D--Provide Enterprise Utility Billing Software
ID: 140A1125R0007Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSWESTERN REGIONPHOENIX, AZ, 85004, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for the provision of Enterprise Utility Billing Software as part of a combined synopsis/solicitation. The primary objective is to enhance the Electric Utility Management System (EUMS) for the San Carlos Irrigation office, which includes software maintenance, IT services, and the integration of billing, collections, and asset management functionalities. This procurement is crucial for improving operational efficiency and compliance with federal regulations, particularly as the BIA considers migrating to a cloud-hosted environment. Interested contractors must submit their proposals by June 4, 2025, at 17:00 local time, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.

    Point(s) of Contact
    Brown, Randall
    (520) 723-6208
    (406) 247-7921
    Randall.Brown@bia.gov
    Files
    Title
    Posted
    The Electrical Utility Management System (EUMS) Scope of Work outlines the need for annual software maintenance and IT services for the EUMS/Elements application, which handles billing, collections, and asset management for BIA's Western Region power agencies. The contractor will provide IT services in DOI/IA-OIMT-approved environments, adhering to all established IT regulations and policies. Services include software maintenance, patch updates, new releases, and bug fixes. Professional services encompass migrating service orders to Elements, expanding its configuration and integration with MAXIMO, IT security, training analysis, project management, and staff credentialing. Travel expenses are reimbursed, and training is provided for new releases or upon request. The contract has a base year with four optional years, with the BIA considering a migration to a cloud network environment.
    Amendment 0001 to Solicitation 140A1125R0007, issued by DOI, BIA SAN CARLOS IRRIGATION, on June 4, 2025, significantly modifies the original solicitation. This amendment entirely replaces the initial Statement of Work and extends the closing date for offers. Prospective offerors must acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging it on their submitted offer, or through a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge the amendment prior to the specified deadline may result in the rejection of the offer. Any changes to an already submitted offer due to this amendment must also be made via letter or electronic communication, referencing both the solicitation and the amendment, and be received before the opening hour and date.
    This document is a Request for Proposals (RFP) issued by the Bureau of Indian Affairs, specifically for the San Carlos Irrigation office. The main objective is to solicit bids for upcoming commercial services, with a proposal deadline set for June 4, 2025, at 17:00 local time. The solicitation is categorized under various industry standards, including small businesses and economically disadvantaged entities. Interested contractors must complete specific sections of the provided SF-1449 form and submit it electronically to the designated contracting officer, Randall Brown. Key stipulations include potential payment terms and conditions, the reminder to check addresses for remittance, and instructions for proposal submissions, which are critical for participating firms. The document heavily relies on adherence to federal acquisition regulations and highlights a commitment to transparent procurement processes. This RFP not only serves procurement needs but is also designed to engage various business sectors, ensuring compliance with government regulations throughout the process.
    The BIA San Carlos Irrigation Project RFP No. 140A1125R0007 seeks proposals for a Commercial Off-the-Shelf (COTS) Electric Utility Management System (EUMS) to enhance electric utility operations. The RFP outlines a multi-phase approach, starting with an On-Premises EUMS integration followed by a migration to a cloud-hosted environment. Key phases include planning, installation, training, support, and documentation, aiming to ensure compliance with federal regulations. The system must manage billing, collections, inventory, and asset management, while also providing a customer web portal and payment integration options. The contractor will need to ensure system security and compliance with NIST standards due to handling sensitive information. Additionally, the project emphasizes ongoing support, performance monitoring, and system maintenance, including a clear schedule of deliverables to achieve authorization to operate within the DOI cloud environment. The entire contract spans one base year with potential options for extensions, aligning with the Bureau's goals for improved service delivery and operational efficiency.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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--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--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).
    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--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--This is a sources sought, request for information
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    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.
    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.
    68--Propane for Pine Ridge Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to supply propane for the Pine Ridge Agency in South Dakota. The procurement involves delivering an estimated 120,000 gallons of propane to BIA-owned facilities for heating and emergency generators over a four-month period, from December 1, 2025, to March 31, 2026. This contract is crucial for ensuring reliable heating and emergency power supply in the region, with specific requirements including remote tank monitoring, emergency deliveries, and compliance with safety regulations. Interested vendors must submit their quotations by December 10, 2025, at 5:00 PM CST, and can contact Crystal Keys at crystal.keys@bia.gov or 405-933-6016 for further information.
    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.