R--DIGITIZATION PROJECT
ID: 140A0425R0008Type: Solicitation
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT – ADMINISTRATIVE: ELECTRONIC RECORDS MANAGEMENT SERVICES (R617)

Set Aside

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

    The Bureau of Indian Affairs (BIA) is seeking proposals for a digitization project aimed at transitioning approximately 500 boxes of paper records to electronic formats at its Rocky Mountain Regional Office and associated agencies. The project requires contractors to provide comprehensive records management services, including inventorying, cleaning, digitizing, and ensuring quality control of sensitive documents, all in compliance with National Archives and Records Administration (NARA) standards. This initiative is crucial for enhancing record management efficiency and ensuring compliance with federal regulations regarding record retention and disposal. Interested contractors must acknowledge receipt of the solicitation amendments and submit their proposals by May 8, 2025, with the anticipated contract performance period starting from June 1, 2025, to May 30, 2026. For further inquiries, potential bidders can contact Mary King at Mary.King@bia.gov or call 406-247-7941.

    Point(s) of Contact
    King, Mary
    (406) 247-7941
    (406) 247-7908
    Mary.King@bia.gov
    Files
    Title
    Posted
    The Bureau of Indian Affairs seeks proposals for a Records Digitization Project focused on the Rocky Mountain Region, specifically in Billings and Crow Agency, Montana. The contract includes a Base Year from June 1, 2025, to May 30, 2026, and two optional additional years. Prospective contractors must provide pricing for all option years. The primary service required is the digitization of records, with the document requesting contractors to outline their proposed solutions, estimated quantities, unit prices, and total costs. This solicitation reflects the government’s initiative to enhance record management through digital transformation, underlining the commitment to preserving important documentation while improving accessibility and organization. All interested parties must complete a bid schedule format that includes essential contractor information such as contact details and unique entity identifier (UEI) number. The structure of the RFP emphasizes clear pricing and service definitions over a specified timeline, facilitating effective contractor selection.
    The document outlines the requirements for Offerors under the Buy Indian Act, emphasizing the self-certification of eligibility as an "Indian Economic Enterprise" (IEE). It stipulates that qualifying entities must satisfy certain conditions at three key points: during the proposal submission, at contract award, and throughout the contract's duration. Contracting officers may request additional documentation to verify compliance at any stage. It stresses the legal implications of providing false or misleading information, which can result in severe penalties under federal law. Additionally, the Offeror must fill out a representation form that includes their details, such as the name of the federally recognized tribal entity, unique entity identification, and ownership structure. This process ensures that contracts set aside for Indian Economic Enterprises are awarded to eligible businesses, promoting economic development within Native American communities.
    The document outlines an amendment to a solicitation, specifically identified as amendment number 140A0425R0008. The primary purpose of this amendment is to correct the set-aside status to 100% Indian Small Business Economic Enterprise (ISBEE). It highlights the requirements for contractors to acknowledge receipt of this amendment via specified methods to ensure offers are considered valid. Deadlines for submission and acknowledgment are emphasized, indicating that failure to comply may lead to rejection of offers. Additionally, the amendment mentions necessary administrative changes and clarifies that all other terms and conditions stated in previous documents remain unchanged. The overall aim is to provide clarity and maintain compliance within the solicitation process, fostering participation from qualifying vendors in the government contracting landscape.
    The document is an amendment to solicitation number 140A0425R0008 and serves to update the Statement of Work. Specifically, it increases the scope of digitization efforts from 105 boxes to approximately 500 boxes. The amendment outlines that offers must acknowledge receipt of this change prior to the specified opening date, either by including an acknowledgment in submitted offers or via separate communication. Further, it specifies that changes to offers can be made by letter or electronic communication as long as they reference this amendment. All other terms and conditions in the original solicitation remain unchanged. This amendment reflects a modification rather than a complete overhaul, aiming to expand the digitization project without altering the foundational contract elements. This initiative aligns with the federal government's goals to improve efficiency and accessibility of information through digitization efforts.
    The document pertains to Amendment 3 of solicitation 140A0425R0008, issued by the Department of the Interior regarding a contract modification. Its primary purpose is to update the Statement of Work to expand a digitization project, changing the scope from 105 boxes to approximately 500 boxes of records to be converted into PDF documents. Contractors are required to acknowledge receipt of this amendment prior to the submission deadline, with specific instructions on how to do so. The amendment maintains all other terms and conditions unchanged, ensuring the integrity of the contract remains intact. The document highlights adherence to Federal Acquisition Regulation (FAR) standards and emphasizes the importance of compliance in the bidding and contracting process. Here, the modification serves to reflect new operational requirements in the context of federal procurement activities.
    This document is a Request for Proposal (RFP) issued by the Bureau of Indian Affairs for the digitization of records for the Rocky Mountain Region and Crow Agency. The solicitation emphasizes that it is set aside exclusively for Indian Small Business Economic Enterprises. The anticipated period of performance is from April 9, 2025, to May 8, 2025, with options for two additional years. Key requirements include adherence to various federal acquisition regulations and the submission of proposals by May 8, 2025, at 1700 local time. The winning contractor will be responsible for delivering professional support services related to the digitization project. The RFP outlines necessary representations and certifications, as well as terms and conditions applicable to the contract. It also highlights the use of the U.S. Department of Treasury's Invoice Processing Platform for payment requests and specifies the importance of compliance with regulations regarding the contracting for certain telecommunications services. The document displays a structured format adhering to federal guidelines and emphasizes the need for competition among eligible small businesses.
    The Bureau of Indian Affairs (BIA) is seeking records management services to facilitate the transition to electronic records in compliance with federal regulations, particularly NARA standards. The project, necessitated by an Executive Office memorandum, involves on-site digitization of approximately 105 boxes of paper records at the Rocky Mountain Regional Office and associated agencies to ensure data security. The contractor must provide expertise in documents, filing, and archiving systems and have a minimum of ten years of experience in records management. Core tasks include inventorying, cleaning, digitizing, and conducting quality control of all records, accompanied by necessary documentation and adherence to digital guidelines. The contractor is required to submit regular progress reports and maintain a secure working schedule, as BIA staff will be necessary for escorting due to security protocols. The government will provide workspace and necessary equipment, highlighting the project’s aim to optimize digital records storage while complying with federal policies for record retention and disposal.
    The Bureau of Indian Affairs (BIA) seeks contractors for records management services aimed at transitioning to electronic records in compliance with federal mandates. Following the 2019 memorandum M-19-21, the project requires on-site digitization of sensitive paper records, covering inventory, cleaning, digitization, and quality control, particularly for documents housed in the Rocky Mountain Regional Office and relevant agencies. The contractor must have at least ten years of experience in records management and adhere to National Archives and Records Administration (NARA) standards. The expected deliverables include the digitization of approximately 500 boxes, maintaining proper documentation and quality management, and compliance with file naming conventions. The contractor will work within a set timeframe of six months to two years, under government oversight, and must provide their own equipment. Reporting requirements include monthly progress updates to BIA officials. The government will support the project by providing secure workspaces and equipment necessary for digitization efforts.
    The Bureau of Indian Affairs (BIA) seeks contractors for a records management project to transition to electronic records at its Rocky Mountain Regional Office and associated agencies. This initiative responds to a federal mandate for digitizing records while ensuring compliance with the National Archives and Records Administration (NARA) standards. Key objectives include inventorying, cleaning, digitizing, and implementing quality control for approximately 105 boxes of paper records. The contractor must have at least 10 years of experience in records management and complete tasks within 6 months to 1 year, with security clearances for personnel. Work will be conducted onsite to protect sensitive information, and contractors must follow specific protocols, including submitting monthly progress reports. The government will provide necessary workspaces and utilities for the contractor. Overall, this project is vital for the efficient management of records and compliance with federal regulations, aiming to minimize physical file volumes by transitioning to digital formats while ensuring the integrity of the information process.
    Lifecycle
    Title
    Type
    DIGITIZATION PROJECT
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    Z--CRIP MC Checks and Lateral 73 Construction
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is issuing a presolicitation notice for the Colorado River Indian Irrigation Project (CRIIP), seeking construction contractors for significant rehabilitation and new construction work. The project, estimated to cost between $15,000,000 and $22,000,000, involves rehabilitating Main Canal Checks 185 and 270, replacing gates, and undertaking concrete repairs, as well as realigning canals and constructing new facilities, including electrical modifications for Main Canal Check 420. This work is crucial for maintaining the irrigation infrastructure within the Colorado River Indian Tribes Reservation near Parker, Arizona. The solicitation is expected to be released around February 1, 2026, with a performance period of approximately 750 calendar days, and interested contractors must be registered in SAM.gov. For further inquiries, contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
    V--BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support the Bureau of Indian Affairs (BIA) in Window Rock and Whiteriver, Arizona. The procurement aims to award two indefinite-delivery, indefinite-quantity (IDIQ) fixed-price contracts, which will facilitate essential services such as fire suppression, law enforcement, and administrative activities from March 1, 2026, to February 28, 2031. The selected contractor will provide helicopters, personnel, and all necessary equipment, adhering to strict operational and safety standards. Interested parties must submit their proposals by January 7, 2026, at 1300 PST, and can direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    Web Base Digital Library
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is conducting a Sources Sought notice for a Web-Based Digital Library to assess market capabilities and determine potential set-asides for small business Indian firms. This opportunity aims to gather information on qualified sources that can fulfill the requirements outlined, particularly focusing on the NAICS Code 519210, which pertains to Libraries and Archives. The initiative is part of the agency's commitment to the Buy Indian Act, ensuring preference for Indian economic enterprises in procurement processes. Interested parties are encouraged to submit their qualifications, including their Buy-Indian set-aside status, intent to quote, and relevant experience, to Melissa Lake at melissa.lake@ihs.gov by the specified deadlines. This notice is for informational purposes only and does not constitute a solicitation.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    Healthcare Facility Planning, Evaluation, Research
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking sources for Healthcare Facility Planning, Evaluation, Research, and Advisory Services to support the Department of Health and Human Services (HHS), specifically the Indian Health Service (IHS) Office of Environmental Health and Engineering (OEHE). The procurement aims to enhance healthcare delivery for American Indians and Alaskan Natives by modernizing IHS facilities and planning processes, which includes developing planning documents, updating Health Services and Facility Master Plans, and providing advisory reviews. This opportunity is anticipated to result in a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract valued at approximately $30 million, with a five-year ordering period starting in Fiscal Year 2026. Interested firms must complete the attached Excel document and submit it to Robert Brewer at robertbrewer@ibc.doi.gov by the specified deadline.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Behavioral Health Counselors
    Interior, Department Of The
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is seeking proposals for Behavioral Health Counselors to establish a comprehensive behavioral health program at Pine Ridge School in Pine Ridge, South Dakota. The procurement aims to address ongoing crises, particularly the issue of youth suicide on the reservation, by providing on-site counseling, crisis intervention, assessments, and psychoeducational sessions for both general and special education students. The contract will be a Labor Hour type, requiring two full-time licensed counselors, with a base performance period from January 19, 2026, to January 18, 2027, and four optional one-year extensions. Interested parties can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further details.
    Medical Storage Cabinets Upgrade
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the upgrade of medical storage cabinets at the Inscription House Health Center located in Tonalea, Arizona. The project entails the provision and installation of new, durable, and easy-to-clean medical cabinetry systems, including countertops and plumbing fixtures, while also requiring the removal of old cabinetry and related site preparation work. This procurement is designated as an Indian-Owned, Small Business Economic Enterprise (ISBEE) Set-Aside, emphasizing the importance of supporting Indian Economic Enterprises in federal contracting. Interested vendors must submit their proposals by January 6, 2025, and can direct inquiries to Flora Washington at flora.washington@ihs.gov or by phone at 928-380-8345.
    Printer/Scanner/Copiers for the Albuquerque Area IHS & the Albuquerque Area Office
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Albuquerque Area Indian Health Service, is seeking quotations for the procurement of four Canon imageRUNNER ADVANCE DX C5860i Color Systems, which includes three units for the Albuquerque Area Office and one for the IHS Warehouse, along with preventive maintenance services. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and small business concerns, emphasizing the importance of these multifunctional printers in enhancing workflow efficiency and security within the healthcare environment. Interested vendors must submit their quotes via email to Stephanie Begay by 12:00 pm MST on January 7, 2026, with the contract structured as a firm-fixed-price order that includes a base year and four option years for maintenance services. For further details, vendors can contact Stephanie Begay at stephanie.begay3@ihs.gov or by phone at 505-256-6750.