6HQOIG-25-A-0009 - United States Postal Service Office of Inspector General's IT Managed Service Desk Solution Requirement
ID: 6HQOIG-25-A-0009Type: Combined Synopsis/Solicitation
Overview

Buyer

POSTAL SERVICEPOSTAL SERVICESUPPLIES MATERIAL MGMTPHILADELPHIA, PA, 19197, USA

NAICS

Other Computer Related Services (541519)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)
Timeline
    Description

    The United States Postal Service Office of Inspector General (USPS OIG) is seeking proposals for an IT Managed Service Desk Solution, aimed at providing a Single Point of Contact (SPOC) for all customer IT-related incidents and service requests. The contract will be awarded as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a performance period from December 31, 2025, to December 30, 2030, and a total maximum value of $9 million. This initiative is critical for enhancing operational support for both the USPS OIG and the Peace Corps OIG, ensuring compliance with applicable standards and efficient service delivery. Interested vendors must submit their proposals by June 26, 2025, and can direct inquiries to Monica Hurui at mhurui@uspsoig.gov.

    Point(s) of Contact
    Monica Hurui
    mhurui@uspsoig.gov
    Files
    Title
    Posted
    The document is an amendment to a solicitation related to a contract for the United States Postal Service Office of Inspector General (USPS OIG). Specifically, this is Amendment #3, which updates acknowledgment requirements for bids and clarifies that facility clearances are not needed for suppliers participating in the bidding process. The effective date for this amendment is June 18, 2025, and it corresponds to Solicitation No. 6HQOIG-25-A-0009, originally dated May 13, 2025. The amendment stipulates that changes can be acknowledged through direct communication to the designated office or incorporated into submitted offers. It further outlines the period of performance for the contract, which runs from December 31, 2025, to December 30, 2030. Overall, this document is essential for potential suppliers to comply with updated bidding parameters and clarify requirements related to security clearances as they prepare their proposals.
    The United States Postal Service (USPS) Office of Inspector General (OIG) is amending solicitation 6HQOIG-25-A-0009 for Managed IT Service Desk Services. This amendment extends the period of performance from December 31, 2025, to December 30, 2030, and incorporates questions and answers along with updates to the Statement of Work (SOW) and Instructions to Offerors. The contract type is an Indefinite-Delivery Indefinite-Quantity (IDIQ) agreement with a maximum value of $9,000,000 and a minimum commitment of $10,000 for services. This solicitation encourages submissions by multiple suppliers and highlights the importance of acknowledgment of amendments to avoid proposal rejection. Additionally, provisions about supplier clearance requirements, disclosure limitations, and the evaluation of offers are included, ensuring compliance with laws and regulations. Suppliers must ensure security of postal data and inform the USPS of any breaches. The document details expectations for proposals, including pricing and performance evaluations, aimed at achieving high standards in customer support services while maintaining the integrity of USPS operations.
    The document outlines an amendment to a solicitation for an IT Managed Service Desk Solution by the United States Postal Service Office of Inspector General (USPS OIG). The amendment includes responses to queries from potential offerors and updates to the solicitation instructions. The USPS OIG intends to award a five-year indefinite delivery/indefinite quantity (IDIQ) contract to a single supplier, focusing on technical capabilities over price. Proposals must consist of three distinct volumes: Administrative, Technical, and Price, each with specific requirements and limitations, including a two-page cap for administrative details and a 25-page limit for technical proposals. The evaluation criteria place substantial weight on technical merit, requiring detailed staffing plans, transition strategies, and past performance examples. Moreover, pricing evaluations will consider both the initial task order and future labor category pricing for up to six years. The amendment stresses the importance of acknowledging the received amendments and clarifies that extensions to the proposal submission deadline will not be granted. This initiative aims to enhance operational support for both the USPS OIG and the Peace Corps OIG while ensuring compliance with applicable standards.
    The United States Postal Service (USPS) Office of Inspector General (OIG) is issuing a Request for Proposals (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Managed IT Service Desk Services, with a budget ranging from $10,000 to $9,000,000. This contract will be effective from December 31, 2025, to December 30, 2030. The initial task order will serve both the USPS OIG and the Peace Corps. The proposals should include a detailed plan as per the attached Statement of Work and are to be submitted by June 26, 2025, at 1700 ET. The payment will be processed upon service delivery and approval, following fixed pricing structures. The document outlines various provisions, including restrictions on disclosure, supplier clearance requirements, and guidelines for engagement of former Postal Service employees. Evaluation criteria emphasize the best value for the Postal Service, taking into account price and other factors. The successful bidder will ensure compliance with privacy protections, safety standards, and other legal obligations. The summary encapsulates both the structural details of the contract and the regulatory framework guiding the procurement process in public service.
    The document outlines a Request for Proposals (RFP) focused on IT Managed Service Desk support for the Office of Inspector General (OIG) of the USPS and the Peace Corps, detailing requirements for vendors interested in bidding. Key points include the staffing structure, service expectations, remote work possibilities, and specific operational guidelines, with roles such as Technical Writers and Operations Managers expected to be mostly onsite, while other analysts may work in a hybrid capacity. The solicitation specifies a total annual ticket volume of approximately 21,000, with details on categorizing tickets by type and severity. Additionally, it emphasizes the need for personnel to hold a Minimum Background Investigation (MBI) clearance and outlines onboarding and compliance processes. The document also addresses various inquiries from potential vendors regarding operational logistics, the transition from the incumbent (Humantouch, LLC), and restrictions on the use of font sizes in proposals. Overall, the RFP represents a competitive bid environment, necessitating clarity and compliance with outlined requirements to ensure efficient service delivery in IT support operations. Vendors are encouraged to present their proposals reflecting understanding of the specified scope, service levels, and evaluation criteria while accommodating logistical nuances detailed in the solicitation.
    The document primarily involves data related to various communication methodologies utilized by Peace Corps agents while engaging with the VIP (Very Important Person) services. It categorizes interactions based on priority levels ranging from 2 to 4, with a significant focus on the use of phone calls, chat, and email as communication modes. Throughout the file, a consistent pattern indicates that many communication attempts either did not require a response or were classified as false for feedback. The frequency of agents categorized under priority 4 signifies a higher intensity of interaction, emphasizing the importance placed on timely communication with VIPs. The substantial emphasis on email as a communication method with various categorizations points to its critical role in disseminating information. The document outlines the framework in which these communications occur, indicating that they are part of standard operational procedures aimed at effectively reaching out to key stakeholders. In essence, the document serves as a comprehensive overview of the Peace Corps' efforts to streamline their communication processes with priority stakeholders, highlighting the preferred channels and the operational importance of each in facilitating effective engagement.
    Similar Opportunities
    JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION
    Agency For International Development
    The U.S. Agency for International Development (USAID) is seeking to enter into a contract with the Canton Group for website design, administrative, and maintenance support services, specifically for the Office of Inspector General (OIG). The primary objective of this procurement is to continue the redesign and maintenance of the USAID OIG External Public Website, ensuring compliance with security requirements and addressing existing vulnerabilities in the current content management system. This contract is critical for maintaining the functionality and security of the OIG's public-facing digital presence, which is essential for the dissemination of legally required reports and information. The estimated cost for this contract is $929,469.61, with a performance period starting from March 15, 2023, to March 14, 2024, and options for two additional years. Interested parties can contact Scott Ferrante at sferrante@usaid.gov for further details.
    IT Operational Support Services IDIQ
    Library Of Congress
    The Library of Congress is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for IT Operational Support Services, aimed at providing comprehensive support for the operation and maintenance of IT systems. This contract will encompass a wide range of IT services, including network support, database management, and cloud operations, with a focus on compliance with federal IT security standards and the Library’s Systems Development Life Cycle (SDLC). The contract has a minimum value of $10,000 per task order and a maximum aggregate value of $150,000,000 over a five-year period, from May 1, 2026, to April 30, 2031. Interested parties should review the attached solicitation for detailed requirements and submit their proposals by the specified deadlines, with inquiries directed to Tiffany Lucas at tluc@loc.gov or Stephanie Boone at sboone@loc.gov.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a contractor, CoreSphere, to provide essential development, sustainment, and operations and maintenance services in response to a recent congressional mandate. This urgent requirement is driven by a public exigency as outlined in MMAR 6.302-2, necessitating immediate action to meet critical deadlines. The contract period is set from May 1, 2023, to April 30, 2024, with plans for a competitive follow-on requirement in the future. Interested parties can reach out to Dyeshia Sampson at dsampson@gpo.gov or call 202-320-0089 for further details.
    Microsoft Support Services
    Agency For International Development
    The Agency for International Development (USAID) is seeking to procure Microsoft Support Services to enhance its information management capabilities. This procurement aims to provide comprehensive support for Microsoft-related technologies, including M365 G5 licenses, Azure subscription solutions, and various Microsoft applications such as Exchange Online, SharePoint Online, and the Microsoft Security suite. The contract will span a base period of 12 months, with the potential for annual renewals over the next three years, and will also include training and proactive services to ensure staff support as needed. Interested vendors can reach out to Scott Ferrante at sferrante@usaid.gov for further details regarding this opportunity.
    D951-M On-site Services (R-1) (A-1)
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for on-site services through a Multiple Award Task Order Contract (MATOC) under the D951-M (R-1) Umbrella Contract. This solicitation aims to qualify contractors capable of providing a range of services, including copying, printing, scanning, and mailing solutions, at various Federal Government facilities both within the contiguous United States (CONUS) and outside (OCONUS). The awarded contractors will compete for individual task orders, with the Government reserving the right to limit competition when deemed necessary. Interested contractors should designate a single point of contact for task order requests and can find complete specifications and additional details at the GPO's vendor website. For inquiries, contact Lauren Helming at lhelming@gpo.gov or APS/ACS at apsacs@gpo.gov.
    Enterprise-Wide Managed Print Services
    Library Of Congress
    The Library of Congress is seeking proposals for an Enterprise-Wide Managed Print Services solution to support its Print Management Program. This procurement includes the lease and maintenance of production equipment, administrative copiers, and reading room solutions, with a focus on establishing a centralized, secure print management system and providing on-site help desk services. The contract will cover a base period of nine months, starting February 1, 2026, followed by four one-year option periods, and emphasizes efficiency, cost reduction, and enhanced user experience for Library staff and researchers. Interested parties can contact Carrie Fairbanks at cfairbanks@loc.gov or Julia Davis at juhan@loc.gov for further details.
    R--Conflict Management Services - Internal
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Program, Project, Data Management, Business Intelligence Support Services, and Software Development & Sustainment for the Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T). The contract aims to enhance the digital infrastructure and business systems that support global Security Cooperation, with a focus on Agile/Scaled Agile Program Management and DevSecOps best practices. This initiative is critical for managing IT initiatives, developing and maintaining software, and providing advanced data analytics to support mission-driven decision-making. Interested firms must submit capability statements by January 6, 2026, detailing their relevant experience, with an estimated contract value between $400 million and $500 million over a five-year ordering period. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil or Anaya Porter at anaya.a.porter.civ@mail.mil.
    Information Technology Infrastructure Support Services
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking to procure Information Technology Infrastructure Support Services (ITISS) through a follow-on task order valued at approximately $21 million, or $26 million including options. This procurement aims to maintain critical IT infrastructure support while a new competitive contract is being re-competed, ensuring continuity of services essential for the OCC's operations. The acquisition is justified under FAR 8.405-6(a)(1)(i)(C) as a logical follow-on to a previously competed task order, with the contracting officer determining that this limited-source action represents the best value. Interested parties can reach out to Azita Mamdouhi at azita.mamdouhi@occ.treas.gov for further information.
    JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION
    Agency For International Development
    The United States Agency for International Development (USAID) is seeking to award a contract for Strategic Planning Services through a justification for other than full and open competition. The primary objective is to engage the National Academy of Public Administration (NAPA) to assist in developing a five-year strategic plan and conducting an organizational assessment for the Office of Inspector General (OIG). This procurement is crucial for enhancing oversight of USAID's international development programs, with an estimated contract value of $500,000 for the one-year base period, and a priced option period that may be exercised at USAID OIG's discretion. Interested parties can contact Scott Ferrante at sferrante@usaid.gov for further information.