Integrated Workplace Management System (IWMS) Software
ID: OCOSSN04252025Type: Sources Sought
Overview

Buyer

ARCHITECT OF THE CAPITOLARCHITECT OF THE CAPITOLACQUISITION & MATERIAL MAN DIVWashington, DC, 20515, USA

NAICS

Computer Systems Design Services (541512)
Timeline
    Description

    The Architect of the Capitol (AOC) is seeking information from vendors regarding an Integrated Workplace Management System (IWMS) to enhance operational efficiency across its facilities, supporting approximately 1,800 users within a portfolio exceeding 18 million square feet. The AOC requires vendors to demonstrate at least 10 years of experience in IWMS implementation, showcasing successful project examples and capabilities in managing large user bases and work orders. This initiative is crucial for modernizing facility management processes, integrating features such as GIS compatibility, lifecycle cost analysis, and mobile accessibility, while ensuring compliance with federal regulations, including FedRAMP certification. Interested vendors must submit their qualifications electronically by June 23, 2025, and can direct inquiries to Tim Nyberg at tim.nyberg@aoc.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Architect of the Capitol (AOC) is issuing a Request for Proposals (RFP) for an Integrated Workplace Management System (IWMS) aimed at enhancing its asset management processes. This project involves procuring software that encompasses Computerized Maintenance Management Systems (CMMS) and Enterprise Asset Management (EAM), with features such as space utilization, project tracking, and enhanced customer service mechanisms. The AOC, responsible for managing significant properties within the Capitol Complex, seeks a solution that aligns with best practices of ISO 55001 standards for asset management, promoting sustainability and operational efficiency. The contract will require the selected vendor to provide implementation services, project management, data migration, and training, with an emphasis on retaining key personnel throughout the project. The document outlines detailed project objectives, including asset tracking, work management, project tracking, and financial planning, along with extensive requirements for vendor qualifications. Vendors are expected to showcase their project management methodologies and demonstrate past experience in implementing similar systems. Additionally, a comprehensive understanding of the project and supporting documentation outlining the approach to achieving the outlined objectives is necessary for submission. This RFP represents the AOC's commitment to modernizing its asset management practices through innovative technology solutions.
    The Architect of the Capitol (AOC) is soliciting proposals for an Integrated Workplace Management System (IWMS) that enhances facilities management, asset management, and operational efficiencies. The IWMS should integrate Computerized Maintenance Management (CMMS) and Enterprise Asset Management (EAM) solutions, focusing on improving customer service workflows, financial planning, and sustainable operations. Key system features must include GIS compatibility, lifecycle cost analysis, project tracking, inventory management, and mobile accessibility. The AOC emphasizes the need for experienced vendors who can provide comprehensive implementation services, including data migration from existing systems, user training, and ongoing support. Vendors must also demonstrate how their solutions will accommodate unique AOC requirements while aligning with best practices in asset management as defined by ISO 55001. Proposals should detail the vendors' experience, project management methodologies, and capabilities in fulfilling AOC's specific needs in asset and facilities management. This procurement highlights the AOC's commitment to maintaining the Capitol Complex efficiently and sustainably while enhancing service delivery through advanced management technologies.
    The AOC (Administrative Office of the Courts) is exploring solutions for an Integrated Workplace Management System (IWMS) through a Request for Information (RFI). The AOC expresses a preference for service management platforms that can be configured to meet specific functional requirements and use cases outlined in the RFI. Key considerations include a centralized service portal and the need for FedRAMP certification. AOC is open to consolidating multiple tools into a single platform to enhance efficiency, streamline processes, and reduce costs. The AOC is interested in solutions that can address both IWMS and IT service management (ITSM) needs within one platform, though it prefers out-of-the-box solutions rather than heavily customized ones. Future integrations between IWMS and ITSM workflows are envisioned, aiming for a centralized service request system. The document emphasizes the critical requirement for FedRAMP certification across all platforms and tools involved. This RFI indicates the AOC's commitment to modernize its operational infrastructure, seeking to improve service delivery and operational effectiveness while ensuring compliance with federal regulations.
    The document outlines the response to a Request for Information (RFI) related to the Acquisition of an Integrated Workplace Management System (IWMS) for the Architect of the Capitol (AOC). It provides a breakdown of user roles, highlighting the structure of current operations and expected licensing needs. A total of 1,300 field agents operate on-site, supported by 200 dispatchers managing work assignments and 200 non-IT service desk agents addressing queries across the organization. Additionally, 15 power users handle changes within the Change Management module, and 100 individuals are designated as asset managers. There are approximately 3,800 end-users who consume services provided by AOC, although they are not directly involved in service delivery. The insights gathered serve to inform potential vendors about user requirements, guiding them in designing solutions tailored for the AOC's operational context and enhancing service efficiency across the agency.
    The Architect of the Capitol (AOC) issued a Sources Sought Notice for an Integrated Workplace Management System (IWMS) to streamline its facility management operations for an expected user increase from 1,400 to 1,800. The AOC, managing over 18 million square feet of facilities, seeks vendors with a minimum of 10 years' experience in implementing IWMS solutions for large-scale organizations, particularly for federal agencies and institutions. Interested vendors must submit company background, case studies, product descriptions, implementation strategies, support offerings, and estimated costs, emphasizing their ability to handle substantial user loads and manage a high volume of work orders. The notice specifies submission procedures, including electronic formats and a strict deadline of June 2, 2025, while clarifying that this is for information-gathering purposes rather than a formal solicitation. The response will be critical for AOC in making informed acquisition decisions, ensuring that the chosen IWMS aligns with operational needs and regulatory compliance.
    The Architect of the Capitol (AOC) is seeking information from vendors for an Integrated Workplace Management System (IWMS) to enhance operational efficiency and manage over 18 million square feet of facilities. This notice serves as information gathering for potential vendor capabilities; no solicitation is currently available. Vendors must demonstrate at least 10 years of experience in IWMS solutions for large-scale organizations, especially in the federal sector, managing a similar facility size. Submissions should include company background, past project examples, and references, as well as detailed descriptions of the proposed IWMS software, implementation approaches, support offerings, and cost estimates for software acquisition and implementation tailored to AOC's needs. The document outlines submission guidelines including format, content requirements, and deadline, which is set for June 16, 2025. It emphasizes that this notice is purely for market research, not solicitation, and no funding will be provided for responses. All responses submitted become government property, and evaluations will not be offered. Tim Nyberg, as the primary contact, will oversee the information collection process. The outcome may influence future procurement decisions as the AOC considers options for their IWMS needs.
    The Architect of the Capitol (AOC) has issued a Sources Sought Notice to gather information from vendors for an Integrated Workplace Management System (IWMS). This initiative, aimed at enhancing operational efficiency within its facilities, seeks to support approximately 1,800 users across a portfolio of over 18 million square feet. Vendors are invited to respond with their qualifications, detailing their experience with IWMS solutions relevant to federal or large-scale organizations. Essential requirements include at least 10 years of experience in IWMS implementation, successful project examples, and capabilities in managing substantial user bases and work orders. Vendors should provide information on their IWMS software features, implementation strategies, support services, and cost estimates, along with compliance and security measures. Submissions are due electronically by June 23, 2025, and will be used solely for market research purposes, as no solicitation is guaranteed. The notice highlights the AOC's commitment to modernizing its facility management processes through potential vendor partnerships.
    The Architect of the Capitol (AOC) is seeking vendor input through a Sources Sought Notice for an Integrated Workplace Management System (IWMS). This initiative aims to identify potential sources capable of fulfilling a future requirement for a sophisticated system to manage over 18 million square feet of facilities effectively. Vendors are encouraged to provide information demonstrating their experience, particularly in federal environments and large-scale organizations. Key criteria include a minimum of 10 years of implementation experience and a successful history with large facility management. Interested vendors should provide company background, details on IWMS solutions, implementation approaches, support offerings, and a rough cost estimate, outlining how their systems can enhance operational efficiency and comply with federal standards. The submission deadline is June 2, 2025, and responses must be emailed to the designated contracting officer. This notice serves a market research purpose, and responses will inform future acquisition decisions but do not constitute a solicitation for proposals. The AOC underscores the importance of leveraging vendor expertise to meet operational needs effectively while maximizing resource utilization.
    The Architect of the Capitol (AOC) issued a Sources Sought Notice for information on acquiring an Integrated Workplace Management System (IWMS). This initiative aims to identify vendors capable of delivering effective IWMS solutions that will enhance the management of its extensive facilities, which exceed 18 million square feet. The AOC is looking for vendors with at least 10 years of experience in implementing IWMS, particularly those with a successful record in federal or large-scale environments. Responses should provide detailed company backgrounds, descriptions of IWMS software features, implementation approaches, support mechanisms, and rough cost estimates. Additional vendor questions focus on compliance with federal standards, user training, and data security practices. Submissions are due by June 2, 2025, and will aid the AOC in potential future acquisition decisions, though this notice does not constitute a solicitation. The document emphasizes the importance of vendor expertise and the long-term vision for operational efficiency and effective space utilization in facility management.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Project Management Services
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Departmental Administration, is seeking project management services for the modernization of Wing 6&7 in the USDA South building located in Washington, DC. The objective of this procurement is to ensure effective management and support for the modernization project, which is critical for enhancing operational efficiency within the department. This opportunity highlights the importance of professional program management services in facilitating large-scale government projects. Interested vendors can reach out to James Edington at james.edington@usda.gov or call 970-295-5848 for further details regarding this contract opportunity.
    A/E Design of Freight Elevator #12 at GPO Building A
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking qualified architectural and engineering (A/E) firms to provide design services for the replacement and retrofit of Freight Elevator 12 in Building A at their Washington, DC facility. The selected firm will be responsible for comprehensive design services, including mechanical, electrical, structural, and vertical transport engineering, as well as site investigations, preparation of design and bidding documents, construction cost estimates, and construction administration services. This project is critical for ensuring compliance with relevant codes and standards while maintaining operational efficiency and safety within the GPO facility. Interested parties should contact Troy D. White at twhite@gpo.gov or Gary Stevens at gstevens@gpo.gov for further details, with an anticipated completion timeline for the design work of approximately 18 weeks from the notice to proceed.
    Sources Sought CAPE EVAMOSC Platform Support -
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is conducting market research via a Sources Sought Notice for the Enterprise Visibility and Management of Operating and Support Cost (EVAMOSC) platform support. The objective of this procurement is to identify qualified and experienced businesses capable of sustaining and enhancing the EVAMOSC platform, which provides critical data-driven insights into major acquisition program costs for the Office of the Secretary of Defense Cost Assessment and Program Evaluation (OSD-CAPE). This platform is essential for fulfilling congressional requirements related to the analysis of operating and support costs for major weapon systems. Interested parties must respond by January 2, 2026, at 10:00 AM (Eastern Time), and submissions should demonstrate relevant experience and confirm a Secret Facility Clearance, with an estimated contract ceiling value of $75 million under NAICS code 541512 (Computer Systems Design Services). For further inquiries, contact Gervonna Crump-Williams at gervonna.b.crump-williams.civ@mail.mil or Ronica Shelton at ronica.l.shelton.civ@mail.mil.
    Facilities Technology Management (FTM)
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking industry feedback through a Request for Information (RFI) related to its Facilities Technology Management (FTM) initiative. The primary objectives include providing operations and maintenance support for the TRIRIGA system until its end of life in September 2027, as well as conducting a comprehensive systems assessment to optimize the FBI's facilities technology portfolio. This assessment will involve evaluating existing systems and market-available options, focusing on requirements alignment, cost analysis, and risk assessment. Interested vendors are encouraged to submit capabilities statements by December 23, 2025, and may have the opportunity to participate in a Reverse Industry Day based on their submissions. For further inquiries, contact Tammy Clark at tjclark2@fbi.gov or 304-476-3678, or Marie Agrinzoni at meagrinzoni@fbi.gov.
    Department of the Air Force (DAF) Identity, Credential, and Access Management (ICAM) Enterprise III, Request For Information (RFI)
    Dept Of Defense
    The Department of the Air Force (DAF) is seeking a qualified vendor to provide comprehensive services for its Identity, Credential, and Access Management (ICAM) Enterprise III program, as outlined in a Request for Information (RFI). The procurement aims to identify a single vendor capable of managing platform operations, sustainment, and enhancement of the DAF ICAM platform, which is critical for onboarding over 3,300 applications and supporting a user base of over 750,000 personnel and millions of non-person entities. This initiative is part of a broader cybersecurity transformation to transition to a Zero Trust Architecture, aligning with the Department of Defense's Digital Modernization Strategy. Interested parties must submit their responses by January 6, 2026, and can direct inquiries to Kurtavius Brown at kurtavius.brown@us.af.mil or Darnita McBride at darnita.mcbride@us.af.mil.
    Roof Fall Protection Systems Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This contract encompasses the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline (HLL) and Beam and Trolley (B&T) systems, with a focus on ensuring compliance with stringent safety regulations and federal building codes. The contract will be structured as a Firm-Fixed-Price (FFP) with optional Indefinite-Delivery Indefinite-Quantity (IDIQ) provisions for repairs, and it is crucial for maintaining safety standards within the Pentagon's operational environment. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and provide completed proposals by January 7, 2026. For further inquiries, vendors can contact Keisha Simmons at keisha.simmons@whs.mil or Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.
    Facilities Maintenance and Management Services
    Energy, Department Of
    The Department of Energy is seeking qualified contractors to provide Facilities Maintenance and Management Services at its Headquarters Complexes located in Washington, DC, and Germantown, MD. The procurement encompasses a range of services including recurring work and preventative maintenance, daily operations management, limited Energy Management Control System (EMCS) operations, service calls, safety and fire outage management, work control permit management, and hazardous materials management. These services are crucial for ensuring the efficient operation and safety of the facilities, which support the Department's mission. Interested parties can contact Dremayne T. Doyle at dremayne.doyle@hq.doe.gov or by phone at 240-220-1498 for further details.
    Process Application Development IDIQ
    Library Of Congress
    The Library of Congress is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Process Application Development services. The primary objective is to license, maintain, configure, and support a cloud-based business management platform that integrates approximately 38 existing applications, with the current system being OpenText's Solutions Business Manager Software (SBM). This procurement is crucial for ensuring the Library's operational efficiency and compliance with federal IT security directives, as it aims to enhance service delivery across various business areas. Interested contractors should review the solicitation documents and submit their proposals by the specified deadlines, with a contract value estimated between $200,000 and $20 million over the five-year period, which may be extended for an additional five years. For further inquiries, potential offerors can contact Stefanie Fitte at sfitte@loc.gov or Cristina Vega at crvega@loc.gov.
    Facility Planning Services A-E IDIQ Sources Sought Notice
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses, including 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), for a potential Architect-Engineer (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Facility Planning Services. The primary objective is to identify firms capable of providing a range of A-E services, including project planning documents and shore infrastructure master planning, for various Navy and Marine Corps installations across California, Arizona, Nevada, Colorado, New Mexico, and Utah, with a focus on Southern California. This contract, estimated at $30 million over five years, will require interested firms to submit their qualifications using the SF330 form by December 18, 2025, detailing relevant experience and key personnel, including an AICP certified planner and a Registered Architect. For further inquiries, interested parties may contact Britney Machado-Potestio at britney.l.machado-potestio.civ@us.navy.mil.
    REQUEST FOR PROPOSAL; HMIS RFP# 386369 - Warehouse Space to Replace 2101M
    Energy, Department Of
    The Department of Energy, through Hanford Mission Integration Solutions, Inc. (HMIS), is seeking proposals for a Request for Proposal (RFP 386369) to lease warehouse space as part of its exit strategy from an outdated facility. The procurement requires a minimum of 30,000 square feet and a maximum of 215,000 square feet of contiguous warehouse space, along with at least 5,000 ABOA square feet of office space, all located in a modern building with a minimum clear ceiling height of 20 feet and additional laydown yard space. This initiative is critical for supporting the Hanford cleanup operations, ensuring compliance with federal, state, and local regulations, and maintaining high standards of safety and quality. Interested offerors must submit their proposals by December 29, 2025, and direct any inquiries to Kristina Hamby at kristinaghamby@rl.gov or by phone at 509-376-3011.