all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is significant for ensuring the safety and compliance of heating systems in educational facilities, with the contract expected to commence on March 1, 2025, and extend through several option years until February 28, 2030. Interested parties must submit their quotes by April 25, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
Nlyte Software Licenses for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for Nlyte Software Licenses for its Office of Information Technology (OIT), with a focus on engaging Indian Small Business Economic Enterprises (ISBEEs). The procurement aims to secure a Firm-Fixed-Price purchase order for software licenses, along with associated support and maintenance services, emphasizing compliance with federal contracting regulations. This initiative is crucial for enhancing the Bureau's IT capabilities and ensuring efficient management of software resources. Proposals are due by April 9, 2025, and interested parties can contact Maggie Main at maggie.main@bia.gov for further information.
All In One Visual Acuity System
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting bids for the procurement of an All In One Visual Acuity System for the Crownpoint Healthcare Facility in New Mexico. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to enhance visual acuity testing capabilities in medical settings, emphasizing the importance of advanced ophthalmic instruments. Interested vendors must comply with the Buy Indian Act and maintain their status as Indian Economic Enterprises throughout the contract duration, with all submissions due to the primary contact, Arlynda Largo, at arlynda.largo@ihs.gov by the specified deadline. No questions will be answered regarding this solicitation.
Ductile iron utility poles and related electrical
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for the procurement of ductile iron utility poles and related electrical hardware intended for the Colorado River Agency in Parker, Arizona. The procurement requires various sizes of utility poles and specific hardware parts that must meet stringent quality and material standards, including ASTM and ANSI classifications, with all materials required to be new. This initiative supports the federal government's commitment to high-quality standards and economic opportunities for local enterprises, particularly targeting Indian Economic Enterprises. Interested parties must submit their quotes by April 16, 2025, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
Taos Picuris Service Unit FOCUS IntraOral X-Ray Unit
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the procurement of a FOCUS IntraOral X-Ray Unit for the Dental Department at the Taos Picuris Service Unit in New Mexico. The contract is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to ensure compliance with federal, state, and local regulations while minimizing disruption during installation. This equipment is crucial for enhancing dental care services in the region, and the selected contractor will be evaluated based on qualifications and past performance rather than cost. Interested vendors must submit their proposals by email to Eric Wright by 12:00 PM MST on May 1, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
Art Kits for Tuba City Boarding School
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 350 elementary art kits for the Tuba City Boarding School. This solicitation is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to fulfill educational needs by providing essential art supplies to support K-12 learning environments. Interested contractors must comply with Federal Acquisition Regulations (FAR) and Interior Acquisition Regulations (DIAR), and proposals should include pricing information, product specifications, and evidence of capability to meet the requirements. For further inquiries, potential bidders can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov. Proposals are due within 30 days of the order receipt, and the contract will be awarded as a single firm-fixed-price agreement.
FMS Support, AN/PVS-14 Night Vision Devices (NVDs), GEN III, Monocular, including accessories
Buyer not available
The Department of Defense, specifically the U.S. Army, is soliciting proposals for the procurement of 700 AN/PVS-14 Night Vision Devices (NVDs), GEN III monoculars, as part of a Foreign Military Sales (FMS) initiative to Serbia. The contractor must adhere to stringent U.S. military specifications, including specific quality requirements for image intensifiers and compliance with various Federal Acquisition Regulations (FAR). This procurement is critical for enhancing military capabilities and ensuring operational readiness for allied forces. Interested small businesses must submit their proposals by noon EDT on May 21, 2025, and direct any inquiries to Contract Specialist Eric Polk at eric.w.polk3.civ@army.mil.