Firewall Hardware & Licenses for OIT
ID: 140A1625Q0023Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

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

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, specifically the Bureau of Indian Affairs, is seeking proposals for the acquisition of firewall hardware and licenses for its Office of Information Technology. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 541519, emphasizing the government's commitment to supporting eligible small businesses in the technology sector. The selected vendor will provide essential cybersecurity infrastructure, with a firm fixed-price purchase order anticipated to be awarded within 90 days of the contract award. Interested offerors should ensure compliance with federal acquisition regulations and submit their proposals promptly, as late submissions may jeopardize eligibility; for further inquiries, contact Maggie Main at maggie.main@bia.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a justification for an acquisition contract, emphasizing the determination by the contracting officer that the anticipated costs will be fair and reasonable. It includes details on market research conducted or reasons for its absence, alongside essential data supporting the use of justification for other than full and open competition. Additionally, it provides information regarding sources that showed interest in the acquisition and potential agency actions to enhance competition in future procurements. The certification from the originating office and the contracting officer attests to the accuracy and completeness of the justification. The document serves as a formal assessment within the context of federal government procurement processes, ensuring compliance and accountability in contracting actions.
    The document outlines the requirements for Offerors under the Buy Indian Act in the context of federal contracting. It emphasizes that by signing the Offeror Section, the applicant self-certifies their status as an "Indian Economic Enterprise" (IEE) as defined in DIAR Part 1480. The eligibility criteria must be met at the time of the offer, contract award, and throughout the contract's duration. Contracting Officers have the authority to request additional documentation to confirm eligibility at any point. It emphasizes the legal consequences of providing false or misleading information, which can lead to penalties under federal law. The accompanying Indian Affairs Indian Economic Enterprise Representation Form requires the submission of specific details, including the federally recognized tribal entity, unique entity ID, and ownership information. This structure is integral for ensuring that contracts are awarded to qualifying Indian economic enterprises, affirming compliance with the intent of Indian preference in government procurement.
    The document is a Request for Proposal (RFP) issued by the Bureau of Indian Affairs (BIA) for the acquisition of firewall hardware and licenses for the Office of Information Technology (OIT). It outlines that the solicitation is set-aside entirely for Indian Small Business Economic Enterprises (ISBEEs) under the North American Industry Classification System (NAICS) code 541519. The anticipated delivery period for the products is 90 days after award. The solicitation details product specifications, including various Fortinet items, and establishes a firm fixed-price purchase order as the expected contract type. Key instructions for offerors include completing designated blocks on the proposal form and adhering to the specific clauses mandated by federal acquisition regulations (FAR). The document emphasizes compliance with electronic invoicing and payment through the U.S. Department of the Treasury's Invoice Processing Platform. Offerors are urged to submit proposals promptly and are informed that late submissions could compromise their eligibility. The RFP underlines the importance of clarity and completeness in submissions to foster consideration for contract award. Overall, this solicitation aims to enhance the government's cybersecurity infrastructure through targeted procurement from eligible small business vendors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    H--BOILER INSPECTION FOR NAVAJO REGIONAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services across sixty-six schools managed by the Bureau of Indian Education, including nine Bureau of Indian Affairs locations. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires contractors to conduct annual external inspections of boilers and pressure vessels, providing all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period commencing on March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors should submit their offers by March 20, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
    Thermal Monoculars BIA Office of Justice Services
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of 30 thermal monoculars intended for use by the Office of Justice Services. The thermal monoculars must meet specific military compatibility requirements, including a BAE 12-micron 640x480 core, an 18 mm F1.0 lens, and a maximum runtime of 8 hours, along with various accessories. This procurement is crucial for enhancing operational capabilities in law enforcement and security within Indian communities. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEEs), must submit their proposals, including necessary documentation, by the specified deadline, with the expectation of delivery within 90 days after order receipt. For further inquiries, potential bidders can contact Lara Wood at lara.wood@bia.gov.
    Sonar Underwater Drone BIA Off. of Justice Service
    Buyer not available
    The Bureau of Indian Affairs (BIA) under the U.S. Department of the Interior is seeking proposals for the procurement of specialized Sonar Underwater Drone Equipment, specifically the OceanBotics SRV-8 ROV and associated components. This solicitation is aimed at Indian Small Business Economic Enterprises (ISBEEs) and includes multiple line items such as underwater drones, multibeam sonar systems, robotic grabbers, and spare parts, with an emphasis on brand-name specifications and customer support. The equipment is intended to enhance the capabilities of the BIA's Office of Justice Services, particularly in addressing cases involving missing and murdered individuals, thereby reflecting the government's commitment to advanced marine technology for effective operational needs. Proposals are due within 90 days post-order, and interested parties can contact Lara Wood at lara.wood@bia.gov for further information.
    Stainless steel sander-spreader
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Western Region, is seeking proposals for the procurement of a stainless steel sander-spreader under solicitation number 140A1125Q0032. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to support small businesses, particularly those owned by service-disabled veterans and economically disadvantaged women, in compliance with the Buy Indian Act. The sander-spreader will be delivered to Fort Duchesne, Utah, and must meet specific construction specifications outlined in the solicitation documents. Interested bidders are required to submit detailed quotes by the specified deadline, and for further inquiries, they can contact Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
    Native American Student Information System Recompe
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the Native American Student Information System (NASIS) to enhance educational data management for Native American students. This procurement aims to develop a comprehensive Software-as-a-Service (SaaS) cloud-based system that will manage, store, and track sensitive student data, ensuring compliance with federal and state reporting requirements while improving educational outcomes. The NASIS will serve 186 bureau-funded schools, emphasizing the importance of centralized data management and robust security measures to facilitate effective communication among stakeholders. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further details, with the contract performance period set from July 3, 2025, to July 2, 2030.
    Firm Fixed-Price, Commercial Item, Purchase to provide IT Equipment for the Lower Brule Service Unit (LBSU), Lower Brule Health Center (LBHC), Lower Brule, South Dakota.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide IT equipment for the Lower Brule Service Unit in Lower Brule, South Dakota. The procurement involves a Firm Fixed-Price Commercial Item Purchase Order for various Dell laptops and monitors, adhering to a "100% Buy Indian, Small Business" standard, with a delivery period of 45 days from the date of award. This initiative is crucial for ensuring compatibility and continuity with existing systems, thereby enhancing operational efficiency and minimizing administrative costs. Interested parties must submit their bids by March 20, 2025, and are required to comply with federal procurement regulations, including registration with the System for Award Management. For further inquiries, vendors can contact David Jones at david.jones@ihs.gov or Nichole Lerew at nichole.lerew@ihs.gov.
    Z--CRIP Main Canal Checks with Lateral 73
    Buyer not available
    The Bureau of Indian Affairs (BIA) is soliciting proposals for the Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73, focusing on construction, alteration, and repair work on critical irrigation infrastructure in La Paz County, Arizona. This competitive procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and includes the rehabilitation and replacement of check structures MC185, MC270, and MC420, as well as the Lateral 73-36 Check, with an estimated project cost exceeding $10 million. The project is vital for enhancing irrigation efficiency and ensuring reliable water management for agricultural needs, with a proposal submission deadline of March 18, 2025, and a performance period of 900 days post-notice to proceed. Interested contractors can contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444 for further details.
    58--SECURITY CAMERAS AND INSTAL - ISBEE Set-Aside
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide brand name security cameras and installation services for the Fort Davis National Historic Site in Texas. The procurement is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, aimed at enhancing security through the installation of a comprehensive network-based camera system, including three new Axis Communications IP cameras and associated equipment. This initiative is crucial for improving visitor safety and operational efficiency at the historic site, with a delivery deadline set for April 1, 2025. Interested bidders must submit their quotations by March 14, 2025, and can contact Samuel Hyslop at samuelhyslop@nps.gov or 970-880-4482 for further information.
    Purchase of a Cisco Network Switch
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the purchase of a Cisco Network Switch to enhance its technological infrastructure at the Tucson Area Indian Health Service in Arizona. The procurement includes a Catalyst 9200 series 48-port PoE+ switch, service contracts, and necessary software licenses, aimed at ensuring compatibility with existing network technologies and improving operational efficiency. This acquisition is critical for maintaining reliable and secure network operations within federal facilities, adhering to stringent technical and security standards. Interested vendors must submit their proposals electronically by March 31, 2025, with inquiries directed to Susan Protho at susan.protho@ihs.gov or Bernard Howell at bernard.howell@ihs.gov.
    D--JOFOC CyberSafe TrustBroker (Redacted)
    Buyer not available
    The Department of the Interior (DOI) is seeking to procure a specialized Multi-Factor Authentication (MFA) solution, specifically the CyberSafe TrustBroker product, from Bull Horn Technologies, the sole U.S. reseller. This procurement is essential as DOI requires a system that supports Single-Sign-On (SSO) options for its SAP BW Modelling/Eclipse integrated development environment tool, while also ensuring compliance with federal security regulations. The TrustBroker product is uniquely suited to meet DOI's needs by supporting smart card functionality without the need for additional infrastructure, which could complicate implementation and increase costs. Interested parties can reach out to Vanessa Barreto at VANESSABARRETO@IBC.DOI.GOV or call 703-964-3694 for further information.