Administrative Support Services
ID: 15JPSS25R00000055Type: Combined Synopsis/Solicitation
AwardedAug 22, 2025
$32.2M$32,213,036
AwardeeArtex Group Arlington TX USA
Award #:15JPSS25C00000147
Overview

Buyer

JUSTICE, DEPARTMENT OFOFFICES, BOARDS AND DIVISIONSJMD-PROCUREMENT SERVICES STAFFWASHINGTON, DC, 20530, USA

NAICS

Office Administrative Services (561110)

PSC

SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING (R430)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Justice (DOJ) is seeking qualified contractors to provide Administrative Support Services for its Security and Emergency Management Staff (SEMS) across approximately 300 United States Attorney's Offices (USAOs). The primary objective of this procurement is to maintain and enhance security services related to personnel security clearances, physical security, threat management, emergency management, and information security, ensuring compliance with Homeland Security directives. This initiative underscores the federal government's commitment to safeguarding its personnel and facilities while ensuring operational continuity and adherence to security regulations. Interested parties must submit their proposals by June 6, 2025, at 2 PM Eastern, with the contract period commencing on October 1, 2025, and lasting for one base year with four optional extensions. For further inquiries, contact Allison Polizzi at allison.j.polizzi@usdoj.gov or call 202-285-3515.

    Point(s) of Contact
    Files
    Title
    Posted
    The government solicitation outlines the contract for providing Administrative Support Services to assist the Security and Emergency Management Staff of the Department of Justice. It is a Firm, Fixed Price contract, structured to last five years, consisting of a base period and four optional extensions, with the contract starting on October 1, 2025. Key responsibilities include management, supervision, labor, and necessary supplies to ensure service continuity. The document details pricing requirements, emphasizing that all offered prices are fully loaded to include direct and indirect costs. Additionally, the solicitation specifies the necessity for strict confidentiality regarding sensitive data, mandates compliance with privacy training for all personnel, and establishes guidelines for data protection. The contractor is prohibited from personal services and must maintain a professional and disciplined workforce. The Contracting Officer will oversee all contract administration, with clear roles defined for the Contracting Officer's Representative. Emphasizing regulatory compliance, the contract incorporates various FAR clauses to ensure proper oversight, conduct, and ethical standards are upheld throughout service provision.
    The document outlines a Request for Proposal (RFP) from the Department of Justice for Administrative Support Services, emphasizing the need for qualified contractors to assist the Security and Emergency Management Staff. The contract will span one base year (October 1, 2025 – September 30, 2026) with four optional extensions. Proposals must adhere to a Firm Fixed Price model and include all necessary support for effective service delivery. Notably, this solicitation is a 100% small business set-aside. Key proposal sections include an Administrative Volume with essential documents, a Technical Proposal addressing management and staffing plans, a comprehensive Phase-In/Phase-Out Plan for seamless transitions, and a Quality Control Plan to ensure service quality. Past performance evaluations will be critical, requiring contractors to provide references of similar prior projects. Evaluation will prioritize the technical aspects of proposals, with past performance and price being secondary. A detailed assessment process ensures that the proposals' administrative completeness determines eligibility for further evaluation. The document underlines the importance of meaningful engagement with DOJ representatives for successful contract execution. Overall, this RFP illustrates a structured and rigorous approach to enhancing administrative services within the federal framework while ensuring compliance, accountability, and quality.
    This document outlines a Request for Proposal (RFP) by the U.S. Department of Justice for Administrative Support Services, emphasizing the contractor's responsibilities to provide management, supervision, labor, and necessary supplies. The contract spans a base period of one year, with four optional extensions, and is structured as a Firm, Fixed Price contract. Notable details include provisions for travel and training costs, delivery timelines, and privacy compliance, particularly safeguarding Personally Identifiable Information (PII). The contractor must follow strict confidentiality protocols, ensuring no personal services are performed and no unauthorized disclosure of sensitive data occurs. The document mandates extensive training required for contractors on privacy and cybersecurity, timely reporting of any data breaches, and clear delineation of the roles and responsibilities of both the Government and the contractor, including the oversight by designated Contracting Officers and Representatives. Moreover, it stresses compliance with various Federal Acquisition Regulation clauses concerning ethical conduct, labor standards, and confidentiality, aimed at ensuring that the contractors maintain integrity and security throughout the contract term. Compliance with these terms is crucial for the stability and legal soundness of operations within the federal framework.
    The United States Small Business Administration (SBA), through its Office of Hearings and Appeals (OHA), has received an appeal regarding the NAICS code designated for Solicitation No. 15JPSS25R00000055, issued by the U.S. Department of Justice on May 29, 2025. The Contracting Officer must amend the solicitation within two business days to inform interested parties of the appeal and submit a link to the solicitation and all amendments. The deadline for proposals will be stayed while this appeal is active. Responses to the appeal must be filed by June 13, 2025, and will close unless extended for good cause. Filing and service instructions are provided, emphasizing that submissions should include a Certificate of Service. Decisions by OHA are typically published on its website, and confidential treatment of information can be requested. This document underscores the procedural requirements for appeals in the context of federal solicitations and contracts, emphasizing regulatory compliance among contracting officers and parties involved.
    The request for quotation (RFQ) No. 15JPSS25R00000055 pertains to the Administrative Support Services for the Executive Office for United States Attorneys (EOUSA). The document outlines pricing and service requirements, detailing budget allocations for several years, including a base year and four option years. The total estimated costs for travel amount to $75,000 across the years, while training expenses are projected at $5,000, leading to an overall budget of $80,000. Labor costs are stated as $0.00 for all periods of performance, indicating either an emphasis on non-labor resources or incomplete pricing entries at this stage. The document includes a detailed price table but indicates that the values presented are estimates meant for analysis purposes only. Personnel involved in the tasks range from personnel security specialists to program analysts, each allocated a specific number of hours. These roles are critical for supporting tasks related to security, management, and administrative functions within the EOUSA. Overall, the RFQ sets the foundation for competitive bidding and service provision required by the EOUSA, highlighting the importance of accurate budgeting and service-oriented personnel in government operations.
    The document is a Request for Quote (RFQ No. 15JPSS25R00000055) issued for Administrative Support Services for the Executive Office for United States Attorneys (EOUSA) Special Emphasis Management System (SEMS). It outlines cost estimates and pricing details for various task functional areas across multiple performance periods, including a base year and four option years. The pricing structure comprises costs for labor, other direct costs (ODCs), and travel, with a grand total of $80,000. Notably, total labor costs are presently listed as $0.00 for all periods, while ODCs and travel costs remain consistent at $15,000 and $1,000 respectively for each option year. The file details the allocated labor hours across several specialized roles, such as Personnel Security Specialists, Adjudicators, and Security Specialists, though without specified hourly rates. The document serves as a government analytical framework to assess potential vendor offerings, emphasizing comprehensive analysis across budgetary requirements for administrative support services within government operations.
    The Department of Justice (DOJ) issued a Request for Proposal (RFP) (15JPSS25R00000055) for administrative support services, seeking to clarify various inquiries from potential vendors. The incumbent contractor, ARMADA, currently holds contract number 15JPSS20F00000677. The RFP outlines requirements for vendor qualifications, including security clearances and personnel staffing levels, along with specific guidelines for proposal submissions, such as page limits and content structures. Notably, the government maintains that the assigned North American Industry Classification System (NAICS) code is appropriate, while emphasizing that the current funding information is accessible via FPDS.gov. The proposal submission deadline is set for June 6, 2025, at 2 PM Eastern, and all proposals must adhere to the specified guidelines regarding technical capabilities, past performance references, and pricing structures. The government intends to award a single contract and emphasizes continuity of services from the incumbent, necessitating a detailed transition plan. Performance metrics and deliverables will be established post-award, and the evaluation process will inquire into both price and performance, though past performance references are limited to the prime vendor only. This procurement aims to secure effectively executed administrative support under a firm fixed-price contract.
    The Department of Justice's Executive Office for United States Attorneys (EOUSA) seeks a contractor to provide Administrative Support Services for its Security and Emergency Management Staff (SEMS). The contract aims to maintain and enhance security services related to personnel, physical security, threat management, emergency management, safety, and information security across approximately 300 United States Attorney's Offices (USAOs). The contractor will be responsible for managing personnel security clearances, security system support, handling threats to personnel, and ensuring compliance with Homeland Security directives. Additionally, the contractor will assist in training and awareness programs, facilitate budgeting and procurement processes, and manage program documentation and communications. Contractor personnel must meet strict security requirements and may be required to travel to various USAO locations. This initiative reflects the federal government's ongoing commitment to safeguarding its personnel and facilities while ensuring operational continuity and adherence to security regulations. The contract period spans from April 10 to May 29, 2025, detailing various roles and responsibilities necessary for effective security management within EOUSA and USAO entities.
    The Department of Justice's Executive Office for United States Attorneys (EOUSA) is seeking contractor support for its Security and Emergency Management Staff (SEMS). Established in 1953, EOUSA collaborates with the Department of Justice and supports approximately 13,000 personnel across the U.S. and territories. The main objective is to maintain and enhance security operations, encompassing personnel security, physical security, threat management, emergency management, and compliance with Homeland Security directives. Contractors will provide various services, including recruiting and training staff, managing security clearances, assisting in adjudicating background investigations, supporting physical security systems, and developing emergency response protocols. The contract mandates strict adherence to security requirements, including handling classified materials and ensuring personnel meet federal clearance standards. The work involves a structured approach to security practices, requiring contractors to maintain oversight, assessment, and compliance with national security regulations. Effective program management, reporting, and continuous personnel monitoring are emphasized as critical to ensuring a secure environment for EOUSA's operations. This effort represents a commitment to safeguarding sensitive information and personnel within the DOJ framework while complying with federal directives and organizational guidelines.
    This document is a comprehensive list of addresses associated with various government identifiers (GSA Identifiers) across the United States, including state and city names, street addresses, and zip codes. It spans all 50 states, as well as territories like Guam and Puerto Rico. The list serves as a vital resource for government agencies, contractors, and grant applicants, likely in relation to federal RFPs (Request for Proposals) and grants, indicating locations where government operations or projects are based. The structure of the document is systematic, presenting information in a tabular format organized by state, allowing for straightforward reference and use in planning and executing government-related projects or contracts. This document's purpose is primarily to facilitate identification and access to government offices, helping streamline processes related to federal and state initiatives.
    The U.S. Department of Justice's Confidentiality Agreement for Contractor Employees establishes stringent requirements for individuals involved in Government Contract 15JPSS25C000000XX. It emphasizes the expectation of trustworthiness concerning sensitive information obtained during contract performance. Key provisions include prohibitions against revealing confidential details, unauthorized document removal, and mandates for safeguarding government materials, which remain government property. Violation of these terms could result in severe penalties, including fines and imprisonment. Furthermore, the agreement acknowledges the importance of compliance with existing laws and protections for whistleblowers while allowing for necessary modifications under certain circumstances. Overall, this document outlines the essential confidentiality obligations intended to protect sensitive government information and uphold integrity within procurement processes related to federal grants and RFPs.
    The Non-Disclosure Agreement (NDA) outlines the obligations of a contractor (RECIPIENT) hired by the Department of Justice (DOJ) Justice Management Division (JMD) to handle nonpublic information securely. The RECIPIENT, an employee of a designated contractor, agrees to protect sensitive data, including Planning, Programming, Budgeting and Execution (PPBE) information, proprietary data, and information protected under the Privacy Act. The agreement stresses that access to this information is strictly limited to duties outlined in the contract and forbids any unauthorized use or disclosure for personal or commercial purposes. Upon termination or departure from the contract, RECIPIENT must return or destroy all nonpublic information accessed. Violations could lead to administrative, civil, or criminal penalties, reinforcing compliance with existing laws and regulations concerning classified information and whistleblower protections. This NDA serves to uphold confidentiality standards associated with government contracts, ensuring responsible handling of sensitive information while outlining the consequences of misuse.
    The document outlines requirements for past performance data submission by offerors responding to a Request for Proposal (RFP) related to Administrative Support Services. It specifies information that must be provided, including the name and address of references, contract details, and the nature and status of the contract. Offerors are required to demonstrate relevancy to the Statement of Work (SOW) with a focus on administrative support, indicating how previous contracts relate to current solicitations. Furthermore, it inquires about the necessity of a Small Business Subcontracting Plan and includes a request for timely submission of associated reports. The summary description of contract work must adhere to formatting guidelines while detailing the scope of work, issues faced, and solutions implemented, limited to three pages. This structured information is vital for evaluating past performance in the context of government procurement processes, ensuring that all submissions are uniform and clearly articulated to facilitate proper assessment by the contracting authority.
    The document serves as a Past Performance Questionnaire for contractors bidding on the U.S. Department of Justice (DOJ) Administrative Support Services contract (RFP 15JPSS25R00000055). It is designed to gather insights on a contractor’s past performance to assist in determining the best value for contract awards. The questionnaire is structured into four main sections: 1. **Contract Data** - Details about the contract, including contractor name, contract number, and value. 2. **Administrative Data** - Information about the evaluator and contracting officer overseeing the contract. 3. **Description of Services** - A brief overview of the services provided by the contractor. 4. **Evaluation Factors** - Sections for evaluators to rate various performance aspects, including Quality of Product or Service, Schedule, Cost Control, Business Relations, Management of Key Personnel, and Customer Satisfaction, using a specified rating system ranging from Exceptional to Unsatisfactory. Evaluators are encouraged to provide narrative comments and detailed justifications for their ratings to facilitate comprehensive performance assessments. This process underscores the DOJ's commitment to evaluating contractor performance effectively to ensure accountability and quality in federal contracting.
    The Quality Assurance Surveillance Plan (QASP) for Administrative Support Services outlines monitoring procedures to assess contractor performance for the Executive Office for U.S. Attorneys (EOUSA). Issued on April 25, 2025, the QASP aims to ensure that contractors meet outlined performance standards as specified in the contract's performance work statement (PWS). Key components include defining roles of contracting officers and representatives responsible for contract compliance and performance evaluation. The QASP emphasizes a performance management approach focused on outcome achievement rather than adherence to processes, allowing contractors flexibility in operations while maintaining accountability for results. Monitoring methodologies consist of various surveillance techniques, including random inspections and customer feedback, addressing issues through a formal reporting and resolution process. Required performance standards and acceptable quality levels are clearly outlined, with specific metrics affecting contractor payments based on performance. Appendices provide detailed performance requirements and a sample quality assurance monitoring form for documentation. In summary, this QASP establishes a structured framework for evaluating performance in administrative support, ensuring that services rendered align with federal guidelines and quality expectations while fostering improved contractor accountability and efficiency.
    The Quality Assurance Surveillance Plan (QASP) outlines procedures for monitoring the performance of contractors providing administrative support services to the Executive Office for U.S. Attorneys (EOUSA), specifically within the Security and Emergency Management Staff (SEMS). The plan aims to ensure compliance with performance standards set forth in the statement of work (SOW), emphasizing a performance management approach that focuses on results rather than compliance with processes. Key components include defined roles and responsibilities for the Contracting Officer (CO) and the Contracting Officer’s Representative (COR), methodologies for monitoring contractor performance through surveillance techniques, and documentation requirements. The plan outlines acceptable quality levels (AQLs) for various services, such as daily staff availability and safety reports, establishing that failure to meet standards could result in non-payment or other contractual penalties. The QASP facilitates continuous feedback loops and performance analysis, requiring regular communication between contractors and government representatives to identify and rectify performance deficiencies. Ultimately, the QASP ensures that the government only pays for acceptable services while promoting contractor accountability and quality improvement.
    The document outlines the contract security classification specifications under the Department of Defense (DoD) for an Administrative Support Services Contract, specifically detailing requirements for access to classified information. The contractor must have a facility security clearance of "Secret" and is required only to safeguard unclassified information without additional safeguarding levels. Key sections include a description of required clearances, anticipated tasks, and security measures essential for carrying out the contract. The contractor will need to access various classified types of information, and all personnel involved must possess appropriate security clearances, with an emphasis on U.S. citizenship for contract support. The executive office for U.S. Attorneys will serve as the primary location for this contract, which will expire in June 2025. The document also stresses that any information concerning the contract cannot be disclosed publicly without authorization from the appropriate government authority, demonstrating the sensitive nature of the work involved. Overall, this form serves as a critical tool to ensure compliance with the National Industrial Security Program while facilitating necessary support functions for government operations.
    The document outlines Wage Determination No. 2015-4281, relevant under the Service Contract Act, detailing minimum wage rates and fringe benefits for various occupations within specific regions: the District of Columbia and select counties in Maryland and Virginia. It establishes that contracts awarded after January 30, 2022, must adhere to Executive Order 14026, requiring a minimum wage of $17.75 per hour, while contracts between January 1, 2015, and January 29, 2022, must comply with Executive Order 13658, mandating $13.30 per hour unless higher rates apply. Occupational wage rates vary, with administrative support and culinary positions provided as examples. Additionally, the document mandates health and welfare benefits, paid sick leave, and vacation time under specified conditions. It specifies a conformance process for unlisted job classifications, emphasizing the importance of categorizing and compensating employees appropriately based on job duties rather than titles. Overall, the document serves to ensure fair compensation and benefits for service contract employees, reinforcing compliance with federal labor standards, thus critical for contractors engaged in government contracts or those seeking to pursue RFPs, grants, or similar government opportunities. Compliance ensures workers are protected and adequately compensated while fulfilling governmental obligations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Perimeter Security Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking proposals from small business concerns for multiple firm-fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contracts focused on acquiring perimeter security assets. The procurement aims to provide temporary security solutions, technical consultation, and coordination for National Special Security Events (NSSEs) across the United States, including the management of various assets such as vehicle barriers, fencing, tents, and generators. Proposals will be evaluated based on management and technical approaches, past performance, and pricing, with an emphasis on non-price factors. Interested parties must submit their proposals by 11:00 AM EST on January 19, 2026, and may direct inquiries to Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov.
    FY26-30 A45 Transcription Services
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for transcription services as part of the FY26-30 A45 Transcription Services contract. This procurement aims to secure a contractor capable of transcribing digital and physical audio/video files, including Spanish-to-English translation, with options for 10-day and expedited 3-day delivery. The services are critical for ensuring accurate documentation of interviews and sensitive information, adhering to strict DOJ security and privacy regulations. Interested small businesses must submit their quotes by December 10, 2025, with the contract due date extended to December 17, 2025, and can direct inquiries to primary contact Renee Leaman at renee.leaman@usdoj.gov.
    Justification for an Exception to Fair opportunity
    Justice, Department Of
    The Department of Justice is seeking a sole-source bridge contract to provide mission-critical IT management support services for the Justice Security Tracking and Adjudication Record System (JSTARS). This contract will facilitate the operation and maintenance of JSTARS, which is essential for managing sensitive information related to federal classified cases, including background investigations and security clearances for approximately 1,000 users. The services required include system administration, user support, application maintenance, project management, and collaboration on special projects, ensuring the system remains functional and secure. Interested parties can contact Vanessa Jackson at vanessa.jackson2@usdoj.gov or call 202-880-0566 for further details.
    AFD National Canine Services for Seized and/or Forfeited Canines for CONUS and OCONUS
    Justice, Department Of
    The U.S. Marshals Service (USMS) is seeking proposals for the National Canine Services contract, which involves comprehensive support for seized and forfeited canines both within the continental United States (CONUS) and outside (OCONUS). The contract requires services such as onsite seizure support, transportation, daily care, veterinary treatment, kenneling, expert witness services, and disposal of canines, ensuring compliance with federal regulations and humane treatment standards. This procurement is critical for the management of animals in USMS custody, with a contract period starting from February 27, 2026, to February 26, 2027, and options extending through August 26, 2031. Interested parties must submit their proposals by December 22, 2025, and can direct inquiries to Christopher Ottie at Christopher.Ottie@usdoj.gov or Eliana York at eliana.york@usdoj.gov.
    Technical Security Support Services
    Energy, Department Of
    The Department of Energy (DOE) is seeking a contractor to provide Technical Security Support Services for its Oak Ridge Office, specifically for the Office of Safety and Security (OSS), the SC Consolidated Service Center (CSC), and the Oak Ridge Office of Environmental Management (OREM) in Tennessee. The primary objective of this procurement is to deliver skilled personnel capable of performing a range of security functions that support Safeguards and Security (S&S) responsibilities, including the protection of classified materials and Special Nuclear Material (SNM). These services are critical for maintaining a secure environment that supports both collaborative scientific research and national security operations. Interested organizations are invited to submit a capabilities statement by January 7, 2026, at 4:00 PM ET, to the designated contacts, Justin Priest and James E. McDaniel Jr., via email. This Sources Sought Notice is for market research purposes only and does not constitute a request for proposals.
    FY26-28 A45 Psychological fit for duty exam
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for psychological and psychiatric fitness-for-duty evaluations for incumbent Deputy U.S. Marshals (DUSMs) for the fiscal years 2026 to 2028. The contractor will be responsible for conducting structured clinical interviews and administering a standardized test battery, including assessments such as the MMPI-2-RF and MCMI-IV, to evaluate the mental and emotional capacity of DUSMs to perform their duties effectively in high-stress environments. These evaluations are crucial for ensuring the safety and effectiveness of personnel in law enforcement roles. Interested vendors must submit their proposals by December 11, 2025, with the procurement due date extended to December 18, 2025, at 11:00 AM EST. For further inquiries, potential bidders can contact Renee Leaman at renee.leaman@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov.
    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.
    IT Support Services
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service's Justice Prisoner and Alien Transportation System (JPATS), is seeking qualified vendors to provide IT Support Services for its Management Information System (JMIS) and Movement Packet (MPAC) systems. The procurement aims to secure sustainment, operations and maintenance (O&M), and lifecycle technical support for various systems, including Oracle APEX, GAMS, and JARS for scheduling, as well as a custom mobile application and cloud services. This support is crucial for the effective management of prisoner transportation operations, with the anticipated period of performance extending from October 1, 2026, to April 30, 2034. Interested vendors should submit their responses by December 18, 2025, and can contact Victor J. Stamps at victor.j.stamps@usdoj.gov or by phone at 816-519-3519 for further information.
    Lenel Support Services Solicitation 693JK426Q500001 for DOT
    Transportation, Department Of
    The U.S. Department of Transportation (DOT) is soliciting proposals for Lenel Support Services under Solicitation No. 693JK426Q500001, aimed specifically at small businesses. The procurement seeks technical support services for the Lenel OnGuard physical security system, including software upgrades and various support plans, to ensure the continuous operation and maintenance of the system. This initiative is critical for maintaining the security infrastructure of the DOT, leveraging Lenel's proprietary technology that is already integrated into their operations. Proposals are due by January 19, 2026, with inquiries accepted until December 7, 2025; interested parties should contact James Mowery at james.mowery@dot.gov for further information.
    Justification for an Exception to Fair opportunity
    Justice, Department Of
    The Department of Justice (DOJ) is seeking to justify an exception to the fair opportunity process for the procurement of IT management support services related to the JSTARS application. This web-based system operates in a virtual environment and is critical for the Office of the Chief Information Officer's Service Delivery Staff, utilizing EntelliTrak software configured for DOJ use. The procurement is managed by the Justice Management Division's Procurement Services Staff, with further documentation available in the justification file. Interested parties can reach out to Vanessa Jackson at vanessa.jackson2@usdoj.gov or by phone at 202-880-0566 for additional information.