N--SECURITY SYSTEM UPGRADE
ID: 140A0425R0009Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSROCKY MOUNTAIN REGIONBILLINGS, MT, 59101, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of the Interior, Bureau of Indian Affairs, is seeking proposals for a security system upgrade at the Fort Washakie Adult Detention Center in Wyoming. The project involves the installation of a modern electronic security system, including CCTV, intercoms, and access control systems, to replace outdated infrastructure that has been operational since 1985. This initiative is crucial for enhancing facility security and ensuring compliance with federal standards, with a performance period scheduled from June 30, 2025, to December 31, 2025. Interested Indian Small Business Economic Enterprises (ISBEEs) must submit their proposals by June 13, 2025, and can contact Terence Lord at terence.lord@bia.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fort Washakie Adult Detention Center in Wyoming seeks proposals for an upgrade to its electronic security system, including CCTV, intercoms, and access control systems, to replace outdated infrastructure. The current system, installed in 1985 and last upgraded in 2011, suffers from operational deficiencies, inadequate surveillance coverage, and insufficient data storage, prompting the need for a modernized solution compliant with federal standards. The contract aims to implement a comprehensive electronic security system featuring advanced surveillance cameras, PLC-based controls, and an integrated intercom and duress systems for enhanced safety and functionality. Key objectives include increasing facility security, providing reliable equipment and training for staff, and ensuring ease of future expansions. Contractors are required to develop design proposals, submit for approval at different stages, and maintain quality control throughout installation, which must be executed with minimal disruptions to ongoing operations. The project is scheduled to run from June 18, 2025, to September 30, 2025, with personnel required to pass background checks and maintain compliance with specific security protocols. This initiative reflects the federal government's continued investment in secure and efficient detention facility operations while adhering to mandated safety guidelines.
    The Department of the Interior's Bureau of Indian Affairs emphasizes the necessity for contractors to obtain certification from the local Tribal Employment Rights Office (TERO) prior to commencing work on Indian Reservations. This requirement is applicable to any services performed and underscores the contractor's responsibility for understanding and adhering to local laws and conditions, including any costs associated with TERO compliance, which will not be reimbursed under the contract. Contractors are advised to consider potential TERO costs while preparing bid proposals. For queries, contractors can reach out to the Facilities Manager at the Wind River Agency or directly contact the Wind River TERO office for assistance with the necessary forms and requirements. Compliance with TERO regulations is mandatory for conducting business on the Wind River Indian Reservation, reinforcing the importance of early coordination with TERO to ensure proper procedural adherence.
    This document addresses the compliance requirements for offerors participating in federal contracts related to telecommunications and video surveillance services, as stipulated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It emphasizes the necessity of completing specific representations regarding the use of covered telecommunications equipment or services. Offerors must disclose whether they provide or use such equipment and are directed to check the System for Award Management (SAM) for lists of excluded parties. The document specifies two provisions: 52.204-24 and 52.204-26, which require offerors to affirm their compliance status and to provide detailed disclosures if they indicate they will be using or supplying covered equipment or services. The document's structure delineates definitions, prohibitions, representation requirements, and disclosure obligations, ensuring that federal agencies do not engage with entities violating telecommunications equipment regulations. The overarching aim is to safeguard national security by restricting contracts involving certain suppliers and technologies deemed risky.
    This document outlines a Request for Proposal (RFP) for the Phase I Security System Upgrade at the Fort Washakie Adult Detention Center in Wyoming, scheduled from June 18, 2025, to September 30, 2025. This is a Small Business Set-Aside under the NAICS code 561621, with a size standard of $25 million. The contractor is required to submit a detailed bid including pricing, technical capabilities, and past performance evidence, emphasizing experience with security systems. Key evaluation criteria include technical capability, past performance, and pricing, with the first two being significantly more important. The contractor must comply with various federal regulations and holidays. Proposals are due by June 5, 2025, via email to the designated contact. The document outlines detailed provisions and clauses that apply to the acquisition, alongside procedural guidelines for submitting proposals and handling protests. Overall, this RFP seeks qualified contractors to enhance security at the facility, reflecting the government’s commitment to improving public safety through robust security measures.
    The document outlines the requirements for entities submitting proposals under the Buy Indian Act, specifically focusing on the certification of being an "Indian Economic Enterprise" (IEE). According to 25 U.S.C. 47, Offerors must self-certify their eligibility, meeting outlined criteria at three key stages: when making an offer, at contract award, and throughout the contract duration. Contracting Officers can request additional documentation to verify eligibility at any point. The document emphasizes the legal implications of providing false information, including penalties under various U.S. codes. Included is a representation form that requires the Offeror to provide details such as the name of the tribal entity, a Unique Entity ID, and the name of the owner with at least 51% ownership. This file serves as a guideline for compliance in federal procurement processes related to Indigenous enterprises, reinforcing transparency and regulatory adherence in federal contracting practices.
    The document pertains to the Request for Proposal (RFP) 140A0425R0009 for a Phase I Security System upgrade, focusing on various components including Access Control, Intercom, PLC Door Control, and Electronic Cell Check Systems. It seeks clarification on whether new cabling for card readers, intercoms, and door control systems must be installed or if existing infrastructure can be reused, particularly in relation to new Access Control Controllers and digital head-ends. The contractor must provide details on the proposed hardware options and new locations for installations. The RFP specifies functional requirements such as system integration for a new camera system and the need for a jail management system within the overall technology setup. Additionally, it addresses concerns regarding cabling installation practices, emphasizing professional standards, security, and robustness against tampering. The document's primary focus is to guide vendors in delivering an effective proposal that aligns with the federal standards and specifications for upgrading the security system in a facility setting, ensuring comprehensive security control and communication capabilities.
    The document is an amendment to a solicitation under the Indian Small Business Economic Enterprise (ISBEE) set-aside, governed by the Buy Indian Act. It announces several key updates, including an extension of the solicitation close date from June 5, 2025, to May 27, 2025, at 5:00 PM MDT. Additionally, the Statement of Work has been revised, and the start and end dates for the performance period are adjusted from June 18, 2025, to June 30, 2025, and from September 30, 2025, to December 31, 2025, respectively. Notably, the contracting officer has changed from Margie Tahdooahnippah to Mary King, with all correspondence now directed to Mary King’s email. The document stipulates that all questions and Requests for Information (RFIs) are due by May 26, 2025, and all offers submitted must remain valid for 60 days. The amendment emphasizes that only offers from Indian economic enterprises that meet significant small business criteria will be considered, reinforcing the integrity of the set-aside program. Overall, it maintains the document's terms while introducing essential modifications and deadlines.
    The document is an amendment to solicitation number 140A0425R0009 for the installation of security systems, specifically targeting Indian Small Business Economic Enterprises (ISBEEs) under the Buy Indian Act. The amendment modifies critical timelines: the proposal due date has been changed from May 27, 2025, to June 13, 2025, while the start date shifts from June 18, 2025, to June 30, 2025, and the end date extends from September 30, 2025, to December 31, 2025. The solicitation seeks detailed bids for the Phase I Security System Upgrade, necessitating submissions that include a signed SF-1449, technical capabilities, past performance, a detailed bid schedule, component specifications, and requisite representations from Indian Economic Enterprises. It emphasizes the importance of acknowledging the amendment to ensure consideration of the bids. Offers that do not comply with the Indian Economic Enterprise requirements will be rejected. A 48-hour notice is required for site visits, ensuring effective coordination during the proposal process.
    The document outlines an amendment to a solicitation (140A0425R0009) for an Indian Small Business Economic Enterprise (ISBEE) set-aside contract under the Buy Indian Act. Offers are solicited exclusively from Indian Economic Enterprises that also qualify as small business concerns. The amendment specifies that offers not fulfilling both criteria will be rejected. It mandates the acknowledgment of this amendment as part of the submission process. A site visit is scheduled at the Adult Detention Center in Fort Washakie, WY, on June 2, 2025, requiring interested bidders to notify the facility 48 hours in advance. The contract's performance period extends from June 30, 2025, to December 31, 2025, and communication details for inquiries are provided. Overall, the amendment emphasizes compliance with specific criteria for eligible contractors and outlines procedural requirements for participation in the solicitation process. This initiative aims to support Indian economic growth and small businesses through federal procurement opportunities.
    The document is an amendment to solicitation number 140A0425R0009 concerning a contract related to Indian Small Business Economic Enterprises (ISBEE). Under the Buy Indian Act, this solicitation is exclusively open to offers from certified Indian Economic Enterprises that also qualify as small businesses. The amendment updates key deadlines—extending the question due date to June 6, 2025, and the deadline for quotes to June 27, 2025. It also specifies a period of performance from June 30, 2025, to December 31, 2025. The amendment emphasizes the necessity for acknowledgment of receipt by potential contractors for their offers to be considered valid. Additionally, contact information for questions is provided for relevant officials, indicating a focus on facilitating communication throughout the procurement process. The document aims to ensure compliance with federal requirements and enhance participation from targeted economic enterprises, aligning with federal RFP protocols.
    The document is an amendment to Solicitation No. 140A0425R0009 regarding a Phase I Security System upgrade for a facility, specifically geared towards Indian Small Business Economic Enterprises (ISBEEs) under the Buy Indian Act. It stipulates that only proposals from qualifying Indian Economic Enterprises will be considered. The amendment provides guidance for acknowledging receipt of the amendment and responding to inquiries, while also detailing the period of performance from June 30, 2025, to December 31, 2025. Key elements addressed include the requirements for an Access Control System, Intercom System, PLC Door Control System, and Electronic Cell Check System. Each section outlines options for using existing hardware or new installations and emphasizes the need for compliance with specified standards and protocol for integration. The amendment seeks clarification on technical details such as cabling installation and system integration, ensuring that all proposals align with the stated Statement of Work. Prompt communication channels are established for potential contractors to seek further information or clarification, reflecting the document’s emphasis on facilitating a transparent bidding process.
    This document outlines a Request for Proposal (RFP) for the installation of a security system upgrade at a facility managed by the U.S. Department of the Interior (DOI), Bureau of Indian Affairs (BIA), located in Billings, Montana. It is specifically designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, meaning only Indian Economic Enterprises that qualify as small businesses may submit offers. The solicitation includes a due date for offers, a summary of required submission materials (including technical capability, past performance, and detailed bid schedule), and notes the period of performance extending from June 18, 2025, to September 30, 2025. Additionally, it highlights the necessity of providing a 48-hour notice for site visits and outlines compliance requirements under various federal regulations. The document indicates that offers from non-qualifying enterprises will be rejected, ensuring that acquisitions align with the Buy Indian Act requirements. This procurement emphasizes community involvement and supports the economic capacity of Indian businesses within federally funded projects.
    The Fort Washakie Adult Detention Center in Wyoming is seeking proposals for an upgrade of its electronic security system, which includes CCTV, intercom, duress, cell check systems, and door access controls. The facility, originally built in 1985, utilizes outdated surveillance technology that is operationally deficient and fails to provide comprehensive coverage. The scope of work involves installing a new detention-grade security system featuring a PLC controlled environment with 40 indoor PTZ cameras, 5 outdoor cameras, monitors, NVR units, and other essential equipment. Key objectives include enhancing security through a reliable, non-proprietary system, enabling remote surveillance, and improving staff safety. Specific tasks require the contractor to collaborate with facility personnel to finalize system design, provide necessary documentation, and conduct installation in compliance with industry standards. Importantly, thorough training will be provided to staff on the system's operation. The contract demands careful scheduling to minimize disruptions, extensive quality control, and compliance with background check requirements for contractor personnel. The performance period is set for 90 days following notice to proceed, ensuring operations continue during upgrades. This initiative underscores a commitment to modernizing security protocols in detention centers while maintaining high safety and operational standards.
    Lifecycle
    Title
    Type
    SECURITY SYSTEM UPGRADE
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    R--Geographic Information Systems (GIS) Modernization
    Interior, Department Of The
    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--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    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.
    Pine Ridge Multi Phase Door Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi Phase Door Replacement project located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed Price contract, with a performance period of 270 calendar days following the issuance of a Notice to Proceed. Proposals are due electronically by 2 PM Pacific Time on January 6, 2026, and interested parties should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or call 206-615-2452.
    ATVs for DESCRM
    Interior, Department Of The
    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.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    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.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new rooftop unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Sources Sought - FYSU Building Automation System (BAS) Corrective and Preventive Maintenance Services – Automated Logic WebCTRL
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS) at the Fort Yuma Health Center (FYHC), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide corrective and preventive maintenance services for its building automation system (BAS) utilizing the Automated Logic WebCTRL® platform. The procurement aims to ensure the reliable operation of critical facility systems, including HVAC, cooling towers, and emergency generators, through comprehensive maintenance services that encompass troubleshooting, repairs, and adjustments. This initiative is part of IHS's commitment to the Buy Indian Act, emphasizing the importance of supporting Indian Economic Enterprises while maintaining essential services for the health center. Interested vendors must submit their capability statements and proof of eligibility by December 24, 2025, and can contact Minkyu Kim at minkyu.kim@ihs.gov for further information.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    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.