D--eTEXTBOOK/TEXTBOOK SERVICES
ID: 140A2325Q0147Type: Solicitation
Overview

Buyer

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

NAICS

Educational Support Services (611710)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

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 eTextbook and textbook services aimed at enhancing educational support for students within the Indian education system. This procurement seeks qualified small businesses to provide a range of textbooks in both print and electronic formats, establish an online bookstore, and facilitate shipping and customer support, with a contract period spanning five years from August 1, 2025, to July 31, 2030. The initiative is crucial for improving access to educational resources and aligns with the federal mission to support diverse learning needs. Interested vendors must submit their proposals by July 14, 2025, and can direct inquiries to Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.

    Point(s) of Contact
    Nahlee-Marshalek, Michelle
    michelle.nahlee@bie.edu
    Files
    Title
    Posted
    The Haskell Indian Nations University (HINU) aims to enhance textbook accessibility for students through a partnership with eCampus, facilitating both print and eBook formats for an academic year with a potential for four additional years. The Tommaney Library seeks to transition from traditional print services to an online bookstore that allows students the flexibility to select their preferred format, alongside expedited and standard shipping options. The contractor, eCampus, will create the online portal, handle orders, provide customer support, and offer training to library staff. HINU will exclusively utilize eCampus for course materials, assist in marketing, and ensure prompt payment for services. Deliveries will be managed to student residences and the library, necessitating no on-campus contractor presence. The contract period spans August 1, 2025, to July 31, 2026, emphasizing operational efficiency and improved access to educational resources, thereby supporting HINU's federal mission for educational equity and resource availability. This initiative reflects the importance of adaptive learning environments in modern education.
    Haskell Indian Nations University (HINU) seeks a contractor to provide textbook services, enabling students to select their preferred format (print or eBook) for an academic year, extendable for four additional years. The contractor will establish an online bookstore, facilitate shipping to both campus and home addresses, and offer customer support and marketing. Key responsibilities include order acceptance, providing training to library staff for handling distribution, and offering free or expedited shipping options. HINU's Tommaney Library will support this initiative by providing course material data and marketing the online bookstore during student orientations. The project aims to enhance access to various educational resources while aligning with HINU's federal mission. The contract will commence on August 1, 2025, and conclude on July 31, 2026, with potential extensions. This RFP demonstrates the university's commitment to fostering an inclusive learning environment that accommodates differing student preferences in textbook access.
    The Haskell Indian Nations University (HINU) seeks a contractor for textbook services to provide print and e-books to students for an academic year, with the potential for four additional years. The Tommaney Library, which serves as the academic library, aims to enhance accessibility and cater to diverse learning preferences through an online bookstore managed by eCampus. This bookstore will allow students to choose their course materials in various formats, including new, used, or rental options. The contractor is responsible for creating the bookstore, managing orders and shipping, providing customer support, and offering training to library staff. Delivery will be made to both the library and students' residences, with gifts such as free expedited shipping and rental returns facilitated through the library. HINU will collaborate by providing marketing support and material lists while ensuring exclusive contracting with eCampus for course materials. The contract duration is from August 1, 2025, to July 31, 2026, emphasizing convenience and flexibility for students without requiring on-campus contractor personnel. This initiative aligns with HINU's mission to enhance the educational experience of its students by providing diverse educational resources efficiently.
    The document outlines a comprehensive list of courses and corresponding required textbooks and materials for various academic programs, emphasizing Indigenous studies, accounting, biology, business, and several other disciplines. Each course is identified by its code, name, expected enrollment, and ISBNs for resources, showcasing the selection of educational materials necessary for effective teaching and learning. Key subjects like Financial Accounting, Managerial Accounting, Indigenous Policy, and Environmental Justice highlight the document's focus on both traditional and Indigenous perspectives in education. Also featured are practical resources for creative subjects such as Art and Music, reflecting a breadth of educational needs across disciplines. Total costs associated with these courses are listed, although detailed pricing sections remain incomplete. The overall aim of the document is to facilitate informed purchasing decisions for educational institutions through an organized compilation that aligns with federal and state educational grant requirements, further supporting the goal of enriching academic offerings with specific resources tailored to diverse fields of study. This structured resource allocation reflects the strategic planning necessary for effective educational funding and delivery in the context of governmental educational initiatives.
    The document appears to be a corrupted or encoded file, thus rendering it unreadable and devoid of coherent information. It potentially pertains to government Request for Proposals (RFPs), federal grants, or state/local RFPs, but its intended content cannot be discerned due to the lack of accessible text. This situation illustrates a failure to accurately store or transmit essential government-oriented documents, which could impede the public's ability to engage with governmental opportunities effectively. Consequently, without a clear topic, key ideas, or structural integrity, the document's purpose remains indeterminate, necessitating further investigation or recovery efforts to provide relevant summaries or insights.
    The Bureau of Indian Education is planning to issue a solicitation for a Time and Material (T&M) contract related to educational support services, specifically for textbook distribution at Haskell Indian Nations University (HINU). Expected to be released between June 16 and June 23, 2025, the contract aims to enhance textbook access for students by providing an online bookstore and multiple format options (eBook, new, used). The anticipated award date is August 1, 2025, covering the 2025-2026 school year with options to renew through 2029-2030. Key requirements for prospective contractors include at least ten years of experience in textbook services and the capability to manage customer support, online orders, marketing, and shipping logistics. The acquisition will utilize a set-aside for small businesses under Simplified Procedures, emphasizing service quality, customer support, and competitive pricing. Contractors must be registered in the System for Award Management (SAM) with the relevant NAICS code 611710. This initiative is aimed at improving the educational resources available to the Indigenous student community at HINU.
    The document outlines the details and requirements for Solicitation 140A2325Q0147, which pertains to the procurement of textbook services for an educational institution. Key points include that the RFQ is structured for strictly textbook fulfillment and does not seek a long-term service agreement or full-service bookstore operations. The contract mandates that vendors must be registered in SAM.gov and possess IPP capabilities. An on-site presence at the campus is not explicitly required, and vendors are expected to utilize their own website or platform for orders. There is no anticipated local fulfillment model allowed, and the pricing schedule details the expected student volume for services. This solicitation emphasizes clarity on vendor obligations and institutional preferences in the procurement process, ensuring that providers understand the specific needs around textbook services without additional partnerships.
    The RFQ (140A2325Q0147) is focused on procuring textbook services exclusively for HINU-Albuquerque, detailing requirements and expectations for potential vendors. The solicitation clarifies that the contract is for textbook fulfillment only, rather than a full-service bookstore operation. It mandates that vendors must be registered in SAM.gov and have IPP capability. An on-site presence is not required, and purchases will be managed based on student needs without the option of using Financial Aid or third-party funding at checkout. The institution will not adopt Inclusive Access or Equitable Access programs. SOW guidelines indicate that eCampus is the exclusive provider for course materials and that bidders need to present comprehensive quotes for all listed services without needing existing partnerships with eCampus. The document also emphasizes that this solicitation is competitive and not a sole-source contract, with amendments to clarify requirements as necessary. Overall, this RFQ aims to establish an agreement to supply students with required course materials effectively and affordably while maintaining clear boundaries on operational processes and partner roles.
    The document amends solicitation number 140A2325Q0147 and addresses procedures for acknowledging and submitting changes to offers related to a governmental contract. It specifies that failure to acknowledge receipt of the amendment could lead to an offer's rejection and outlines methods for acknowledgment, including electronic communication. The amendment clarifies that no changes were made beyond posting Q&A documentation. The performance period for the project is set from August 1, 2025, to July 31, 2030. The document highlights the necessary administrative adjustments, including the requirement for the contractor to sign and return copies of the amendment when applicable. Overall, this amendment is a standard administrative update to ensure compliance with federal procurement processes and to maintain clear communication with potential contractors regarding solicitation changes.
    This document is an amendment to a solicitation identified as 140A2325Q0147 concerning a federal contract. The amendment serves to post Q&A #2 and a revised Statement of Work (SOW), and it notes that the question period has ended, with no further inquiries being accepted. Amendments must be acknowledged by contractors to ensure their offers are considered, and failure to do so by the specified deadline may lead to rejection. The period of performance for the contract is established as August 1, 2025, to July 31, 2030. The amendment is issued under federal regulations and signifies changes pertaining to contract administration, with the intent to keep all other terms and conditions intact. The document reflects standard procedures for contract modifications within the framework of federal procurement processes.
    The document is a Request for Quotation (RFQ) from the U.S. Department of the Interior's Bureau of Indian Education regarding Library eTextbook and Textbook services. It outlines the anticipated awarding of a Time and Material (T&M) contract aimed at providing student textbooks and educational support services. The RFQ invites small businesses to submit proposals by July 14, 2025, detailing their pricing and product availability. The contract's period of performance is divided into five years, including a base year and four option years, with specifications on textbook delivery and evaluation criteria to assess offers based on value and compliance with regulations. Key requirements stipulate that contractors must be properly registered and comply with the Federal Acquisition Regulation (FAR) requirements, ensuring transparency and adherence to government standards. Moreover, the document stresses compliance with various clauses related to civil rights, labor standards, and ethical practices. It emphasizes the importance of detailed proposals that illustrate the contractor’s capacity to deliver educational materials efficiently. This RFQ demonstrates the government’s commitment to supporting educational needs within Indian education systems while encouraging participation from small business concerns.
    Lifecycle
    Title
    Type
    Solicitation
    Presolicitation
    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.
    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.
    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.
    TITLE IV PELL GRANT SPECIALIZED SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking a contractor to provide specialized services for Title IV Pell Grant processing at Haskell Indian Nations University (HINU). The primary objective is to enhance the efficiency of awarding Pell Grants to eligible students by utilizing the university's financial aid systems, including CAMS, COD, and EDConnect, while developing Standard Operating Procedures to streamline operations. This contract, set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), will be awarded as a Firm Fixed Price purchase order for a base year with an option for an additional year, with quotes due by December 19, 2025, at 2:00 PM CST. Interested parties can contact Jeff Morris at jeff.morris@bie.edu or by phone at 505-364-2130 for further details.
    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.
    Office Supplies for Turtle Mountain Agency
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Pacific Region, is seeking quotations for office supplies for the Turtle Mountain Agency in North Dakota. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 339940, which pertains to Office Supplies Manufacturing, and includes items such as toner cartridges, folders, tape, batteries, and cleaning wipes. The supplies are essential for the operational needs of the agency, ensuring efficient administrative functions. Quotes are due by December 15, 2025, at 0900 PST, with an anticipated delivery date of January 30, 2026. Interested vendors can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-426-9210 for further information.
    R--Food Delivery and Courier Services, HES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide Food Delivery and Courier Services for Havasupai Elementary School (HES) located in Supai, Arizona. The procurement involves weekly deliveries of temperature-controlled food and secure package courier services, addressing logistical challenges due to the school's remote canyon location and ensuring compliance with food safety standards. This contract is critical for maintaining the school's operations and supporting its K-8 student population, with a performance period from December 15, 2025, to December 14, 2026, and potential extensions through four option years until December 14, 2030. Interested parties must submit their proposals by December 29, 2025, and can direct inquiries to Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.
    ATVs for DESCRM
    Interior, Department Of The
    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.
    44--Replacement Heat Pumps for Seba Delkai Boarding Sc
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors to provide replacement heat pumps for the Seba Delkai Boarding School located in Winslow, Arizona. This procurement aims to supply heating equipment essential for maintaining a conducive learning environment at the boarding school, which serves Native American students. The solicitation is set aside for small businesses, specifically under the Indian Small Business Economic Enterprise (ISBEE) program, with a closing date for offers extended to December 16, 2025, at 5:00 PM ET. Interested parties must acknowledge receipt of the solicitation amendments and submit their proposals electronically, ensuring compliance with all applicable federal regulations.
    R--Geographic Information Systems (GIS) Modernization
    Interior, Department Of The
    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.