INFORMATION RESOURCE CENTER SERVICES
ID: 1131PL25RSA41150Type: Combined Synopsis/Solicitation
Overview

Buyer

UNITED STATES TRADE AND DEVELOPMENT AGENCYUNITED STATES TRADE AND DEVELOPMENT AGENCYUS TRADE AND DEVELOPMENT AGENCYARLINGTON, VA, 22209, USA

NAICS

Office Administrative Services (561110)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)

Set Aside

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

    The United States Trade and Development Agency (USTDA) is seeking proposals for Information Resource Center (IRC) Services, focusing on comprehensive administrative and program support. The contractor will be responsible for various tasks, including records management, FOIA program assistance, mailroom operations, and general administrative duties, with the contract set to commence on November 1, 2025, and potentially extend through October 31, 2030. This opportunity is a total small business set-aside, emphasizing the importance of skilled personnel who can meet security clearance requirements and possess relevant experience. Interested parties must submit their proposals by the new deadline of October 31, 2025, at 1 PM EST, and can direct inquiries to Garth Hibbert at ghibbert@ustda.gov or Afua Serwah-Asibey at aasibey@ustda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Trade and Development Agency (USTDA) issued Amendment 0001 to Solicitation No. 1131PL25RSA41150, providing responses to 123 questions and an updated Request for Proposal (RFP). Key clarifications include: the extension of the offer receipt date is not extended; Executive Order 14026 on minimum wages has been rescinded and will be removed; past performance references may include State and Local Government contracts; all proposed personnel, including the Project Manager, require Secret Security Clearances and resumes; and all staff will generally be required on-site, with situational telework possible. The amendment also details adjustments to productive hours in Section B.1 to account for federal holidays and confirms that Government Furnished Equipment includes necessary hardware and software.
    This document, an SF30 form, serves as Amendment 0002 to solicitation 1131PL25RSA41150, issued by the United States Trade and Development Agency (USTDA). The amendment officially extends the proposal due date from October 10, 2025, to October 31, 2025, at 1 PM EST. This change was initially made on October 8, 2025, but the SF30 could not be uploaded to SAM.gov until now due to technical issues. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 of the form, acknowledging it on their offer copies, or submitting a separate letter or electronic communication. Failure to acknowledge receipt by the new deadline may lead to the rejection of the offer.
    This government solicitation (1131PL25RCSA41150) from the United States Trade and Development Agency (USTDA) is for Information Resource Center (IRC) Administrative Support Services. The contract, effective from November 1, 2025, to October 31, 2026, with four one-year option periods extending to October 31, 2030, seeks administrative, information management, receptionist, and mailroom support. Key services include records management, FOIA program assistance, managing USTDA's library holdings, general administrative support, publications, information dissemination, and maintaining conference rooms and training facilities. The contractor must provide skilled personnel proficient in Microsoft software, with strong organizational and customer service skills, US citizenship, and the ability to obtain a SECRET security clearance. Specific personnel qualifications are detailed for roles like Project Manager and various administrative support positions.
    This government solicitation (1131PL25RCSA41150) from the United States Trade and Development Agency (USTDA) is for Information Resource Center (IRC) Administrative Support Services. The contract covers a base period from November 1, 2025, to October 31, 2026, with four one-year option periods, extending potentially until October 31, 2030. The services include comprehensive administrative and information management support, such as records management, FOIA program assistance, general administrative duties, publications and reports, information dissemination, receptionist services, and support for training centers and mailroom operations. Key personnel requirements include a Project Manager with 15 years of experience and Senior Admin Support with 10 years, including 5 years in records management and FOIA. All personnel must be U.S. citizens and able to obtain a "SECRET" security clearance. The solicitation incorporates various FAR clauses related to commercial items, labor standards, and small business utilization.
    This government file outlines the security requirements for the U.S. Trade & Development Agency's (USTDA) Information Resource Center Services, serviced via an Inter-Agency Agreement with the Department of State. Contractor personnel must possess SECRET security clearances issued by the Defense Security Service (DSS). The Contracting Officer (CO) may allow interim performance pending final clearance. Uncleared personnel require a Department of State (DoS) Personal ID Facility Access Card (FAC) but cannot access classified information. Visit Authorization Requests (VARs) are crucial for contractor access and must be renewed annually, with termination VARs required upon removal from the contract. Subcontractor DD Forms 254 need CO certification before classified access. Contractors at USTDA locations must comply with DoS regulations, including NISPOM and 12 FAM 500/600. Adverse information and certain foreign national relationships concerning cleared personnel must be reported to the CO, COR, and subsequently to the relevant security offices. Classified storage, discussion, generation, or storage at contractor facilities is prohibited. This document underscores the stringent security protocols and reporting obligations for contractors working with the USTDA.
    The document outlines wage determinations under the Service Contract Act (SCA), indicating minimum wage rates for contractors based on contract initiation dates and applicable Executive Orders for 2025. It specifies that contracts effective on or after January 30, 2022, require a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, require $13.30 per hour, subject to adjustment. Additionally, it details benefits like paid vacation and sick leave, and instructions for classifying unlisted occupations through a formal conformance request.
    The Past Performance Survey, identified by Solicitation 1131PL25RSA41150, is a crucial tool used by the USTDA’s Office of Acquisition Management to evaluate contractor performance. This survey gathers feedback on a contractor's ability to comply with terms and conditions, complete work on schedule, meet requirements, recruit staff, and implement corrective measures. It also asks if the reviewing agency would recommend or rehire the contractor. The document includes sections for detailed comments and contact information for both the contractor being reviewed and the agency providing the review. This feedback mechanism is vital for assessing past performance and informing future acquisition decisions for federal government RFPs, grants, and state/local RFPs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Regional Switchboard Services for U.S. Diplomatic Posts in Europe
    Buyer not available
    The U.S. Department of State's Regional Procurement Support Office (RPSO) in Frankfurt is seeking proposals for Regional Switchboard Services to support U.S. diplomatic posts across Europe. The procurement aims to award up to two firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contracts, which will provide essential call handling services, including 24/7 support in English and local languages, emergency escalation, and reporting. This service is crucial for ensuring effective communication and support for U.S. citizens and government officials in various European locations. Interested contractors must submit their proposals, including separate Price and Technical Volumes, by 15:00 CET on January 9, 2026, with questions due by December 12, 2025. For further inquiries, contact Patticha Gruenbeck at GruenbeckP@state.gov.
    RFP 693JF726R000002
    Buyer not available
    The Department of Transportation, through the Maritime Administration (MARAD), is soliciting proposals for RFP 693JF726R000002, aimed at providing career services and workforce development support for the U.S. Merchant Marine Academy (USMMA) and State Maritime Academies (SMAs). The contract, which is a 100% Total Small Business Set-Aside, encompasses a base year from April 1, 2026, to March 31, 2027, with four additional one-year options, focusing on individualized career counseling, job placement assistance, and workforce assessments to enhance the maritime workforce. This initiative is critical for maintaining a qualified maritime workforce and includes optional outreach to K-12 students to promote maritime education. Proposals are due by December 22, 2025, and interested parties should direct inquiries to Durba Ray at durba.ray@dot.gov, with all submissions and past performance questionnaires required to be emailed by the specified deadlines.
    Patent Technical Services (PTS)
    Buyer not available
    The Department of Commerce, specifically the United States Patent and Trademark Office (USPTO), is seeking responses to a Request for Information (RFI) regarding Patent Technical Services (PTS) aimed at enhancing their capabilities in processing, tracking, and reviewing complex federal records. The USPTO intends to gather market information to identify qualified vendors who can meet their requirements, which include a range of administrative and management consulting services as outlined in the draft Statement of Work (SOW). This procurement is particularly significant as it will inform an alternative competition process under the Patent and Trademark Office Acquisition Guidelines, ultimately leading to a limited solicitation for eligible vendors. Interested small businesses must submit their corporate profiles and past experience references by December 10, 2025, and can direct inquiries to Whitney Lee at Whitney.Lee@uspto.gov or Brian Carper at brian.carper@uspto.gov.
    Special Events and Conferences Support BPA - Request for Information (RFI)
    Buyer not available
    The United States Department of Agriculture (USDA) is seeking responses for a Request for Information (RFI) to establish a multiple-award Blanket Purchase Agreement (BPA) for Special Events and Conferences Support. This procurement aims to acquire comprehensive turn-key event production services, including project management, audiovisual support, security, and communications for various events nationwide. The BPA is significant as it will facilitate the USDA's ability to effectively manage and execute special events, with an estimated purchase volume of up to $9.9 million annually, totaling $49.5 million over its lifetime. Interested businesses should submit their capabilities electronically by December 15, 2025, to Garrentt Baca at garrentt.baca@usda.gov or John Flannery at John.Flannery@usda.gov.
    Infrastructure Finance Advisors - Personal Services Contractor
    Buyer not available
    The U.S. Department of the Treasury, specifically the Office of Technical Assistance (OTA), is seeking qualified candidates for the position of Infrastructure Finance Advisors under personal services contracts. These advisors will provide technical assistance to emerging market governments, focusing on enhancing their capacity to develop financially sound infrastructure programs and effectively implement Public-Private Partnership (P3) models. This role is critical for supporting U.S. economic and national security objectives through the development of essential infrastructure projects worldwide. Interested applicants must be U.S. citizens and are required to submit a cover letter and resume via email to recruitment@ota.treas.gov, referencing Solicitation 2032K825R00016, with applications accepted until December 31, 2025.
    DMDC USHRIS
    Buyer not available
    The General Services Administration (GSA) is seeking to modify an existing contract with Peraton for the development of the Uniformed Services Human Resources Information System (USHRIS) as part of the Defense Manpower Data Center's (DMDC) initiative. This modification is essential for completing the implementation of the Department of Defense's (DoD) Enterprise Identity, Credentialing, and Access Management (ICAM) requirements for the Trusted Associate Sponsorship System (TASS) application, with a critical deadline of September 30, 2023. The urgency of this procurement arises from a DoD directive to decommission outdated data centers, and Peraton is uniquely positioned to fulfill this requirement due to its expertise and security clearances, making competition impractical. Interested parties can reach out to Ryan P. Mathews at ryan.mathews@gsa.gov or David Roberts at david.a.roberts@gsa.gov for further information.
    S&RTS - Ports of Virginia
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Virginia, specifically targeting Women-Owned Small Businesses (WOSB). The contract will encompass the management of military cargo, including containers, vehicles, and aircraft, through various ports in Virginia, requiring comprehensive stevedoring, longshoring, and cargo management services. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract is valued at approximately $47 million, with a five-year ordering period from February 21, 2026, to February 20, 2031, and proposals are due by December 18, 2025, at 10:00 AM Central Time. Interested parties should direct inquiries to Douglas Otten or Katherine Alexander via their provided email addresses.
    Inflation Reduction Act (IRA) Digitalization Transformation (DT) SupportEnergy Security PMO
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking contractor support services for the development and implementation of an Energy Security Program as mandated by the Inflation Reduction Act (IRA). This initiative aims to create an enterprise-wide solution to manage the administration, eligibility determination, tracking, reconciliation, and distribution of approximately 15 energy credits, with urgent requirements impacting the 2023 Filing Season. The selected contractor will play a crucial role in ensuring compliance with legislative mandates, with initial support needed by March 1, 2023. Interested parties can contact Shantice Wright at shantice.m.wright@irs.gov or (240) 613-2500 for further details.
    Notice of Intent to Sole Source - IBISWorld, Inc
    Buyer not available
    The U.S. International Trade Commission intends to award a sole source Purchase Order to IBISWorld, Inc. for the provision of specialized data and research services essential for the Office of Research Analysis. This procurement is an annual renewal that will ensure access to up-to-date investigation, technical assistance, and research activities, which are critical due to the unique structure and methodology of IBISWorld's database. The contract will cover a performance period from December 1, 2025, through November 31, 2026, and interested parties may submit information to Alisha Hunt at Alisha.Hunt@usitc.gov within five days of this notice, although no competitive solicitation will be issued.
    RBG0001-26 RBG/ SBG Support
    Buyer not available
    The Department of Justice, through UNICOR, Federal Prison Industries, Inc., is seeking proposals for the RBG0001-26 RBG/SBG Support contract, which focuses on providing technical expertise and support for maintaining R2:V3 and RIOS certifications for their Recycling Business Group factories. The contractor will be responsible for various tasks, including product evaluation, sourcing, financial management, and inmate supervision within a correctional environment, requiring a minimum of two years of relevant experience in electronics recycling factory management. This opportunity is a total small business set-aside, with proposals due by December 16, 2025, at 2:00 PM EST, and all inquiries should be directed to Joshua Hassler at joshua.hassler2@usdoj.gov. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with mandatory security requirements and federal regulations.