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 (BIA), is seeking proposals for the procurement of firewall hardware and licenses for the Office of Information Technology (OIT) under solicitation number 140A1625Q0023. The BIA has standardized its operational infrastructure on FortiGate firewalls, and as such, only proposals that meet this specification will be considered, excluding alternatives such as Cisco products. This procurement is crucial for enhancing the cybersecurity infrastructure of the BIA, with a firm fixed-price purchase order expected to be awarded within 90 days of the contract award. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEEs), should direct inquiries to Maggie Main at maggie.main@bia.gov and ensure compliance with all submission guidelines and deadlines outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses a request for proposals (RFP) concerning firewall hardware and licenses for the Office of Information Technology (OIT), specifically referencing the procurement number 140A1625Q0023. It clarifies that the Bureau of Indian Affairs (BIA) has standardized its operational infrastructure on FortiGate firewalls, thus ruling out the acceptance of alternative solutions, including those from Cisco. This decision stems from a need to maintain consistency and alignment with existing technical environments and support frameworks. Consequently, proposals that suggest Cisco equivalents will not be considered, reinforcing the BIA's commitment to a unified firewall strategy. The document serves as guidance for potential vendors regarding eligibility and compliance with the BIA's stringent operational standards.
    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.
    This document is an amendment to a federal solicitation (140A1625Q0023) and outlines procedures for acknowledging receipt and making changes to submitted offers. It specifies that contractors must confirm receipt of the amendment prior to the designated date to avoid rejection of their offers. The amendment includes details on contract modification procedures, stating that any alterations to offers must be submitted through written correspondence, referencing the solicitation number. Additionally, it clarifies that the terms and conditions of the original solicitation remain intact unless changed by this amendment. The document serves to ensure that all parties involved in the contracting process, including contractors and the issuing office, are informed of the necessary procedures for compliance with federal solicitation requirements. It emphasizes the importance of timely communication and proper documentation for modifications and continues the contractual relationship under previously established terms, facilitating the management of federal contracts.
    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
    Automated Meter Reading/Customer Information Syste
    Buyer not available
    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--Geographic Information Systems (GIS) Modernization
    Buyer not available
    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.
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Buyer not available
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, which is set aside for small businesses, will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated operational period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific performance capabilities and qualified personnel. Interested parties must submit their proposals by December 30, 2025, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    ATVs for DESCRM
    Buyer not available
    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.
    Printer
    Buyer not available
    The Bureau of Indian Education (BIE) is seeking proposals for the procurement of a Canon TX04200 MFP (large format) printer or an equivalent model for the Turtle Mountain Elementary School located in Belcourt, ND. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 334118, which pertains to Other Computer Peripheral Equipment Manufacturing, and requires the equipment to be Energy Star and EPEAT certified, with a one-year warranty and support for at least seven years. The contract will be awarded as a Firm Fixed Price with FOB Destination delivery, and interested vendors must be registered in SAM.gov and complete the Indian Economic Enterprise Representation form. Proposals are due by December 9, 2025, at 10:00 AM MST, with the solicitation issued on December 2, 2025. For further inquiries, interested parties may contact Leah Azure at leahr.azure@bie.edu or by phone at (505) 803-4256.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Buyer not available
    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.
    R--Geospatial Support Services for OTS - DRIS
    Buyer not available
    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.
    R--Indian Art and Craft Shop Operations RFP
    Buyer not available
    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.
    68--Propane for Standing Rock Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of 66,800 gallons of propane for the Standing Rock Agency, with a performance period from December 15, 2025, to March 31, 2026. The objective is to ensure adequate heating for five designated buildings during the winter months, requiring the selected vendor to coordinate deliveries and comply with all applicable regulations. This procurement is set aside for Indian Economic Enterprises (IEEs) and will be awarded based on the Lowest Price Technically Acceptable source selection process. Interested vendors must submit their quotes by December 10, 2025, and can contact Crystal Keys at crystal.keys@bia.gov or 405-933-6016 for further information.