SYNOPSIS ONLY - Litigation Support Services
ID: 2031JW25N00003Type: Presolicitation
Overview

Buyer

TREASURY, DEPARTMENT OF THEOFFICE OF THE COMPTROLLER OF THE CURRENCYCOMPTROLLER OF CURRENCY ACQSWASHINGTON, DC, 20219, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT – ADMINISTRATIVE: ELECTRONIC RECORDS MANAGEMENT SERVICES (R617)
Timeline
    Description

    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking to procure Litigation Support Services (LSS) focused on electronic discovery (eDiscovery) solutions through a single-award contract. The primary objective is to enhance the OCC's capabilities in managing legal matters, including responses to subpoenas and civil litigation, by utilizing advanced technologies such as the RelativityOne Government tool for efficient data collection and processing. This contract will span five years, including four optional 12-month periods, with an anticipated solicitation release between October and November 2024. Interested parties can direct inquiries to Anethra Facione at Anethra.Facione@occ.treas.gov or by phone at 202-649-0000.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Incident Management Priority process for IT incidents within the OCC computing environment, as part of Request for Proposal (RFP) 2031JW21R00006. The main objective is to standardize incident prioritization by evaluating incidents based on their impact and urgency. The process comprises a four-step methodology that assigns numerical values to both impact (rated 0-4) and urgency (rated 0-3), leading to a defined priority level through a priority matrix. Key concepts include the classification of incidents based on the breadth of their impact, from catastrophic events affecting entire organizations down to issues impacting single users, and urgency, which reflects the degree to which business processes are disrupted. Incidents are then categorized into four priority levels: Critical, High, Medium, and Low, ensuring that incident resolution occurs in an orderly and efficient manner. The document emphasizes compliance with these standards, mandating no deviations from the priority matrix unless formally revised. This structured approach aims to facilitate effective incident management and promote continuity in business operations across IT support groups.
    The document outlines the requirements for data return and destruction related to the OCC (Office of the Comptroller of the Currency) under Solicitation 2031JW25Q00010. It emphasizes the need for all copies of data provided by the OCC to be returned upon request, along with the option for complete data destruction without return. The data destruction process must adhere to industry best practices to ensure that recovery or reconstruction of the data is impossible. The certificate must be signed by the Data Custodian and an IT Representative, affirming that all data files have been adequately managed and deleted, including in backup systems. The completion of this process is critical for compliance with the Data Use Agreement (DUA) and ensures the confidentiality and security of sensitive data following project conclusion. These measures reflect the governmental commitment to data integrity and security within the context of federal grants and RFPs.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures for monitoring the performance of the Contractor for Litigation Support Services (LSS) at the Office of the Comptroller of the Currency (OCC) under RFQ 2031JW25Q00010. This five-year contract encompasses data migration, eDiscovery support, operational maintenance, and project management. The QASP defines performance standards, roles, and responsibilities, emphasizing the Government's commitment to ensuring quality through regular assessments and surveillance methodologies, including daily interactions, bi-weekly status meetings, and various inspection techniques. Key elements include establishing Acceptable Quality Levels (AQLs), monitoring contractor deliverable timelines, and a structured process for evaluating contractor performance, including customer feedback and corrective actions for deficiencies. The document establishes a framework for continuous oversight, ensuring timely communication of performance issues, with mechanisms for reporting and resolving concerns. The performance assessment approach includes quarterly reviews leading to an annual evaluation, promoting accountability and high-quality service delivery within the federal regulations context. This QASP serves as a living document aimed at adapting to contractor performance fluctuations while safeguarding Government interests in contract execution.
    The Project Staffing Plan Template from FEDSIM, part of GSA, FAS, AAS, outlines the structured requirements for staffing during various project periods under government contracts. The template specifies that all proposed staff must be listed across all performance periods, including those not actively contributing at all times. Detailed guidance is provided for documenting functional roles, qualifications, security clearances, and key personnel designations for each individual, ensuring clarity about responsibilities and expertise. Each proposed personnel entry is to be listed separately, to reflect accurate labor hours and roles. The instructions emphasize maintaining the integrity of the spreadsheet format and fulfilling qualifications only upon first mention in the tables. This document serves as a crucial tool for federal RFP responses, ensuring compliance with labor category specifications and personnel qualifications essential for successful project execution.
    The Office of the Comptroller of the Currency (OCC) seeks to acquire Litigation Support Services, particularly focused on electronic discovery (eDiscovery) solutions, under a single-award contract for up to five years. This initiative is managed by the Chief Counsel’s Office, which oversees legal practice areas, including Litigation and Enforcement, employing around 160 attorneys. The contract aims to enhance the agency's capabilities in handling legal matters by utilizing advanced technologies to collect and process defensible data. The scope of work encompasses day-to-day operational support for the right-side stages of the eDiscovery process, technical support for the RelativityOne Government platform, project management, quality control processes, and data management upon case closures. The contract includes a detailed deliverables schedule, emphasizing timely processing and production of documents. Additionally, it outlines essential personnel qualifications, quality assurance measures, and strict adherence to security and privacy requirements, ensuring compliance with federal regulations. This RFP highlights the government's commitment to efficient and effective legal support services, leveraging technology to meet the demands of litigation and regulatory inquiries.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    OCC’s Supplier Registration Database
    Active
    Treasury, Department Of The
    The Treasury Department's Office of the Comptroller of the Currency (OCC) is issuing a Special Notice encouraging vendors to update their information in the OCC Supplier Registration Database. This database is crucial for the agency's early market research and identification of potential business opportunities. With the transition from DUNS numbers to Unique Entity Identifiers (UEI), vendors must provide their UEI ID for registration, obtainable through SAM.gov. The OCC uses this data to inform businesses about events and promote opportunities, particularly for small, minority-, and women-owned businesses, aligning with its commitment to diversity in procurement. To learn about doing business with the OCC, visit their dedicated webpage.
    Dental Insurance
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking proposals for a Dental Insurance Program to cover its employees, retirees, and their eligible family members. The procurement involves managing two dental plan options: a Preferred Provider Organization (PPO) and a Dental Health Maintenance Organization (DHMO), with the contractor responsible for underwriting, claims processing, and maintaining enrollment systems. This initiative is crucial for ensuring comprehensive dental care access for OCC personnel, with the contract period set to commence on July 1, 2025, following a transition enrollment period starting April 1, 2025. Interested parties can direct inquiries to Matthew Quinn at Matthew.Quinn@occ.treas.gov or Joey Barden at Joey.Barden@occ.treas.gov, with the deadline for questions extended to September 23, 2024.
    Intent to Sole Source - Option Metrics Dataset
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, intends to award a sole source contract to OptionMetrics LLC for online access to the Ivy DB database, which is crucial for the Office of Financial Research (OFR). This procurement aims to secure comprehensive historical pricing, implied volatility, and risk calculation data for U.S. equity and index options markets, utilizing established non-proprietary models such as Black-Scholes and Cox-Ross Rubinstein for transparency in financial research. The contract will include a twelve-month base period with four additional option years, and interested contractors must submit their capabilities by September 25, 2024, to purchasing@fiscal.treasury.gov, as no solicitation will be available for this opportunity.
    FEDLINK ELECTRONIC RESOURCES SOLICITATION
    Active
    Library Of Congress
    The Library of Congress is seeking proposals for the FEDLINK Electronic Resources Solicitation, aimed at acquiring commercial electronic information resources and library support services for federal agencies. The procurement involves multiple indefinite delivery, indefinite quantity (IDIQ) contracts, with a focus on providing electronic databases, document delivery services, and specialized product integrations, ensuring streamlined access to vital information resources across federal libraries and information centers. Interested vendors must submit firm-fixed prices and may propose volume discounts, with the contract set to commence on January 1, 2025, and potentially extend for three additional one-year periods. For inquiries, interested parties should contact Tariq Miakhel at tmiakhel@loc.gov or Elinda Deans at ehar@loc.gov, referencing solicitation number LCFDL24R0029.
    Compliance Data Warehouse (CDW) Data and Analytics.
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking contractor support for the Compliance Data Warehouse (CDW) Data and Analytics project. The primary objective is to enhance the CDW through advanced data analytics and management capabilities, which includes managing large datasets from various sources and transitioning mainframe data processes to modern analytics frameworks. This initiative is crucial for improving operational decision-making within the IRS by leveraging effective analytics. The solicitation (RFQ 8384) will be available on September 9, 2024, with a closing date set for September 20, 2024. Interested parties can contact Daffeney L. Wilson at daffeney.l.wilson@irs.gov or by phone at 210-841-2173 for further information.
    Notice of Intent to Sole Source CaseMap/TimeMap/TextMap
    Active
    Justice, Department Of
    The Department of Justice, specifically the Executive Office for United States Attorneys (EOUSA), intends to award a sole source Purchase Order to LexisNexis for the CaseMap/TimeMap/TextMap software suite. This procurement aims to secure software updates, upgrades, and support for critical applications that assist prosecutors in organizing and managing case-related data effectively. The CaseMap suite is essential for capturing and organizing litigation evidence, allowing for streamlined access to vital information necessary for legal proceedings. The anticipated period of performance for this contract is one year, from October 1, 2024, to September 30, 2025. Interested parties may direct inquiries to Maynard Minor at maynard.minor@usdoj.gov or by phone at 202-252-5418, although telephonic questions are discouraged.
    Versaterm Laboratory Information Management System (LIMS)
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking to award a Sole Source contract for the maintenance of the Versaterm Laboratory Information Management System (LIMS) to Versaterm Public Safety US Inc. This procurement involves a 12-month maintenance renewal for LIMS-plus v5, along with four additional options, due to the system's unique capabilities in case management, chain of custody tracking, and data organization, which have been customized over the past seven years to meet the specific needs of the IRS Criminal Investigation Center for Science and Design. The system is critical for facilitating collaboration with other agencies, such as the US Secret Service and Homeland Security Investigations, and there are no comparable products available in the market. Interested parties may seek further information by contacting Leatrice Person at leatrice.f.person@irs.gov or JW Terry at jw.r.terry@irs.gov, with responses due by September 25, 2024, for a performance period extending until September 24, 2029.
    Banking Data Management and Information Systems - Personal Services Contractor
    Active
    Treasury, Department Of The
    The U.S. Department of the Treasury, Office of Technical Assistance (OTA), is seeking qualified individuals to serve as Intermittent Advisors for its Banking & Financial Services Team, focusing on data management and information systems. The advisors will provide technical assistance to foreign counterparts, primarily central banks and finance ministries, to enhance their data collection, governance, and analytics capabilities, thereby supporting the establishment of responsible and inclusive financial sectors globally. This role is critical as it addresses inefficiencies in data management in emerging economies, ensuring that financial institutions can effectively supervise and report on their operations. Interested candidates must submit a cover letter and resume to recruitment@ota.treas.gov, referencing Solicitation 2032K824R00023, with applications accepted until December 31, 2024.
    Intent to Sole Source - FactSet
    Active
    Treasury, Department Of The
    The Department of the Treasury's Bureau of Fiscal Service intends to award a sole source contract to FactSet Research Systems Inc. for a data subscription that supports the Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC). The primary objective of this procurement is to obtain comprehensive data on trade credit networks and supply chains to analyze the propagation of financial shocks and interconnectedness among firms, particularly during banking crises. This data is crucial for understanding how financial distress can spread through trade credit chains, which is essential for effective economic analysis. Interested contractors must submit their qualifications and capability statements electronically by September 25, 2024, to purchasing@fiscal.treasury.gov, as the contract is expected to exceed the simplified acquisition threshold and will have a duration of one twelve-month base period with four optional extensions.
    USPS OIG Office of Chief Information Officer (OCIO) Support Services
    Active
    Postal Service
    The United States Postal Service's Office of Inspector General (USPS OIG) is seeking qualified suppliers to provide support services for the Office of the Chief Information Officer (OCIO). The procurement aims to establish multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts to deliver essential services across various directorates, including Software & Data Engineering, IT Operations, IT Security, and Enterprise Services, with specific requirements defined at the task order level. This initiative is crucial for enhancing USPS OIG's operational capabilities through qualified partnerships, ensuring compliance with federal regulations and effective information management. Interested suppliers must submit their proposals by September 19, 2024, at 5 PM EST, with a minimum guaranteed contract value of $30,000 and a maximum ceiling of $60 million for the contract period from February 12, 2025, to February 11, 2030. For further inquiries, contact Robert John at rjohn@uspsoig.gov.