Tri-Credit Reporting Services.
ID: 140D0425Q0170Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Credit Bureaus (561450)

PSC

SUPPORT- ADMINISTRATIVE: CREDIT REPORTING (R611)

Set Aside

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

    The Department of the Interior is seeking qualified small businesses to provide Tri-Credit Reporting Services through a competitive Request for Quotation (RFQ). The procurement aims to establish a Firm-Fixed-Price contract for timely access to online tri-merge credit reports, which are essential for the Human Resources Directorate's employment processes. The contract will cover a performance period of one base year with four optional years, requiring approximately 1,500 credit searches annually, while ensuring compliance with data security and accessibility standards. Interested vendors must submit their quotations by April 18, 2025, and can direct inquiries to Christina Lene at christina_lene@ibc.doi.gov or by phone at 571-732-2675.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request For Quote (RFQ) issued by the DOI/IBC/AQD Division for Tri-Credit Reporting Services to be provided to the Internal Business Center's Human Resources Directorate. This RFQ, numbered 140D0425Q0170, is issued under a Firm-Fixed-Price (FFP) contract type. Quotes are to be submitted by 5:00 P.M. ET on April 18, 2025, with the government requesting price discounts for the purchase order. The required services are broken down into five distinct components: the base year and four option years, each estimated at 1,500 searches per year. The pricing and total estimated costs for each of these components need to be detailed in the submitted quotes. The document indicates the necessity for adherence to certain characteristics and requirements detailed in the RFQ. Overall, the RFQ outlines the government’s need for credit reporting services, indicating a structured and systematized procurement process typical of federal solicitations.
    This Software License Rider modifies the End User License Agreement (EULA) associated with commercial software procured by the U.S. Government, ensuring compliance with federal regulations. Key modifications include that no agreement is binding via click-wrap clauses, with indemnities invalidated unless expressly authorized. The U.S. Government is not subject to state or foreign laws, and disputes must adhere to federal law protocols. The Government retains rights to dispute arbitration and recovery clauses, while audits are defined to be at the contractor's expense. Auto-renewal provisions for licenses are prohibited without prior Government approval, and the Government cannot be indemnified by any commercial supplier. Furthermore, any software terms that unilaterally change post-award are unenforceable against the Government. Notably, the use of Government logos for advertisement is strictly forbidden. The Rider promotes transparency in compliance and maintains the Government’s legal protections and operational autonomy. Overall, this document outlines terms crucial for contractors doing business with the U.S. Government, emphasizing adherence to federal laws and protecting the Government's rights and obligations.
    The Department of the Interior's Acquisition Services Directorate issued a Request for Quotation (RFQ) for Tri-Credit Reporting Services. This competitive RFQ is open to Small Businesses and seeks to award a Firm-Fixed-Price contract to procure these services for the Human Resources Directorate. The anticipated deliverables include timely access to online tri-merge credit reports and the submission of specifications, including price quotes and detailed descriptions of offered services. The performance period is set for one base year with four optional years, and a total of 1,500 credit searches is expected per year. Key requirements encompass providing secure and immediate access to consolidated credit reports, ensuring compliance with Section 508 accessibility standards, and keeping all sensitive information secure. Vendors must be registered in the System for Award Management (SAM) and are required to submit their quotations by April 18, 2025. The government reserves the right not to make an award based on the quality of submitted quotes. This RFQ reflects the government's commitment to fair procurement practices while emphasizing the importance of supplier compliance and information security throughout the contract performance.
    The government document serves as an amendment to solicitation number 140D0425Q0170 concerning the procurement of Tri-Credit Reporting Services for the Department of the Interior's Human Resources Directorate. It outlines an opportunity for small businesses to submit proposals for a single Firm-Fixed-Price purchase order. The proposal includes updated solicitation clauses, a request for quotes (RFQ), and details regarding submission procedures, including deadlines for questions and quotations. The contract will cover a five-year period with specific requirements for services, including secure access to online credit reports and compliance with technical standards. Evaluation will be based on technical acceptability and price realism, emphasizing the government’s discretion not to award the contract. Overall, the document reflects standard processes for federal procurement, focusing on ensuring compliance, accuracy, and efficiency in securing necessary services for personnel security and human resources operations.
    The document outlines a Request for Quote (RFQ) issued by the Department of the Interior’s Acquisition Services Directorate for Tri-Credit Reporting Services. It specifies the procurement procedure under the Federal Acquisition Regulation (FAR), particularly for small businesses. The purpose of this RFQ is to solicit competitive bids to establish a Firm-Fixed-Price purchase order for tri-merge credit checks for employment purposes. Key requirements include the delivery of reliable and timely access to credit reports, which should be submitted electronically and securely. The document details the expected deliverables, including comprehensive financial summaries and public record checks. The period of performance spans from June 22, 2025, to June 21, 2030, with specific performance standards laid out in the Statement of Work (SOW). Interested vendors must submit comprehensive pricing alongside their technical proposal by April 18, 2025. Furthermore, the RFQ emphasizes compliance with Section 508, alongside data security protocols and handling requirements for Personally Identifiable Information (PII). Overall, this RFQ underscores the government’s aim to ensure a compliant and efficient approach to obtaining essential credit reporting services while adhering to federal procurement regulations.
    The document is a Request for Quote (RFQ) for Tri-Credit Reporting Services issued by the DOI/IBC/AQD Division 3 Branch 4, on behalf of the Internal Business Center (IBC) Human Resources Directorate. The RFQ number is 140D0425Q0170, with a contract type classified as Firm-Fixed-Price (FFP). Quotes are due by 5:00 P.M. ET on April 18, 2025. The RFQ outlines the requirement for services over a base year and four option years, specifying a total of 1,500 searches per year to be conducted at a unit price that will contribute to the overall estimated costs. The government requests contractors to provide discounts on the purchase order. Notably, payment will only be rendered for searches that are completed. This RFQ illustrates a clear procurement process aimed at securing credit reporting services necessary to support the human resource functions within the federal government's Internal Business Center.
    The document outlines an amendment to solicitation number 140D0425Q0170, issued by the Acquisition Services Directorate. Its primary purpose is to update solicitation clauses, specifically the Offeror Representations and Certifications and Contract Terms and Conditions, in preparation for contract modifications effective March 24, 2025. Notable changes include updates to the representation requirements in the System for Award Management (SAM), clarifying that certain representations may not be considered by agencies. This amendment directs contractors to acknowledge receipt of the changes and outlines methods for doing so to prevent rejection of offers. Overall, the document maintains that all prior terms and conditions remain intact, emphasizing the importance of compliance for contractors involved in federal procurements. This amendment plays a crucial role in ensuring that all parties adhere to updated federal guidelines and understands their requirements in participating in government contracts.
    The document is an amendment to solicitation number 140D0425Q0170 concerning a federal procurement process. It outlines the procedures for contractors to acknowledge receipt of the amendment, emphasizing that failure to do so prior to the specified deadline may lead to rejection of their offers. The amendment aims to clarify responses to contractor inquiries and updates to an attachment, noting that the government will only compensate for completed searches. It reiterates that all other terms and conditions remain unchanged. The document indicates administrative modifications in accordance with federal regulations, specifically FAR 43.103(b). Overall, it serves to ensure clarity and compliance among contractors in relation to their offers while maintaining the integrity of the original solicitation process.
    The document is a Request for Quotation (RFQ) issued by the Acquisition Services Directorate (AQD) seeking bids for Tri-Credit Reporting Services. It is a competitive solicitation aimed at small businesses and will follow the Federal Acquisition Regulation (FAR) guidelines, specifically subparts 13.5 and 12.6. The RFQ outlines that the procurement will be a Firm Fixed Price type contract, set aside for small business participation, and is due on 04/18/2025. The document contains typical sections including solicitation number, offeror details, and payment instructions. Additionally, it emphasizes the importance of submitting offers in the required format and provides information regarding invoice remittance. The document is structured as a standard federal form (SF 1449), ensuring compliance with federal contracting protocols and documenting all necessary terms and conditions for bidders. Overall, the RFQ is a formal process designed to ensure transparency and competition in government contracting, supporting small businesses in engaging with federal opportunities.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to TransUnion Risk and Alternative Data Solutions, Inc. for continued access to the TLOxp platform, which is essential for investigative operations within the Office of Law Enforcement (OLE). This contract, valued at a firm fixed price with a base year and four option years, aims to modernize the procurement process while ensuring ongoing access to the proprietary TruLookup suite of investigative solutions that provide critical intelligence on individuals and businesses. Interested parties who believe they can meet the requirements are invited to submit a statement of capabilities to Lorenzo Aragon at lorenzoaragon@fws.gov, with no telephone inquiries accepted. The total contract value is expected to be under $250,000, and submissions must be made in writing as specified.
    DOI Main Building Food Services RFQ
    Interior, Department Of The
    The U.S. Department of the Interior (DOI) is seeking quotes for a contract to establish and operate food concession facilities at the Stewart Lee Udall Building in Washington, D.C. The procurement aims to provide breakfast and lunch services, operate a coffee bar, and potentially offer catering, all while adhering to federal wellness and sustainability guidelines. This Total Small Business Set-Aside opportunity includes a base period of one year with four additional one-year options, and the government will supply space, utilities, and some equipment necessary for operations. Interested contractors must submit their quotes by January 16, 2026, and can contact William Rilee at William.Rilee@bsee.gov or 703-787-1757 for further information.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    Citrix Universal Premium Concurrent Transition
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors for the procurement of Citrix Universal Premium Concurrent Transition Licenses. This requirement is part of the IRS's initiative to enhance its IT capabilities and will be governed by the Statement of Work provided by the IRS. The solicitation (RFQ 2032L226Q00009) is expected to be released in late December 2025 or early January 2026 and will be exclusively available through NASA SEWP, with a closing date anticipated in the first or second week of January 2026. Interested parties are encouraged to monitor the NASA SEWP site for updates and must submit their quotes through this platform; all inquiries should be directed to Christopher Monosiet at christopher.monosiet@irs.gov.
    Limited Source Justification, Authority: FAR 8.405-6 and 40 U.S.C 501
    Interior, Department Of The
    The Department of the Interior (DOI) is issuing a six-month sole-source contract to T&T Consulting Services, Inc. for critical computer/information technology (C4IT) support services on behalf of the Department of Defense Medical Education and Training Campus (METC). This procurement is necessary to provide Tier 0/I/II support, system administration, and management of IT and audio-visual equipment, ensuring uninterrupted service for over 8,000 hardware units and 9,500 daily users during the transition to a new follow-on contract. The total estimated value of the contract is $1,988,537.60, and the incumbent contractor, T&T Consulting Services, Inc., was selected due to their existing DOD clearances and experience, which are vital for maintaining mission-critical support. For further inquiries, interested parties can contact Lydia Schickler at lydiaschickler@ibc.doi.gov or by phone at 703-964-4872.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    Notice of Intent to Sole Source – Inside Mortgage Finance Publication
    Treasury, Department Of The
    The Office of the Comptroller of the Currency (OCC) intends to award a firm fixed price contract on a sole source basis to Inside Mortgage Finance Publications for a subscription covering critical regulatory, political, legislative, and market issues in the residential mortgage sector. This subscription will provide essential insights, including mortgage industry statistics, exclusive quarterly rankings of top originators and servicers, and coverage of significant congressional and regulatory actions affecting the industry. The contract period is set from January 8, 2026, to January 7, 2027, with four additional option periods available. Interested parties may submit information by the requested date, as the OCC will consider responses to determine if a competitive procurement is warranted.
    I-9 Employment Verification Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking to award a sole source contract for I-9 Employment Verification Services to TALX Corporation, doing business as Equifax Workforce Solution. The contract will provide a secure online I-9 management system tailored to USCIS's onboarding needs, ensuring compliance with E-Verify requirements and federal law, while also facilitating the physical inspection of documents necessary for completing Section 2 of the I-9 form. This procurement is critical for maintaining accurate employment verification processes and ensuring that I-9 forms are easily searchable for re-verification and quality assurance. Interested parties can reach out to Lori Barney at lori.j.barney@uscis.dhs.gov or Mary Shinney at mary.a.shinney@uscis.dhs.gov for further details, as the contract will be awarded without competition under FAR 13.501.
    RFQ: Currency Reader Information Management System (CRIMS) Support, Enhancements, and Upgrades
    Library Of Congress
    The Library of Congress is seeking contractor support for the Currency Reader Information Management System (CRIMS) to enhance, maintain, and upgrade its capabilities. The primary objectives include transitioning from paper-based workflows to a secure, web-based electronic system, improving patron engagement, and strengthening system security within a Microsoft Azure environment. This initiative is crucial for supporting the US Currency Reader Distribution Program for visually impaired individuals, ensuring efficient application processing and compliance with government IT security policies. Interested parties should submit their quotes by December 26, 2025, and can contact Quinn C. Cartheuser at qcart@loc.gov or (202) 707-2339 for further information.
    Healthcare Facility Planning, Evaluation, Research
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking sources for Healthcare Facility Planning, Evaluation, Research, and Advisory Services to support the Department of Health and Human Services (HHS), specifically the Indian Health Service (IHS) Office of Environmental Health and Engineering (OEHE). The procurement aims to enhance healthcare delivery for American Indians and Alaskan Natives by modernizing IHS facilities and planning processes, which includes developing planning documents, updating Health Services and Facility Master Plans, and providing advisory reviews. This opportunity is anticipated to result in a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract valued at approximately $30 million, with a five-year ordering period starting in Fiscal Year 2026. Interested firms must complete the attached Excel document and submit it to Robert Brewer at robertbrewer@ibc.doi.gov by the specified deadline.