D--Proofpoint ET Pro for BIA OIT
ID: 140A1625Q0058Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSCENTRAL OFFICERESTON, VA, 20192, USA

NAICS

Manufacturing and Reproducing Magnetic and Optical Media (334610)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE AS A SERVICE (DJ10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of Proofpoint ET Pro licenses for its Office of Information Technology (OIT), with the opportunity set aside entirely for small businesses. The contract will be structured as a Firm-Fixed-Price Purchase Order, covering a base period from September 18, 2025, to September 17, 2026, with an option for an additional year. This procurement is crucial for enhancing the agency's IT security and compliance capabilities, ensuring that the selected vendor provides brand-name licenses as specified. Interested parties must submit their quotes by September 12, 2025, at 9:00 AM Eastern Time, and can direct inquiries to Jeffrey Pearson at Jeffrey.Pearson@bia.gov or by phone at 571-560-0519.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the certification requirements for Offerors under the Buy Indian Act, specifically affirming their status as an "Indian Economic Enterprise" (IEE). It mandates that the certification must be true at three critical points: upon submission of an offer, at the time of contract award, and throughout the contract's duration. Contracting Officers are permitted to request further verification of eligibility during any stage of the acquisition process. The document also cautions that providing false information during the bidding process or contract execution can lead to serious legal repercussions under multiple U.S. laws. The Offeror must complete a representation form, including details such as the name of the federally recognized tribal entity, unique entity ID, and ownership information, demonstrating their compliance with the IEE definition as stipulated in the Department of the Interior Acquisition Regulation. This certification process is foundational for ensuring that federal RFPs and grants support eligible Indian enterprises appropriately.
    The document is a combined synopsis/solicitation (140A1625Q0058) for Proofpoint ET Pro licenses for the Office of Information Technology (OIT), set aside 100% for small businesses. It outlines a Firm-Fixed-Price (FFP) Purchase Order with an anticipated delivery of digital licenses to a Point of Contact (POC) and a period of performance spanning a base year (9/18/2025 – 9/17/2026) and an option year (9/18/2026 – 9/17/2027). The NAICS code is 334610. The solicitation incorporates various Federal Acquisition Regulation (FAR) and Department of the Interior Acquisition Regulation (DIAR) clauses, including those for System for Award Management, Commercial and Government Entity Code Maintenance, and prohibitions on contracting with certain telecommunications/video surveillance entities. It also includes custom clauses for electronic invoicing via the Invoice Processing Platform (IPP) and a notice for late delivery. Evaluation will be based on price and alignment with the Statement of Work, with options evaluated by adding their total price to the basic requirement.
    Amendment 1 to solicitation 140A1625Q0058 extends the quote due date for offers. The purpose of this amendment is to allow additional time for Indian Small Business Economic Enterprises (ISBEEs) to respond to the solicitation. The new deadline for submitting quotes is 2:00 PM Eastern Time on August 25, 2025. All other terms and conditions of the original solicitation remain unchanged. The period of performance for the contract is from September 18, 2025, to September 17, 2026.
    Amendment 0002 to solicitation 140A1625Q0058 redefines the set-aside from 100% ISBEE to 100% Small Business, removing the need for the Attachment 1 IA - IEE Representation Form. This amendment extends the quote due date to September 12, 2025, at 9:00 AM Eastern Time, and updates the solicitation terms and conditions as detailed in Amendment 0002 Attachment 1. The period of performance is scheduled from September 18, 2025, to September 17, 2026. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge this amendment via specified methods to ensure their offers are considered.
    The document outlines a Request for Proposal (RFP) for providing Proofpoint ET Pro licenses for the Office of Information Technology (OIT), set aside specifically for Indian Small Business Economic Enterprises (ISBEEs). The solicitation is crafted according to the Federal Acquisition Regulation (FAR) procedures and involves a Firm-Fixed-Price contract structure. The anticipated delivery timeframe spans from September 18, 2025, to September 17, 2026, with an optional extension available for an additional year. Key specifications include a requirement for brand-name only licenses, underscoring the need for specific products. The RFP encompasses sections detailing general terms, conditions, evaluation criteria, and mandatory compliance with various FAR clauses related to contracting. The contractor is required to use the U.S. Department of the Treasury's Invoice Processing Platform for payment requests, ensuring electronic invoicing and prompt payment verification. These requirements highlight the government's focus on promoting participation from small businesses while adhering to stringent regulatory frameworks. Overall, the document emphasizes the government's commitment to equitable procurement practices and robust contract management.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    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
    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.
    68--Propane for Cheyenne River Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of 41,400 gallons of propane for the Cheyenne River Agency in South Dakota. This opportunity is set aside for Indian Economic Enterprises (IEEs) and requires the vendor to deliver propane on an as-needed basis, adhering to all relevant regulations and guidelines. The contract period is scheduled from December 15, 2025, to March 31, 2026, with quotes due by December 10, 2025, at 5:00 PM CST. Interested vendors can contact Crystal Keys at crystal.keys@bia.gov or by phone at 405-933-6016 for further information.
    68--Propane for Standing Rock Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of 66,800 gallons of propane for the Standing Rock Agency, with a performance period from December 15, 2025, to March 31, 2026. The objective is to ensure adequate heating for five designated buildings during the winter months, requiring the selected vendor to coordinate deliveries and comply with all applicable regulations. This procurement is set aside for Indian Economic Enterprises (IEEs) and will be awarded based on the Lowest Price Technically Acceptable source selection process. Interested vendors must submit their quotes by December 10, 2025, and can contact Crystal Keys at crystal.keys@bia.gov or 405-933-6016 for further information.