10--Scopes & Lights, Combat Belts, & Monoculars for OJ
ID: 140A1625Q0021Type: 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
    Description

    The Bureau of Indian Affairs (BIA) is seeking proposals for the procurement of scopes, lights, combat belts, and monoculars, specifically aimed at enhancing the capabilities of the Office of Justice Services. The procurement includes three distinct line items: the Trijicon ACOG Rifle Scope, the GBRS Group Assaulter Belt System V3, and the Surefire Scout Light Pro, all of which must meet stringent government specifications and standards. This initiative is part of a broader effort to ensure that high-quality military-grade equipment is available for operational use, with a focus on supporting Indian Small Business Economic Enterprises (ISBEEs) through a Firm-Fixed-Price (FFP) Purchase Order. Interested vendors should submit their proposals by the specified deadline, and for further inquiries, they can contact Adam Lowery at Adam.Lowery@bia.gov or call 571-560-0622.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for specific tactical equipment, detailing three distinct line items (CLINs) for federal procurement. The first item is the Trijicon ACOG Rifle Scope, featuring a 4x magnification, red chevron reticle, and robust warranty terms. The second item is the GBRS Group Assaulter Belt System V3, which includes a combat belt and several pouches, with sizing specified for small to x-large. The final line item is the Surefire Scout Light Pro, a tactical light providing high lumens output with different battery options, focusing on rechargeable efficiency. The primary aim of this RFP is to procure high-quality military-grade equipment, ensuring compliance with government standards and specifications. The comprehensive characteristics provided for each item serve to guide potential vendors in delivering appropriate products that meet operational requirements.
    This document outlines the requirements for qualifying as an "Indian Economic Enterprise" (IEE) under the Buy Indian Act as per 25 U.S.C. 47 and DIAR Part 1480. It stipulates that the certification of eligibility must be valid at three key points: when a bid is submitted, upon contract award, and throughout the contract duration. Contracting officers may demand proof of eligibility at any stage, including pre-award evaluations. Submitting false information is a violation punishable under various U.S. laws. The document includes a representation form to be filled out by the offeror, which collects essential details about the entity, including its legal business name, ownership, and a certification signature. This framework ensures that federal agencies support and engage with qualified Indian enterprises while adhering to compliance and regulatory standards throughout the procurement process.
    The document pertains to an amendment of a government solicitation, specifically RFP number 140A1625Q0021, detailing procedural updates for contractors. The primary purpose of this amendment is to officially cancel and remove a specific Contract Line Item Number (CLIN 00040) entirely, while all other CLINs remain unaffected. The document outlines the necessary procedures for contractors to acknowledge receipt of this amendment, emphasizing that failure to do so before the specified deadline may lead to rejection of their offer. It details acceptable methods for acknowledgment, which include formal letters or electronic communication referencing the solicitation and amendment numbers. Additional sections highlight administrative changes—if applicable—and specify the required approvals from contracting officers. Overall, the document maintains compliance with federal regulations, ensuring transparency and proper communication within the RFP process.
    The document outlines a Request for Proposal (RFP) for procurement involving scopes, lights, combat belts, and monoculars for the Bureau of Indian Affairs (BIA) Office of Justice Services. The main objective is to award a Firm-Fixed-Price (FFP) Purchase Order, set aside for Indian Small Business Economic Enterprises (ISBEEs). The anticipated delivery is 90 days after receipt of the order (ARO) to the designated location in Albuquerque, NM. Line items include specific brand-name equipment along with a strong preference for compliance with detailed specifications. The evaluation process for offers will prioritize the lowest priced technically acceptable bids, which must include brand-name items or equivalent alternatives, except for specific items designated as brand name only. The RFP incorporates various Federal Acquisition Regulation (FAR) provisions and requirements, including clauses related to small business participation, prompt payment, and compliance with regulatory standards. In addition, it details the electronic invoicing process via the U.S. Department of the Treasury's Invoice Processing Platform (IPP). This solicitation aligns with federal initiatives to enhance procurement from small businesses and ensures adherence to government standards for quality and delivery.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    F--Fire Suppression Support Services
    Buyer not available
    The Bureau of Indian Affairs (BIA), Eastern Oklahoma Regional Office, is seeking to establish multiple Firm-Fixed-Price (FFP) Blanket Purchase Agreements (BPAs) for Fire Suppression Support Services. The objective is to secure up to 10 BPAs with a duration of five years, aimed at providing timely and effective fire suppression on Indian lands, thereby protecting natural resources, forests, wildlands, and Tribal Residents under BIA oversight in Eastern Oklahoma. Eligible contractors include fire departments, districts, non-profit associations, or political subdivisions authorized to provide wildland fire protection within Oklahoma, with an emphasis on City, State, Rural, and Volunteer Fire Departments. Interested parties can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further details.
    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.
    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.
    Automated Meter Reading/Customer Information Syste
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    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.
    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.
    Printer
    Buyer not available
    The Bureau of Indian Education (BIE) is seeking proposals for the procurement of a Canon TX04200 MFP (large format) printer or an equivalent model for the Turtle Mountain Elementary School located in Belcourt, ND. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 334118, which pertains to Other Computer Peripheral Equipment Manufacturing, and requires the equipment to be Energy Star and EPEAT certified, with a one-year warranty and support for at least seven years. The contract will be awarded as a Firm Fixed Price with FOB Destination delivery, and interested vendors must be registered in SAM.gov and complete the Indian Economic Enterprise Representation form. Proposals are due by December 9, 2025, at 10:00 AM MST, with the solicitation issued on December 2, 2025. For further inquiries, interested parties may contact Leah Azure at leahr.azure@bie.edu or by phone at (505) 803-4256.
    Great Plains Area Wide - Optical Fabrication Services - Indian Health Service
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors to provide optical fabrication services, including prescription eyeglasses, frames, and lenses, for American Indian and Alaska Native patients across its federal service units in the Great Plains Area. The procurement aims to establish a Blanket Purchase Agreement (BPA) on a firm fixed unit price basis, with the contractor responsible for delivering high-quality optical products and services within a specified timeframe of 7-10 working days. This initiative is crucial for enhancing healthcare access and quality for the communities served, ensuring compliance with federal regulations and standards. Interested parties must submit their capability statements by December 19, 2025, to Ashleigh Yazzie at ashleigh.yazzie@ihs.gov, referencing Sources Sought Number IHS1520824.
    BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Buyer not available
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, which is set aside for small businesses, will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated operational period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific performance capabilities and qualified personnel. Interested parties must submit their proposals by December 30, 2025, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.