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)
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
    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.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    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.
    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.
    S--Waste Management Services for Blackfeet Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking to negotiate a sole source contract with the Blackfeet Tribe for Waste Management Services for the Blackfeet Agency. The BIA has determined that the Blackfeet Tribe is the only entity capable of fulfilling the specific requirements outlined in the procurement specifications. This contract is crucial for ensuring effective waste management services within the Blackfeet Agency, which is vital for maintaining environmental standards and community health. Interested parties who believe they can meet the requirements are encouraged to submit their capabilities and specifications by the deadline to the primary contact, Lara Wood, at lara.wood@bia.gov, as the government will consider these responses to assess the feasibility of competitive procurement. The contract will be processed using Simplified Acquisition Procedures (FAR 13) and FAR Part 12, Acquisition of Commercial Items, with no solicitation package available.
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    Trash Pickup for Rocky Ridge Boarding School
    Interior, Department Of The
    The Bureau of Indian Affairs is seeking quotations for trash pickup services at the Rocky Ridge Boarding School, as part of a procurement initiative aimed at supporting Indian Small Business Economic Enterprises (ISBEE). The contract will cover refuse pickup and recycling services, structured as a Firm Fixed Price purchase order for a base year from January 1, 2026, to December 31, 2026, with the possibility of four additional option years. This service is crucial for maintaining cleanliness and environmental standards at the school, ensuring a healthy learning environment for students. Interested contractors must submit their all-inclusive offers electronically to Ashleigh Cleveland by December 16, 2025, at 1700 EST, and must be registered in SAM.gov to comply with applicable federal regulations.
    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.
    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.
    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.