7J--Time Clock System
ID: 140A2325Q0093Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSINDIAN EDUCATION ACQUISITION OFFICEAlbuquerque, NM, 87104, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7J20)

Set Aside

Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services) (IEE)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 4:00 PM UTC
Description

The Bureau of Indian Affairs, under the Department of the Interior, 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. This initiative aims to enhance administrative efficiency in educational institutions while ensuring compliance with federal labor standards and the Service Contract Act. Interested vendors must acknowledge receipt of an amendment to the solicitation by April 7, 2025, at 10:00 am Mountain Time, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 9:05 PM UTC
This document outlines an amendment to solicitation number 140A2325Q0093, specifically changing the set-aside designation from "Indian Small Business Economic Enterprise" to "Indian Economic Enterprise". Offers must acknowledge receipt of this amendment by the specified due date of April 7, 2025, at 10:00 am Mountain Time, or risk rejection. The amendment includes essential instructions for offerors regarding submission of proposals, stating that changes to previously submitted offers can be made via letter or electronic communication referencing the solicitation and amendment number. The document ensures that all terms and conditions remain unchanged except for the specified modifications. This amendment plays a critical role in clarifying eligibility criteria for bidders, thereby aligning it with the goals of promoting economic opportunities for Indian Enterprises within federal procurement processes.
Mar 31, 2025, 9:05 PM UTC
This document is a Request for Proposals (RFP) pertaining to the acquisition of a Time Clock System for the Sherman Indian High School in Riverside, California. It outlines the requirements for an internet-based time clock reporting system, including hardware installation, software integration, maintenance agreements, and staff training. The contract is structured as a Firm Fixed Price agreement, with payment upon delivery, inspection, and acceptance of services. The RFP emphasizes the importance of compliance with the Service Contract Act, ensuring fair wages and benefits for contracted employees. Specific obligations include maintaining system functionality during emergencies, supporting remote data access, and integrating various card access options. The duration of the contract is set for one year, with the potential for four additional option years based on performance and funding availability. The document emphasizes federal regulations applicable to the acquisition process and highlights the importance of contractor compliance with labor standards, including wage determinations and provisions for reporting any fraud or waste. Overall, this RFP illustrates the government's initiative to update and improve administrative systems in educational institutions while ensuring adherence to regulatory and operational standards.
Lifecycle
Title
Type
Time Clock System
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
WTP SCADA SYSTEM/INSTALL, CROW AGENCY
Buyer not available
The U.S. Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the installation and programming of a Supervisory Control and Data Acquisition (SCADA) system at the Water Treatment Plant in Crow Agency, Montana. The project aims to ensure compliance with state and federal regulations, including the Montana Department of Environmental Quality standards and the Safe Drinking Water Act, while enhancing the monitoring and reporting capabilities of water quality parameters. This initiative is part of broader governmental efforts to improve infrastructure and water treatment services on Native American lands, emphasizing safety and regulatory adherence. Interested contractors, particularly those qualifying as Indian Economic Enterprises, must submit their proposals by April 15, 2025, with a project completion deadline of June 30, 2025. For further inquiries, potential bidders can contact Mary King at Mary.King@bia.gov or call 406-247-7941.
Book Displays for Tuba City Boarding School
Buyer not available
The U.S. Department of the Interior, Bureau of Indian Affairs, is soliciting proposals for the procurement of book displays for the Tuba City Boarding School. The project specifically seeks to acquire commercial display bins and shelving through a Firm Fixed Price purchase order, which is set aside for Indian Small Business Economic Enterprises (ISBEE). These book displays are essential for enhancing the educational environment at the boarding school, facilitating better organization and accessibility of educational materials. Interested contractors must ensure delivery within 30 days after receipt of order and comply with federal regulations, including submission of electronic invoices and adherence to labor standards. For further inquiries, potential bidders can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
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 specifically set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance the IT storage capabilities through the acquisition of various HPE storage products and accessories, ensuring compliance with federal contracting standards. Proposals must be submitted by April 1, 2025, with a firm-fixed-price purchase order anticipated, and delivery of the products is expected within 90 days post-award to the Bureau's location in Albuquerque, NM. Interested vendors can reach out to Maggie Main at maggie.main@bia.gov for further inquiries.
BIE Chinle Agency Fencing Installation
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the installation of a chain-link fence and two gates at the Bureau of Indian Education's Chinle Agency in Arizona. The project entails erecting 1,995 linear feet of commercial-grade chain-link fencing to enhance security and protect property from vandalism and break-ins. This initiative is crucial for ensuring a safe environment for BIE operations and reflects the government's commitment to supporting Indian Economic Enterprises, as the solicitation is set aside for 100% Indian Small Business Economic Enterprises (ISBEE). Interested contractors must submit their proposals by the end of April 2025, with an estimated project value between $100,000 and $250,000. For further inquiries, potential bidders can contact Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933.
IE 150 SSIS LAGOON AERATOR
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the installation of a permanent TITUS Aerator System at St. Stephens Indian School in Wyoming, aimed at enhancing the school's facilities for its predominantly Native American student population. The project entails significant construction activities, including the installation of concrete slabs, electrical work, and the integration of a new 15 HP blower with a Variable Frequency Drive (VFD), all while adhering to safety regulations and the National Electrical Code. This procurement is particularly important as it reflects the Bureau of Indian Education's commitment to providing quality educational opportunities, with a project budget estimated between $25,000 and $100,000. Interested small businesses must submit their proposals by April 21, 2025, following a site visit on April 7, 2025, and can direct inquiries to Carolyn Sulla at carolyn.sulla@bie.edu.
QTRS 1010 ROOF REPLACEMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is soliciting proposals for a roof replacement project at Government Quarters 1010 located in Crow Agency, Montana. The project requires a contractor to provide all necessary labor, materials, and equipment for a complete roof replacement, including the installation of metal roofing panels and gutters, while adhering to local labor regulations and BIA policies. This initiative underscores the importance of supporting Indian Small Business Economic Enterprises (ISBEE) and ensuring compliance with federal acquisition clauses, particularly those related to minority participation. Proposals are due by April 9, 2025, and interested contractors can contact Mary King at Mary.King@bia.gov or by phone at 406-247-7941 for further information.
7A--Purchase proprietary Alden One software
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs' Western Region, is seeking to procure the proprietary Alden One software from Alden Systems, Inc. This software is intended to facilitate the San Carlos Irrigation Project (SCIP) in transitioning to a new mapping system while enhancing the management of utility pole attachments and improving revenue collection from unbilled attachments. The Alden One software will provide SCIP with real-time data crucial for reporting and tracking, ultimately contributing to a more predictable revenue stream. Interested firms may submit a capability statement and pricing by April 15, 2025, at 9:00 a.m. For inquiries, contact Randall Brown at Randall.Brown@bia.gov or call (520) 723-6208. The procurement is classified as a simplified acquisition, with a performance period of one base year plus four option years.
S--Solid Waste Collection
Buyer not available
The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for solid waste collection services at the Cheyenne Eagle Butte School in Eagle Butte, South Dakota. The procurement is structured as a firm fixed-price contract, with a base year commencing on April 1, 2025, and extending through four optional years, requiring the contractor to provide waste bins, perform routine collections, and ensure compliance with environmental regulations. This initiative underscores the government's commitment to sustainable waste management and support for small businesses, as the contract is set aside for total small business participation. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by April 9, 2025, at 10:00 AM Mountain Time. For further inquiries, contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256.
Customized Water Bottles for Tuba City Boarding Sc
Buyer not available
The Bureau of Indian Affairs, under the Department of the Interior, is soliciting quotes for the supply of customized water bottles for the Tuba City Boarding School. The procurement involves delivering 20oz Journey Bottles with specific customization services, all priced on a firm fixed basis, and requires compliance with federal regulations, including the Federal Acquisition Regulation (FAR). This initiative aims to enhance educational facilities while supporting Indian Small Business Economic Enterprises. Interested vendors should contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further details, and must adhere to the submission instructions outlined in the solicitation document.
U--PRE-SOLICITATION NOTICE
Buyer not available
The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is issuing a pre-solicitation notice for a Firm-Fixed-Price contract aimed at providing student assessments in English Language Arts and Mathematics for BIE-funded schools. This initiative is designed to serve approximately 33,000 students in grades 3-8 and high school across 23 states, focusing on a unified assessment approach rather than relying on individual state systems. The contract will cover the school year 2025-2026, with options extending through 2029-2030, and is part of BIE's commitment to enhancing educational support services through standardized assessments. Interested contractors must register in the System for Award Management with the relevant NAICS code (611710), and the solicitation is expected to be available between April 18 and April 30, 2025, with an anticipated award date by June 2, 2025. For further inquiries, interested parties can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.