R--Enrichment (home-based) and Language/Culture Integ
ID: 140A2324Q0410Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSINDIAN EDUCATION ACQUISITION OFFICEAlbuquerque, NM, 87104, USA

NAICS

Educational Support Services (611710)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

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, seeks quotes for its Indian Small Business Economic Enterprise (ISBEE) Set-Aside procurement. The goal is to obtain efficient administrative leadership, professional development support, and travel services for the Bureau of Indian Education's (BIE) Family and Community Engagement (FACE) program. With a total estimated value of up to $24 million over five years, this firm-fixed-price contract prioritizes streamlining processes and enhancing the academic success of American Indian students.

    The BIE requires culturally sensitive enrichment services and expertise in designing family programs, along with administrative support and leadership. Vendors must demonstrate specialized skills and knowledge in early childhood education, cultural integration, and program implementation. The contract includes options for extension and emphasizes timely submissions, with key deadlines in July and August 2024.

    Contact: Rahmer, Nicole; nicole.rahmer@bia.gov; 0000000000

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Indian Education (BIE) seeks a vendor to implement and manage the Family and Child Education (FACE) Program. This program offers culturally appropriate education services, focusing on family engagement and literacy. The goal is to enhance the academic success of American Indian students from prenatal to preschool age, along with their parents' involvement. BIE requires expertise in designing family enrichment programs, especially those incorporating cultural and language integration. The vendor will support FACE staff and sites with professional development, cultural resources, and data collection. They must provide qualified personnel with master's degrees and extensive experience in early childhood education, cultural integration, and program implementation. Key deliverables include a BIE FACE program guide, staff training, regional meetings, virtual coaching, site visits, and data collection. The contractor is expected to deliver these services within specified timelines and quality standards, with travel arranged in accordance with federal regulations. The contract has a one-year base period with four optional years and a potential six-month extension. Evaluation of proposals will prioritize technical merit, with particular attention to the vendor's ability to execute the FACE program's objectives and meet the specialized skills and knowledge outlined in the request for proposal.
    The government agency seeks to procure efficient travel management and reimbursement services, with a focus on streamlining the process for plug number assignments. The RFP outlines a base year and four option years, each with an estimated budget of $100,000. Travel expenses are not evaluative criteria, but reimbursement efficiency is a key objective. The time frame spans from September 1, 2024, to August 30, 2029. This is accompanied by a need for administrative leadership and professional development support, encompassing individual site assistance and professional growth. Each of these categories is allocated a similar budget of $100,000 for the base year, with the option to extend for another four years. Vendors will be responsible for providing solutions that ensure seamless travel and administrative operations, enhancing efficiency and effectiveness in these areas. The agency emphasizes the importance of timely submissions and clearly outlines the evaluation criteria based on cost-effectiveness, technical merit, and past performance.
    The primary objective of this procurement is to obtain services for the Bureau of Indian Education's (BIE) Family and Community Engagement (FACE) program. The focus is on enhancing the skills of FACE home-based visiting staff and providing them with resources for effective family visits. The contractor will develop a program guide and deliver training, including a national conference and site-specific trainings. BIE seeks a curriculum and assessment system aligned with early learning standards and individual cultural differences. The vendor will purchase and customize these materials, as BIE does not have an approved program in place. BIE will provide a Quality Assurance Surveillance Plan (QASP) upon award to monitor performance. Key deliverables include: presenting and collaborating on conference logistics, developing a multi-year implementation plan, and customizing curriculum and assessment tools. The contract is expected to be firm-fixed-price, with an estimated value of $4 million over five years. Important dates include the submission deadline, expected in mid-April, and key project milestones, such as the delivery of the Program Guide by September 30th. Evaluation criteria will assess the technical merit of proposals, with particular attention to the ability to meet BIE's requirements and demonstrate experience in early childhood education and family engagement.
    The government agency seeks to amend an existing solicitation for a contract related to Indian Education. This amendment, labeled 140A2324Q0410, clarifies that it is issued pursuant to FAR 43.103(b) and specifies that it replaces the previous solicitations 140A2324Q0272 and 140A2324Q0283. Notably, the amendment incorporates a new attachment, designated as Attachment 3, which comprises questions and answers pertaining to the solicitation. All other terms and conditions of the original solicitation remain unaltered. The period of performance for this contract remains set between September 1, 2024, and August 31, 2025. Offerors are required to acknowledge receipt of this amendment using specified methods, and any changes to previously submitted offers must be made prior to the opening hour and date indicated in the solicitation.
    The government seeks quotes for commercial services related to family and child education (FACE) enrichment and language/culture integration. The objective is to procure professional support services, including administrative/leadership support, individual site support, and travel services. This request for quote (RFQ) is a 100% set-aside for an Indian Small Business Economic Enterprise. The RFQ outlines a firm-fixed-price contract with a base period of one year and four optional extension periods. The total estimated value over the potential five-year period is $24 million. The government will evaluate quotes based on technical merit, past performance, and price. Technical capabilities and personnel expertise are critical evaluation factors. Quotes are due by August 22, 2024, and the contract award decision is expected around September 1, 2024. Offerors must complete and return various forms and provisions, including representations regarding telecommunications equipment and services. A technical question deadline is set for July 31, 2024.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    U--Notice of Intent to Sole Source for SPED tuition for Cheyenne Eagle-Butte India
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), on behalf of the Bureau of Indian Education (BIE), intends to award a sole source contract to Plankinton School District 1-1 for the provision of special education (SPED) tuition for the Cheyenne Eagle-Butte Indian School located in Eagle Butte, South Dakota. This contract, valued at approximately $181,392.50, is aimed at ensuring that the educational needs of students requiring special education services are met effectively. The contract period is set from September 8, 2024, to September 8, 2029, and no competitive proposals will be solicited for this requirement. For further inquiries, interested parties may contact Felicia Aspaas at felicia.aspaas@bie.edu or by phone at (480) 252-0702.
    H--Fire Systems Inspection for Cottonwood Day School
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for fire systems inspection services at the Cottonwood Day School, specifically set aside for Indian Small Business Economic Enterprises (ISBEEs). The procurement requires comprehensive inspections of various fire safety equipment, including 21 regular fire extinguishers, 1 K-type fire extinguisher, 8 fire hoses, 3 fire sprinklers, and 4 kitchen hood installations, with the contract period running from September 15, 2024, to December 31, 2024. This initiative underscores the importance of maintaining safety and compliance in educational facilities located on Indian land, ensuring that fire safety systems are properly inspected and functional. Interested contractors must submit their proposals by August 28, 2024, and can direct inquiries to Michael Drinkwater at michael.drinkwater@bie.edu.
    RETAINING WALL KCES
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is soliciting proposals for the design and construction of two retaining walls at Keams Canyon Elementary School in Arizona. This project is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to enhance the school's infrastructure while ensuring compliance with federal regulations, including safety and labor standards. The estimated contract value ranges from $250,000 to $500,000, with a completion timeline of 60 days from the notice to proceed. Interested contractors must submit their proposals by September 10, 2024, and can direct inquiries to Dawn Sekayumptewa at dawn.sekayumptewa@bie.edu or by phone at 505-359-9477.
    PHASE 1 ESA Village of Manokotak, AK
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking quotations for a Phase 1 Environmental Site Assessment (PH1 ESA) at the old school site in Manokotak, Alaska, specifically designated for Indian Small Business Economic Enterprises (ISBEEs). The objective of this procurement is to assess potential environmental risks and liabilities associated with the property, which includes tasks such as historic document research, site reconnaissance, contamination identification, fieldwork, sampling, and analysis. This initiative is crucial for ensuring environmental oversight and compliance, and it may lead to further remediation plans if required by regulatory agencies. Interested contractors must complete the assessment within one year, starting from September 24, 2024, and are encouraged to contact Jodi Zachary at Jodi.Zachary@bia.gov or 916-978-6005 for further details.
    Q--School Nurse
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking qualified contractors to provide School Nurse services for the Bureau of Indian Education at Flandreau Indian School in South Dakota. The procurement involves a firm fixed-price contract requiring 1,600 hours of nursing services annually, emphasizing compliance with stringent safety, health, and regulatory standards, including background checks and immunization records for personnel. This initiative is crucial for ensuring the health and safety of students in educational environments, reflecting the government's commitment to providing essential health services. Interested parties must acknowledge the recent amendments to the solicitation and submit their proposals by September 10, 2024, at 10:00 AM Mountain Time; for further inquiries, contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256.
    ENVIRONMENTAL ASSESSMENT FOR 4 AGENCIES
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Navajo Region, is soliciting proposals for a Programmatic Environmental Assessment (PEA) across four agencies: Chinle, Shiprock, Fort Defiance, and Western Navajo. The primary objective is to assess the environmental impacts of livestock grazing and Agricultural Land Use Permits (ALUPs) while ensuring compliance with relevant laws, including the National Environmental Policy Act. This initiative is crucial for promoting sustainable land management practices and supporting the economic empowerment of Indian communities through the Buy Indian Act, which prioritizes Indian-owned businesses. Proposals are due by August 29, 2024, with the contract performance period running from September 16, 2024, to December 31, 2025. Interested parties should direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or call 505-863-8404.
    CATERPILLAR WT-SSL WORK TOOLS
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is soliciting quotes for the procurement of Caterpillar WT-SSL Work Tools, specifically for use at Fort Defiance Transportation in Arizona. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, emphasizing the government's commitment to supporting indigenous businesses and economic development. The procurement includes a range of earth-moving and excavating equipment, with specific delivery requirements due by September 27, 2024. Interested vendors must submit their quotes by 3:00 p.m. MDT on September 12, 2024, via email, and are encouraged to contact Elsie Begay at Elsie.Begay@bia.gov for further information.
    F--ENVIRONMENTAL ASSESSMENTS FOR NORTHERN NAVAJO
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is soliciting proposals for an Environmental Assessment (EA) focused on the Collins Range Management Unit in Shiprock, New Mexico. The project requires comprehensive assessments, including archaeological, biological, and rangeland vegetation reports, to ensure compliance with the National Environmental Policy Act (NEPA) and the Endangered Species Act (ESA), while also promoting sustainable grazing practices and wildlife habitat restoration. This procurement is part of an Indian Small Business Economic Enterprise (ISBEE) set-aside, emphasizing the government's commitment to supporting indigenous businesses in environmental stewardship. Proposals must be submitted electronically by September 9, 2024, to the designated contract specialist, Elsie Begay, at Elsie.Begay@bia.gov, with further details outlined in the solicitation documents.
    Environmental Site Assessment - Casa Blanca
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for an Environmental Site Assessment (ESA) at Casa Blanca, specifically aimed at evaluating the environmental conditions of the Casa Blanca Community School's old facility prior to its transfer to the Gila River Indian Tribe. The primary objective is to conduct a Phase I ESA to identify any hazardous materials in accordance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), and to provide recommendations for remediation actions. This procurement not only addresses environmental safety but also supports economic opportunities for Indian Small Business Economic Enterprises (ISBEE), aligning with federal initiatives to promote indigenous enterprises. Proposals must be submitted electronically by September 10, 2024, with the contract performance period running from September 24, 2024, to April 15, 2025. For further inquiries, interested parties can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.
    JANITORIAL SERVICES FOR BLYTHE OFFICE
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is soliciting proposals for janitorial services at the Blythe Hydrographic Field Office. The contract is set aside for 100% Indian Small Business Economic Enterprises (ISBEE) and will cover a service period from October 1, 2024, to September 30, 2029, including a base year and four option years. The janitorial services required include routine cleaning tasks, deeper monthly cleaning, and semi-annual maintenance, all adhering to specified performance standards and safety protocols. Interested contractors must submit their quotations by the designated deadline and can direct inquiries to Larissa Bell at lrbell@usbr.gov or by phone at 702-293-8528. Compliance with wage determinations and the use of approved cleaning products is mandatory throughout the contract duration.