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
  1. 1
    Posted Sep 16, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 19, 2024, 12:00 AM UTC
  3. 3
    Due Sep 20, 2024, 4:00 PM UTC
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
Sep 19, 2024, 4:42 PM UTC
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
Combined Synopsis/Solicitation
Similar Opportunities
Subscription Services CDM
Buyer not available
The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to provide subscription services as outlined in the Certent Disclosure Management License Support Statement of Work. This procurement is a total small business set-aside, emphasizing the importance of supporting small enterprises in the federal contracting space. The solicitation (RFQ 2032H5-25-Q-00026) is expected to be released around the second week of April 2025, with a closing date anticipated on or about April 18, 2025. Interested parties should monitor the NASA SEWP website for updates and are encouraged to direct any inquiries to Christopher Monosiet at christopher.monosiet@irs.gov.
i2 Analyst Notebook
Buyer not available
The Department of the Treasury, specifically the Internal Revenue Service (IRS) Criminal Investigation (CI), is seeking proposals for the procurement of i2 Analyst Notebook software, a critical tool for law enforcement data analysis and collaboration. This procurement involves a firm fixed price contract covering a base year from March 15, 2025, to March 14, 2026, with four optional renewal years, and an estimated total cost of approximately $2.4 million for 130 annual subscriptions and support. The i2 software is essential for creating and visualizing investigative data, particularly for managing proprietary file formats used in ongoing criminal cases, thereby enhancing the IRS's analytical capabilities and ensuring compliance with federal standards. Interested vendors must be authorized i2 resellers and adhere to applicable Federal Acquisition Regulations, with submissions due by the specified deadlines; for further inquiries, contact Rickey N Lawrence II at rickey.n.lawrenceii@irs.gov or Alison Adamson at Alison.M.Adamson@irs.gov.
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.
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.
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.
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.
U.S. Senate Oracle Renewal
Buyer not available
The U.S. Senate, through the Office of the Sergeant at Arms, is seeking proposals for the renewal of Oracle software licenses and associated services. This procurement aims to ensure compliance with federal regulations, particularly regarding telecommunications equipment and software, as outlined in Section 208 of the Legislative Branch Appropriations Act, 2020. The selected contractor will provide necessary software solutions to support the Senate's operational needs, with a focus on maintaining security and compliance standards. Interested vendors must submit their quotes, including a completed Pricing Table and compliance documentation, via email by the specified deadline, and ensure registration in the System for Award Management (SAM). For further inquiries, contact Holly McDonald at hollymcdonald@saa.senate.gov or call 202-224-0657.
Armed PSO Services - IRS locations located in Austin, Texas
Buyer not available
The Department of Homeland Security, through the Federal Protective Service, is seeking proposals for Armed Protective Security Officer (PSO) services at the IRS Complex in Austin, Texas. The contract will require the contractor to provide comprehensive management, supervision, manpower, training, and resources necessary to fulfill the Armed PSO services as outlined in the National Statement of Work (NSOW). This procurement is significant for enhancing security measures at federal facilities, ensuring compliance with FPS standards, and maintaining operational efficiency. Proposals are due by May 19, 2025, with an expected award date by October 31, 2025, and the initial performance period commencing on March 1, 2026, lasting through February 28, 2030. Interested parties can direct inquiries to Stacy Powell at stacy.a.powell@fps.dhs.gov or Adam L. Reynoso at Adam.L.Reynoso@fps.dhs.gov.
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.
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.