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 Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 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 installed 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 regulations. Interested vendors must acknowledge receipt of amendments to the solicitation and submit their proposals by April 17, 2025, at 10:00 am Mountain Time, with inquiries directed to Leah Azure at leahr.azure@bie.edu or (505) 803-4256.

Point(s) of Contact
Files
Title
Posted
Apr 10, 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.
Apr 10, 2025, 9:05 PM UTC
The document serves as an amendment to solicitation number 140A2325Q0093, primarily modifying the set-aside status from "Indian Economic Enterprise" to "Total Small Business." It provides detailed instructions for acknowledgment of the amendment, requiring offerors to confirm receipt by specified methods prior to the submission deadline on April 17, 2025, at 10:00 am Mountain Time. The amendment includes the addition of the clause 52.219-6, which addresses total small business set-aside conditions, while removing specific clauses related to Indian Economic Enterprise requirements. The document outlines that while changes are made, all other terms of the original solicitation remain in effect. This amendment emphasizes the government's commitment to accommodating small businesses while ensuring compliance with federal contracting regulations.
Apr 10, 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.
DIGITIZATION PROJECT
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting proposals for a Digitization Project aimed at transitioning paper records to electronic formats within the Rocky Mountain Region, specifically at the Crow Agency in Montana. The project involves the on-site digitization of approximately 105 boxes of records, requiring contractors to possess at least ten years of experience in records management and to adhere to federal regulations, including NARA standards. This initiative is crucial for enhancing records management, ensuring data security, and improving accessibility to important documentation. Interested Indian Small Business Economic Enterprises must submit their proposals by May 8, 2025, at 1700 local time, and can contact Mary King at Mary.King@bia.gov or 406-247-7941 for further information.
R--Trust Asset, Land Management, and Accounting Software
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking vendor interest and capabilities for a Cloud Enabled Software System designed to manage Trust Asset, Land Management, and Accounting. This Request for Information (RFI) aims to gather insights on potential solutions, including Commercial Off-The-Shelf (COTS) and custom-developed options, to replace the aging Trust Asset and Accounting Management System (TAAMS). The TAAMS is critical for managing over 56 million acres of Indian Trust Land, facilitating various processes such as title management, leasing, and financial transactions, while ensuring compliance with federal regulations. Interested vendors should direct inquiries to Daniel Cugler at daniel.cugler@bia.gov, and responses to the RFI are encouraged to be submitted within the specified guidelines, as the information will inform future procurement strategies.
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.
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, which includes annual external inspections of boilers and pressure vessels across sixty-six schools managed by the Bureau of Indian Education. The contract is set aside for Indian Economic Enterprises (IEE) and requires the contractor to provide all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period starting March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors must submit their offers by April 18, 2025, at 5:00 p.m. MDT, and can reach out to Charmaine Williams-James at Charmaine.Williams-James@bie.edu for further inquiries.
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.
FIRE RATED COUNTER DOORS
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting bids for the installation of fire-rated rolling counter doors at its Anadarko Agency in Oklahoma, under project number 140A0325Q0005. The project involves the demolition of existing structures, installation of new fire-rated doors compliant with NFPA 80 standards, and associated electrical work, with all materials required to be brand new. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), with an estimated contract value between $25,000 and $100,000, and bids are due by May 12, 2025, with an anticipated award date of June 1, 2025. Interested contractors should contact Jocelyn Littlechief at Jocelyn.LittleChief@bia.gov or call 405-247-1527 for further details.
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.
Chain-link Fence Replacement, Red Rock Day School
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the replacement of a chain-link fence at the Red Rock Day School in Arizona. This project is a fixed-price contract with an estimated total cost of under $25,000, and it requires compliance with specific federal regulations, including the Davis Bacon Wage Determinations and safety standards. The procurement process includes a site visit scheduled for April 23, 2025, with proposals due by May 9, 2025, and inquiries must be submitted by April 28, 2025. Interested contractors can reach out to Yui Hoptowit at yui.hoptowit@bie.edu or call 808-978-2605 for further information.
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.