DOI Routing and Document Management
ID: DOIDFBO250052Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - PLATFORM PRODUCTS: DATABASE, MAINFRAME, MIDDLEWARE (HW, PERPETUAL LICENSE SOFTWARE) (7H20)
Timeline
    Description

    The Department of the Interior (DOI) is issuing a Request for Information (RFI) to gather insights for a secure, web-based document routing and management system aimed at enhancing its document review, approval, and concurrence processes. The objective is to identify commercial off-the-shelf (COTS) solutions that can standardize and consolidate existing tools while minimizing customization, ensuring compliance with auditability standards, and accommodating varying operational requirements. This initiative is critical for improving workflow efficiency across diverse missions within the DOI, with a focus on functionalities such as automated notifications, electronic signatures, and robust security measures aligned with FedRAMP standards. Interested vendors are encouraged to submit detailed proposals, including implementation timelines and pricing structures, with responses due by July 15, 2025. For further inquiries, vendors may contact Stephanie McCullough at stephanie_mccullough@ibc.doi.gov or by phone at 703-972-5862.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Interior (DOI) is seeking commercial off-the-shelf (COTS) solutions for a secure, web-based document routing system to streamline its document review, approval, and concurrence processes across diverse missions. The objective is to standardize and consolidate tools while minimizing customization, allowing employees to efficiently manage and route documents while ensuring compliance with auditability standards. The proposed solution must accommodate varying operational requirements, support mobile and offline access, and enable functionalities such as creating records, managing attachments, automated notifications, and electronic signatures. It should also facilitate oversight, user permissions, and provide robust security measures aligned with FedRAMP standards. An RFI (Request for Information) is being issued to gather market insights for future acquisition planning, with responses due by July 15, 2025. Interested vendors are invited to submit detailed proposals, including implementation timelines, pricing structures, and compliance capabilities, while demonstrations of the tool are encouraged during capability briefings scheduled in July. This RFI is part of DOI's efforts to enhance document and workflow management efficiency within the organization.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    15--RFI for Easy Aerial Tethered UAS
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    R--This is a sources sought, request for information
    Interior, Department Of The
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    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--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.
    Standards Catalogue Service Request for Information
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking contractors to provide a universal catalogue service for mission-critical standards through a Request for Information (RFI) issued by the Science and Technology Directorate (S&T). This service aims to grant DHS and its components, including the U.S. Coast Guard, Customs and Border Protection, Immigration and Customs Enforcement, and FEMA, access to a comprehensive range of international, federal, and industry-specific standards, which are essential for conducting critical mission operations. Interested vendors are required to submit detailed information regarding their catalogue service features, coverage, integration capabilities, and cost estimates by noon ET on January 6, 2025. For further inquiries, potential respondents can contact Dorothy Woolfolk at dorothy.woolfolk@hq.dhs.gov or Jennifer K. Koons at jennifer.koons@hq.dhs.gov.
    Reservation System RFI
    Dept Of Defense
    The Department of Defense, through the Commander Navy Installations Command (CNIC), is seeking information from contractors regarding their capabilities to support the development and implementation of a modernized Morale, Welfare, and Recreation (MWR) Reservation System. This initiative aims to create a unified reservation process for over 12 million military-affiliated patrons across 300 bases, enhancing program efficiency and customer experience, particularly in areas such as vehicle storage, marinas, and recreational lodging. Interested contractors are invited to respond to the Request for Information (RFI) N4571A-25-I-0006, which outlines specific system requirements and capabilities, with responses due by October 16, 2025. For further inquiries, interested parties can contact Jasmyn Payne at jasmyn.m.payne.naf@us.navy.mil or by phone at 901-874-6931.
    RFI-Human Resources PAR, Pay and Benefits Processing Service
    Commerce, Department Of
    The Department of Commerce (DOC) is seeking industry input through a Request for Information (RFI) regarding Personnel Action Requests (PAR), Payroll, and Benefits (PP&B) services to support its operations. The objective is to gather market research on potential third-party vendors who can provide these essential HR services, which include transactional processing, operations management, and call center support, as well as adherence to service level agreements (SLAs) and quality control measures. This RFI is crucial for understanding the capabilities of the market and does not constitute a formal solicitation; any subsequent procurement will be announced separately. Interested parties are encouraged to submit their responses by December 16, 2025, at 1:00 PM EST, and can direct inquiries to Courtney C. Palmer at cpalmer@doc.gov or by phone at 202-207-7685.
    Freedom of Information Act (FOIA)/eDiscovery FedRAMP-authorized cloud-based platform for Treasury
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking industry input for a Blanket Purchase Agreement (BPA) to establish a FedRAMP-authorized cloud-based platform for managing Freedom of Information Act (FOIA) and eDiscovery processes. The objective is to create a unified enterprise solution that streamlines the lifecycle of FOIA and eDiscovery activities, ensuring compliance with federal regulations and enhancing operational efficiency through the integration of modern technologies such as artificial intelligence and machine learning. This initiative is crucial for managing the large volumes of electronically stored information generated by the Treasury's diverse operations, which are subject to various oversight and compliance requirements. Interested vendors are encouraged to submit their responses, including company information and technical capabilities, to Angela C. Gallo at angela.c.gallo@irs.gov or Christian Fowler at christian.a.fowler@irs.gov, following the guidelines outlined in the attached documents.
    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.
    Healthcare Facility Planning, Evaluation, Research
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking sources for Healthcare Facility Planning, Evaluation, Research, and Advisory Services to support the Department of Health and Human Services (HHS), specifically the Indian Health Service (IHS) Office of Environmental Health and Engineering (OEHE). The procurement aims to enhance healthcare delivery for American Indians and Alaskan Natives by modernizing IHS facilities and planning processes, which includes developing planning documents, updating Health Services and Facility Master Plans, and providing advisory reviews. This opportunity is anticipated to result in a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract valued at approximately $30 million, with a five-year ordering period starting in Fiscal Year 2026. Interested firms must complete the attached Excel document and submit it to Robert Brewer at robertbrewer@ibc.doi.gov by the specified deadline.