7A--Drilling Data Subscription for OTS DEMD
ID: 140A1625Q0005Type: Solicitation
Overview

Buyer

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

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 11, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 4:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for a Drilling Data Subscription service to support the Office of Trust Services (OTS) and its Division of Energy and Mineral Development (DEMD). This contract aims to provide comprehensive well drilling information, including real-time rig updates, well locations, production data, and permitting details, all accessible through a user-friendly web platform. The service is crucial for aiding Tribes and Tribal entities in leveraging energy and mineral resources for economic development, aligning with federal mandates under the Energy Policy Act of 1992 and the Indian Mineral Development Act of 1982. The contract is set for a base period from March 1, 2025, to February 28, 2026, with options extending through February 28, 2030. Interested small businesses must submit their proposals by April 7, 2025, and can contact Michael Furey at michael.furey@bia.gov for further information.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 7:04 PM UTC
The Statement of Work outlines a contract for a subscription service providing well drilling information to the Bureau of Indian Affairs – Office of Trust Services (BIA-OTS), specifically through the Division of Energy and Mineral Development (DEMD). This contract spans a base year and four option years, focusing on aiding Tribes and Tribal entities in utilizing energy and mineral resources for economic development. The subscription must deliver comprehensive data related to drilling rig activities, well locations, production information, and permitting, all presented through a user-friendly web platform with unlimited access. Key deliverables include real-time rig updates, mineral appraisal data, production reports, well logs, and analytical tools for data interpretation. The platform will also support users by providing detailed drilling data nationwide, thereby facilitating energy development on Indian land. The contract’s execution period is set from March 1, 2025, to February 28, 2030. This work aligns with federal mandates under the Energy Policy Act of 1992 and the Indian Mineral Development Act of 1982, demonstrating the government's commitment to empowering tribes through economic initiatives related to mineral resources.
Mar 31, 2025, 7:04 PM UTC
The document pertains to an amendment of a government solicitation identified by number 140A1625Q0005, indicating that the opportunity is exclusively set aside for small businesses. It provides essential details regarding the acknowledgment of the amendment by contractors, which must occur before the specified deadline to avoid rejection of their offers. It outlines the processes for submitting changes to previously submitted offers. Additionally, the document specifies the period of performance for the associated contract from March 1, 2025, to February 28, 2026. Other administrative modifications, including corrections to contract details, do not alter the remaining terms and conditions of the solicitation. The document aims to ensure compliance with the Federal Acquisition Regulation (FAR) and facilitate the participation of small businesses in securing government contracts. Overall, it reflects the commitment to enhancing opportunities for small businesses through structured and regulated procurement processes.
Mar 31, 2025, 7:04 PM UTC
The document is an amendment to a federal solicitation (140A1625Q0005) related to the Bureau of Indian Affairs (BIA) contracting process. It outlines important requirements for contractors regarding the acknowledgment of the amendment, which must be received by the designated location before the specified deadline to avoid rejection of offers. The amendment modifies an existing solicitation by attaching the Statement of Work and specifies the period of performance from March 1, 2025, to February 28, 2026. It also establishes that contractors may modify existing submissions via letter or electronic communication, provided they include the appropriate solicitation and amendment references. All unchanged terms and conditions remain in effect despite this modification. This amendment emphasizes compliance with procedural requirements and the importance of timely communication in government contracting, reflecting common practices in federal RFP processes.
Mar 31, 2025, 7:04 PM UTC
This document is an amendment to solicitation number 140A1625Q0005, issued by the federal government, which modifies the original contract terms. Its primary purpose is to change the set-aside status in section 1.3 of the base solicitation to unrestricted and to extend the quote due date to April 7, 2025. The period of performance for the contract is specified as March 1, 2025, to February 28, 2026. The amendment outlines the necessary procedures for bidders to acknowledge receipt of this amendment—either by acknowledging on submitted copies, via a separate letter or electronic communication before the deadline, or submitting changes to previously submitted offers within the specified timeframe. Moreover, all terms and conditions stated in the original solicitation remain in effect except for the modifications listed. Signed by the Contracting Officer, Jeffrey Pearson, this document reflects the administrative changes necessary for the solicitation process, ensuring compliance with government regulations and procedures.
Mar 31, 2025, 7:04 PM UTC
The document outlines a Request for Proposal (RFP) for a Drilling Data Subscription for the Office of Trust Services within the Department of the Interior. It includes critical specifications, terms, and conditions related to the acquisition. The RFP emphasizes an anticipated performance period from March 1, 2025, to February 28, 2026, with potential option years extending through 2030. The solicitation is set aside exclusively for small businesses, and the relevant NAICS code is 518210, with a size standard of $40 million. The acquisition type is a Firm-Fixed-Price Purchase Order, and submission of quotes is required by a specified deadline. Invoices for payments must be processed electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP). The document also describes the evaluation criteria, where offers will be assessed based on lowest priced technically acceptable bids. It incorporates various Federal Acquisition Regulation (FAR) and Departmental clauses that govern compliance, contracting procedures, and ethical standards, including provisions related to telecommunications services and business ethics. This document is critical for guiding potential contractors on the requirements and obligations associated with submitting bids for government contracts related to drilling data subscriptions.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
68--PROPANE
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking qualified Indian Economic Enterprises (IEE) to provide propane delivery services at the Truxton Canon Agency in Arizona. The procurement aims to ensure an uninterrupted supply of liquefied propane gas (LP gas) to support the operations of federally owned facilities, with responsibilities including regular tank inspections, maintenance, and repairs of associated equipment. This contract is crucial for maintaining reliable utility services at multiple locations, including Valentine, Peach Springs, and Supai, and is scheduled to run from April 1, 2025, to September 30, 2025. Interested vendors must submit their responses by April 10, 2025, at 5:00 PM Pacific Time, via email to Danielle Bitsilly at danielle.bitsilly@bia.gov, and comply with registration requirements in the System for Award Management (SAM) database.
ONRR - Oil Price Information Service (OPIS)
Buyer not available
The Department of the Interior, specifically the Office of Natural Resources Revenue (ONRR), is seeking a subscription to the Oil Price Information Service (OPIS) through a Sole Source Procurement. This procurement aims to secure essential data on natural gas processing, natural gas liquids production, and market analyses, which are critical for ONRR's royalty payment and audit functions. The anticipated contract will cover a base year from May 1, 2025, to April 30, 2026, with two optional 12-month renewals, and will be evaluated based on technical compliance, past performance, and price reasonableness. Interested vendors must submit their quotes by 3:00 PM on April 17, 2025, and must be registered in the System for Award Management (SAM) to qualify for consideration. For further inquiries, potential quoters can contact Daniel Wheeler at danielwheeler@ibc.doi.gov.
59--FY-25 Electrical Materials
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for the procurement of electrical materials under the solicitation titled "FY-25 Electrical Materials." This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to acquire a variety of electrical components and supplies essential for infrastructure projects, including cables, insulators, and safety equipment. The procurement is crucial for enhancing operational efficiencies within the BIA's initiatives, supporting infrastructure upgrades and maintenance efforts. Interested vendors must submit their quotes by April 7, 2025, at 9:00 AM MD time, and can direct inquiries to the primary contact, Randall Brown, at Randall.Brown@bia.gov or by phone at 520-723-6208.
Nimble Storage for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of Nimble Storage solutions for its Office of Information Technology (OIT). This opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance the IT storage capabilities through the acquisition of various HPE storage products and accessories, ensuring compliance with federal contracting standards. Proposals must be submitted by April 1, 2025, with a firm-fixed-price purchase order anticipated, and delivery of the products is expected within 90 days post-award to the Bureau's location in Albuquerque, NM. Interested vendors can reach out to Maggie Main at maggie.main@bia.gov for further inquiries.
Geotechnical Drilling Services BPA
Buyer not available
The Department of Transportation, specifically the Federal Highway Administration's Western Federal Lands Division, is seeking contractors for Geotechnical Drilling Services through a Sources Sought Notice. This procurement aims to identify potential vendors capable of fulfilling future Blanket Purchase Agreements (BPAs), with an estimated ceiling of $20 million, focusing on tasks such as soil sampling, core drilling, groundwater testing, and installation of monitoring instruments across various western states, including Alaska and Wyoming national parks. The initiative is crucial for ensuring that contractors meet federal standards for substantial geotechnical projects while allowing for flexibility in contract awards. Interested parties should submit their qualifications and relevant experience to Marino Chea at Marino.Chea@dot.gov by April 9, 2025.
J--Electrical underground boring IDIQ
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified Indian small business economic enterprises (ISBEE) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on electrical underground boring work for the San Carlos Irrigation Project in southern Arizona. The contract will encompass various tasks including directional boring, utility pot-holing, trenching, conduit installation, and electrical services, with a duration of 60 months. Contractors must adhere to U.S. Department of Labor Wage Decisions, respond to emergencies within 24 hours, and manage environmental and safety considerations throughout the project. Interested ISBEE firms are encouraged to submit capability statements and records of past performance, along with Arizona contractor's licenses, to Randall Brown at Randall.Brown@bia.gov by the specified deadline.
B--SCIP-IW BUILDING TRANSFER ESA/ LEAD/ASB
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals from qualified Indian Economic Enterprises for a Phase I Environmental Site Assessment (ESA) and related evaluations for the transfer of three buildings to the Gila River Indian Community in Sacaton, Arizona. The project requires comprehensive assessments, including a Phase I ESA, a Comprehensive Asbestos Survey, and a Lead-Based Paint Inspection, all adhering to established ASTM standards to ensure environmental safety and regulatory compliance. This initiative underscores the BIA's commitment to responsible property management prior to transfer, with a contract anticipated to be awarded as a Firm Fixed Price Purchase Order, and proposals due by April 8th at 1700 Pacific Daylight Time. Interested vendors can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566 for further details.
WTP SCADA SYSTEM/INSTALL, CROW AGENCY
Buyer not available
The U.S. Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the installation and programming of a Supervisory Control and Data Acquisition (SCADA) system at the Water Treatment Plant in Crow Agency, Montana. The project aims to ensure compliance with state and federal regulations, including the Montana Department of Environmental Quality standards and the Safe Drinking Water Act, while enhancing the monitoring and reporting capabilities of water quality parameters. This initiative is part of broader governmental efforts to improve infrastructure and water treatment services on Native American lands, emphasizing safety and regulatory adherence. Interested contractors, particularly those qualifying as Indian Economic Enterprises, must submit their proposals by April 15, 2025, with a project completion deadline of June 30, 2025. For further inquiries, potential bidders can contact Mary King at Mary.King@bia.gov or call 406-247-7941.
IA OJS BUILDING 1134 & 1135 REPLACEMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the replacement of generators at the OJS Buildings 1134 and 1135 located at the Wind River Agency in Fort Washakie, Wyoming. The project aims to ensure reliable backup power for emergency services by installing a new Genrac generator and removing the existing natural gas generator, with a focus on compliance with safety and regulatory standards. This initiative is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEE), promoting participation from Native American businesses in federal contracting. Proposals are due by April 10, 2025, with the project expected to commence on May 1, 2025, and be completed by May 30, 2025. Interested parties can contact Mary King at Mary.King@bia.gov or by phone at 406-247-7941 for further information.
BOILER REPLACEMENT PROJECT, LAME DEER
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the Boiler Replacement Project at the Lame Deer Adult Detention Center in Montana. The project involves replacing an outdated two-boiler system with a new energy-efficient system, including necessary components such as pumps and control valves, while ensuring compliance with NFPA standards and local building codes. This initiative is crucial for enhancing heating efficiency and safety within the facility, and it emphasizes the government's commitment to supporting Indian Economic Enterprises through a set-aside for Indian Small Business Economic Enterprises. Proposals are due by April 17, 2025, and interested parties should direct inquiries to Mary King at Mary.King@bia.gov or call 406-247-7941.