Cybersecurity, Architecture & Implementation, Technical Operations, Ops Projects & Cloud Svcs
ID: 5000178352-3Type: Combined Synopsis/Solicitation
Overview

Buyer

TREASURY, DEPARTMENT OF THEINTERNAL REVENUE SERVICENATIONAL OFFICE - PROCUREMENT OITANEW CARROLLTON, MD, 20706, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - COMPUTE: MAINFRAME (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B21)
Timeline
    Description

    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking proposals for a contract focused on cybersecurity, architecture, implementation, technical operations, and cloud services. The procurement aims to acquire commercial off-the-shelf (COTS) software licenses and maintenance services, including products such as HPE Ezmeral, Ciphertrust, Elastic Search, and One Identity, to enhance the IRS's IT infrastructure and bolster its cybersecurity capabilities. This initiative is critical for safeguarding sensitive information against cyber threats and ensuring compliance with federal security regulations. Interested vendors must submit their quotes by 12:00 PM EST on September 20, 2024, and direct any inquiries to Vanessa Rodgers at vanessa.rodgers@irs.gov or JW Terry at jw.r.terry@irs.gov.

    Files
    Title
    Posted
    The document is a combined synopsis/solicitation (RFQ 5000178352) issued by the IRS for the procurement of software licenses and maintenance services, specifically for HPE Ezmeral, Ciphertrust, Elastic Search, and One Identity. The acquisition is categorized under NAICS 513210 and emphasizes full and open competition, requiring participants to maintain an active registration with SAM.gov. The solicitation outlines procedures for submitting quotes, highlighting the need for Offeror Representations and Certifications. A Lowest Priced Technically Acceptable (LPTA) evaluation method will be employed to select the vendor that best meets the IRS's requirements, focusing on both technical acceptability and price competitiveness. The Statement of Work details the need for advanced cybersecurity capabilities to counter cyber threats, involving a multilayered architecture for data protection and analysis. Necessary minimum characteristics for the software include secure data management, support for AI applications, session auditing, and encryption policies. The contract performance period begins September 28, 2024, with multiple option years extending through September 27, 2029. Overall, the RFQ aims to enhance the IRS's IT infrastructure while ensuring compliance with federal standards and security regulations, demonstrating a commitment to safeguarding sensitive information and improving operational efficiency.
    Lifecycle
    Title
    Type
    Similar Opportunities
    RFI - Phishing-Resistant Multi-Factor Authentication (MFA) for Mainframe Platforms & Applications
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to enhance and enforce phishing-resistant Multi-Factor Authentication (MFA) for its IBM and Unisys mainframe platforms and applications. The primary objectives include aligning with federal security mandates, securing high-value assets against cyber threats, and transitioning to a zero-trust security model, all while ensuring compliance with federal security standards. This initiative is critical for modernizing IRS systems and protecting sensitive taxpayer information, with funding supported by the Inflation Reduction Act. Interested vendors must submit their qualifications and technical capability responses by March 13, 2025, and may direct inquiries to Lauren Caperton at lauren.g.caperton@irs.gov until February 26, 2025.
    POSTAGE MACHINE AND CERTIFIED MAIL SOFTWARE
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking capable sources to provide a high-volume postage machine and certified mail software that complies with the upcoming Intelligent Mail Indicia (IMI) technology mandated by the USPS. This procurement is critical as the outdated Information-Based Indicia (IBI) technology will be decertified after December 31, 2024, necessitating a transition to ensure compliance and uninterrupted service. The project will include a base period followed by four option years, focusing on enhancing postal service efficiency for the Treasury Operations at the Main Treasury Building in Washington, DC, and will require advanced connectivity, user-friendly interfaces, automated feeding, comprehensive reporting capabilities, and secure network integration. Interested vendors should monitor the System for Award Management (SAM) website for updates on the Request for Proposal (RFP), anticipated for March, and can contact Michelle A. Greene at michelle.a.greene@irs.gov for further inquiries.
    Satellite Phone Fixed-Site Installation
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking contractors for the installation of Satellite Phone Fixed-Site equipment at facilities in Washington, D.C., and West Virginia. The primary objective of this procurement is to establish a reliable backup communication system for IRS leadership during emergencies, in compliance with federal mandates for mission resilience. This project involves conducting facility surveys, installing Iridium 9575 phones and docking stations, and providing training for IRS personnel on equipment usage, ensuring successful test calls. Interested parties should note that all operations will be supervised by IRS employees, with deliverables due by August 30, 2025. For further inquiries, potential contractors can contact Denisse Aquino at denisse.aquino@irs.gov.
    CFO Program and Project Mgmt Support
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking contractor support for its Chief Financial Officer (CFO) Program and Project Management Services. The objective of this procurement is to develop a Strategic Framework and provide comprehensive program and project management services aimed at enhancing operational efficiency within the IRS. This initiative is crucial for aligning current operations with future objectives, facilitating stakeholder engagement, and supporting innovation through process reengineering and analytics. The contract will have a base period of 12 months with four option years, requiring personnel with project management certification and relevant expertise. Interested parties should note that the federal government will retain ownership of all produced materials, and they are encouraged to engage in a collaborative approach that aligns with IRS goals. For further details, potential bidders should refer to the official procurement notice.
    National Support Services Contract (NSSC) Architect-Engineering and Related Support Services
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified firms to provide architect-engineering and related support services under the National Support Services Contract (NSSC). The procurement aims to identify firms capable of delivering engineering services, particularly in landscaping, interior layout, and design, which are critical for enhancing the operational efficiency and aesthetics of IRS facilities. Interested parties should note that the primary point of contact for this opportunity is Nicole Jackson, who can be reached at nicole.m.jackson@irs.gov, with a secondary contact being Mathew Nelker at Mathew.Nelker@irs.gov. This is a sources sought notice, and further details regarding deadlines and funding amounts will be provided as the procurement process progresses.
    CISA Indefinite Delivery Indefinite Quantity Contract
    Buyer not available
    The General Services Administration (GSA) is seeking industry partners for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Cybersecurity and Infrastructure Security Agency (CISA) in enhancing national cybersecurity capabilities. This procurement aims to gather market insights and develop a multiple award vehicle that includes services such as project management, capability implementation, and cybersecurity training, with an estimated value of $18-20 billion over ten years. The initiative is crucial for improving cybersecurity measures across federal systems and fostering collaboration with small businesses to address evolving threats. Interested vendors should submit their responses by March 7, 2025, and can direct inquiries to David Shamburger at david.shamburger@gsa.gov or Aaron Maddox at aaron.maddox@gsa.gov.
    Trellix FireEye (Goods and Support)
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is soliciting proposals for the procurement of Trellix (FireEye) network security equipment and associated support services. The procurement includes remote solution services, subscriptions for network security, and hardware support, all aimed at enhancing the FDIC's cybersecurity infrastructure. This initiative underscores the importance of securing sensitive information and ensuring compliance with federal regulations, particularly in the context of supply chain risk management. Interested vendors should direct inquiries to Christina V. Brooks at chrbrooks@fdic.gov or call 571-212-7820, with proposals due in accordance with the specified solicitation timeline.
    Request For Information for Information Collection Request, Review & Approval System Maintenance and Support (ICRAS)
    Buyer not available
    The Department of Education is issuing a Request for Information (RFI) to identify qualified small business vendors for the maintenance and support of the Information Collection Request, Review & Approval System (ICRAS). The procurement aims to gather insights for a planned re-compete of a single award contract, which will involve managing ICRAS within a cloud environment, ensuring compliance with federal regulations, and delivering essential project management and operational support services. This initiative is crucial for enhancing the Department's efficiency in managing educational data collections and adhering to federal laws such as the Paperwork Reduction Act. Interested vendors must submit their capability statements and business details by March 11, 2025, to the designated contacts, Michael Rivera and Katie Opper, at their respective email addresses, as the information gathered will inform a future solicitation planned for release in Spring 2025.
    Sign Language Interpreting (SLI) and Communication Access Realtime Translation (CART) Services for the IRS nationwide
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to provide Sign Language Interpreting (SLI) and Communication Access Realtime Translation (CART) services nationwide. The procurement aims to enhance communication access for individuals who are deaf or hard of hearing, ensuring compliance with accessibility standards. These services are crucial for facilitating effective communication during IRS events and interactions, thereby promoting inclusivity. Interested small businesses are encouraged to reach out to primary contact James Eckhardt at james.e.eckhardt@irs.gov or secondary contact Kimberlee R. Brown at kimberlee.r.brown@irs.gov, with the opportunity set aside for total small business participation under NAICS code 541930.
    IT Operations and Modernization (ITOM) Support Services
    Buyer not available
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking qualified vendors to provide IT Operations and Modernization (ITOM) Support Services. The primary objective of this procurement is to enhance OCC's Information Technology Services through modern solutions that ensure efficient and secure operations across various areas, including network support, IT security, application development, and enterprise architecture. This initiative is crucial for modernizing OCC's IT framework, improving operational efficiency, and aligning with industry best practices to support its regulatory mission. Interested parties must respond to the Request for Information (RFI) by March 24, 2025, with inquiries accepted until March 7, 2025. For further details, potential vendors can contact Christine Guy at christine.guy@occ.treas.gov or John Baumert at John.Baumert@occ.treas.gov.