Virtual Desktop Infrastructure (VDI) Cloud Implementation
ID: 25-29Type: Sources Sought
Overview

Buyer

TREASURY, DEPARTMENT OF THEINTERNAL REVENUE SERVICEIT STRATEGY AND MODERNIZATIONGlenarden, MD, 20706, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 8:30 PM UTC
Description

The Department of the Treasury, through the Internal Revenue Service (IRS), is seeking information from qualified firms regarding the implementation of a cloud-based Virtual Desktop Infrastructure (VDI) as part of its modernization strategy. The IRS aims to gather insights on capabilities for providing VDI solutions that enhance centralized management, data security, and operational efficiency, with a phased approach to migrate 4,000 users by 2025 and 8,000 by 2026. This initiative is critical for optimizing IT service delivery and ensuring compliance with federal regulations while reducing costs associated with physical hardware. Interested parties must submit their responses, which should include company profiles and technical capabilities, by April 23, 2025, to Tujuannah Strickland at Tujuannah.S.Strickland@irs.gov.

Point(s) of Contact
Tujuannah Strickland
Tujuannah.S.Strickland@irs.gov
Files
Title
Posted
Apr 2, 2025, 8:10 PM UTC
The Internal Revenue Service (IRS) has issued a Request for Information (RFI) regarding the implementation of a cloud-based Virtual Desktop Infrastructure (VDI) as part of its modernization strategy. The RFI seeks to gather information on the capabilities of firms that can provide VDI solutions which enable centralized management, enhance data security, and improve customer service efficiency. The phased approach plans to migrate 4,000 IRS users to the VDI Cloud Solution in 2025, increasing to 8,000 by 2026, allowing for evaluation of system performance. Responses are requested in two parts: company profile information and specific capability questions concerning prior VDI deployments, customer base support, managed services experience, compliance with federal regulations, session protection strategies, and transition risk mitigation practices. The document emphasizes that this RFI is solely for information gathering and does not constitute a solicitation for contracts or proposals. Responses must be submitted by April 23, 2025, and contain no proprietary or confidential information. The IRS aims to create a flexible and secure desktop solution to optimize operational costs and meet evolving federal IT requirements effectively.
Apr 2, 2025, 8:10 PM UTC
The VDI Cloud Request for Information (RFI) outlines the requirements for companies interested in providing virtual desktop infrastructure (VDI) solutions to the federal government. Due by April 23, 2025, the RFI seeks detailed company profiles, including technical capabilities, subcontracting opportunities, and relevant experience. Companies must provide information such as points of contact, NAICS codes, business classifications, and a list of active government contracts. Key technical inquiries focus on the vendor's experience with cloud-based VDI implementations for federal agencies, session protection strategies, patch management protocols, best practices for minimizing transition risks, and methods for achieving and maintaining an Authority to Operate (ATO) under FedRAMP High standards. Companies are also expected to share examples of Service Level Agreement (SLA) monitoring mechanisms. This RFI process aims to identify capable partners to enhance the federal government’s VDI services, ensuring compliance, security, and effective service delivery.
Apr 2, 2025, 8:10 PM UTC
The Internal Revenue Service (IRS) is implementing a Virtual Desktop Infrastructure (VDI) Cloud Solution as part of its modernization efforts to enhance technology, security, and operational efficiency. This cloud-based VDI will allow centralized management and scalable desktop environments for up to 8,000 users by 2026, facilitating improved service delivery and data security. The project aims to reduce costs associated with physical hardware and improve IT service delivery while ensuring compliance with federal regulations. Key objectives include providing a consistent user experience, effective resource allocation, and secure data management through integration with existing IRS systems and adherence to security standards. The project scope covers managed services for VDI, configuration and testing, licensing compliance, and thorough documentation. Performance requirements stipulate service availability, latency management, and robust incident response protocols. The phased approach will allow the IRS to test performance and address challenges progressively. This initiative aligns with the broader Federal Cloud Computing Strategy, aiming for efficient and reliable IT services while ensuring the safety of sensitive taxpayer information.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Electronic Research Services (ERS) Tax Research Services
Buyer not available
The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking proposals for Electronic Research Services (ERS) Tax Research Services through a full and open competition. The objective of this procurement is to secure a comprehensive suite of electronic research services that will support approximately 15,000 IRS employees in their tax analysis, audits, and customer service efforts, ensuring fair application of tax laws. This initiative is critical for enhancing operational efficiency and taxpayer service quality, as it aims to provide standardized content, continuous updates, and user support tailored to the diverse needs of IRS staff. Proposals must be submitted electronically to Brian Carter at brian.j.carter@irs.gov by 12:00 P.M. EST on May 5, 2025, with a focus on technical approach, management strategy, and past performance. Interested parties should refer to the attached documents for detailed requirements and guidelines.
IRS Data Cabling Project
Buyer not available
The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors for the IRS Dallas Cabling Project, which involves the installation and termination of 189 new CAT6A plenum data cables on the 8th floor of its Dallas office. The project requires the removal of existing cables and adherence to strict building standards, with work permitted only during weekdays from 8 AM to 5 PM to minimize disruption. This initiative is crucial for enhancing the IRS's data infrastructure, ensuring compliance with technical specifications, and maintaining operational efficiency within a federal workspace. Interested vendors must submit a Statement of Capability by 12:00 PM EST on April 29, 2025, to Denisse Aquino at denisse.aquino@irs.gov, with responses limited to five pages and no additional promotional materials.
Worldwide Passenger Air Travel Data Database
Buyer not available
The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking information regarding the procurement of a centralized database for worldwide passenger air travel data. The IRS Criminal Investigations Division aims to identify potential data providers who can supply aggregated and searchable datasets, distinct from personally identifiable information (PII), to enhance their analytical capabilities. This Request for Information (RFI) is intended for planning purposes only and does not guarantee a future Request for Proposal (RFP); interested parties are encouraged to submit their capabilities documents via email to Adam R. Billmeier by April 25, 2025, at 4:30 PM EST. For further inquiries, respondents can reach out to the primary contact at the provided email or phone number.
UC Cabinet and Power Distribution Units Brand Name
Buyer not available
The Department of the Treasury's Internal Revenue Service (IRS) is seeking a qualified small business to provide specific brand-name cabinets and power distribution units (PDUs) to support its Unified Communications (UC) infrastructure in Memphis, Tennessee. The procurement focuses on acquiring Panduit server cabinets and ServerTech PDUs, which are essential for the deployment of advanced UC technologies that facilitate voice, video, and collaboration services. This firm-fixed-price contract will adhere to strict security requirements and is intended for a one-time purchase with no options for extension, with the performance period set from May 15, 2025, to May 14, 2026. Interested vendors should contact Michelle McGibbon at michelle.m.mcgibbon@irs.gov for further details and must submit proposals through the designated platform by the specified deadline.
Virtual Secure Remote (ViSR) CSfC solution - 3 each
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking vendors to provide three Virtual Secure Remote End User Devices (ViSR EUDs) to enhance secure communication capabilities for its personnel. This procurement aims to replace two outdated systems and introduce a new device for the Real Estate division, ensuring classified information access for a dispersed workforce operating outside traditional secure facilities. The contract emphasizes the importance of maintaining secure connectivity while optimizing resources, with delivery required within 30 days of award to a designated logistics facility in Alexandria, VA. Interested vendors must submit their capability statements by 10:00 AM ET on May 12, 2025, to Giorgiana Chen and Selena Brooks via email, and any questions must be submitted by April 30, 2025.
D--Integrated Reporting of Wildland Fire Information
Buyer not available
The Department of the Interior (DOI) is seeking industry feedback through a Request for Information (RFI) regarding the Integrated Reporting of Wildland Fire Information (IRWIN) system. This procurement focuses on three key areas: Operations and Maintenance (O&M), Development, Modernization, and Enhancement (DME), and Transition and Migration Services, aimed at improving the management and integration of wildfire data across various agencies. The IRWIN system is crucial for enhancing decision-making and resource allocation during wildfire incidents by providing a unified framework for real-time data collection and dissemination. Interested vendors must submit their feedback by May 6, 2025, and can direct inquiries to Matthew Mosellen at matthewmosellen@ibc.doi.gov or by phone at 703-964-4804.
Public-Facing Digital Certificate Products and Services
Buyer not available
The United States Department of the Treasury, Bureau of the Fiscal Service, is seeking information from vendors capable of providing commercial-off-the-shelf (COTS) public-facing digital certificate products and services. The primary objective is to enhance cybersecurity by enabling secure external access to government websites and ensuring trustworthy software signing through various types of digital certificates, including SSL/TLS and code-signing capabilities, along with automated retrieval and 24/7 support services. This Request for Information (RFI) is part of the government's proactive approach to securing digital communications and does not constitute a solicitation for proposals. Interested vendors must submit their responses by May 8, 2025, to purchasing@fiscal.treasury.gov, including a capabilities statement and relevant company information.
RFI2_FY26 HSI_IT-ITaCS
Buyer not available
The Department of Homeland Security (DHS), through the Immigration and Customs Enforcement (ICE) agency, is issuing a Request for Information (RFI) for Information Technology Training and Communications Support Services (ITaCS). This RFI aims to gather insights to refine acquisition strategies, assess potential contract types, and evaluate a draft Performance Work Statement (PWS) related to IT training and communication support for the Homeland Security Investigations (HSI) division. The services sought are crucial for enhancing the effectiveness of DHS initiatives by improving operational readiness and facilitating the integration of new technologies within the workforce. Interested parties are encouraged to submit their responses via the provided Microsoft Forms link by April 25, 2025, and should direct any inquiries regarding the RFI form functionality to the designated contacts, Tonya Fells and Pamela Rodgers, at their respective email addresses.
Operations, Maintenance and Repair (O&M) Services Memphis Internal Revenue Service Center (MIRSC), Memphis, Tennessee
Buyer not available
The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified contractors to provide Operations, Maintenance, and Repair (O&M) services at the Memphis Internal Revenue Service Center (MIRSC) located in Memphis, Tennessee. The primary objective of this procurement is to ensure reliable facility operations and preventive maintenance for building equipment, thereby preventing unscheduled outages that could impact IRS operations. The selected contractor will be responsible for comprehensive management, including operations management, scheduled preventive maintenance, and emergency response protocols, all while adhering to strict performance metrics and compliance with federal regulations. Interested parties should note that this opportunity is a total Small Business Set-Aside, with the solicitation (2043FY-25-Q-00015) expected to be available on April 10, 2025, and the estimated closing date set for May 9, 2025. For further inquiries, interested vendors can contact Darnesha Kennedy at darnesha.l.kennedy@irs.gov.
DA01--INTERSYSTEMS SOFTWARE UPDATES AND TECHNICAL ASSISTANCE
Buyer not available
The Department of Veterans Affairs is seeking proposals for Software Updates and Technical Assistance (SUTA) related to InterSystems software products, specifically IRIS and HealthShare systems. The primary objective of this procurement is to maintain the existing infrastructure during the transition to a new Electronic Health Record (EHR), ensuring compliance with federal standards, particularly regarding accessibility and security measures. This contract will initially last for six months, with the potential for six one-year renewal options, and includes key deliverables such as 24/7 support and regular performance monitoring. Interested vendors must submit their responses by April 30, 2025, at 3:00 PM Eastern Time, and can direct inquiries to Matthew Newell at Matthew.Newell@va.gov or by phone at 848-377-5170.