PBGC Active EME Investment Management Services
ID: 16PBGC25R0052Type: Solicitation
Overview

Buyer

PENSION BENEFIT GUARANTY CORPORATIONPENSION BENEFIT GUARANTY CORPORATIONPENSION BENEFIT GUARANTY CORPWASHINGTON, DC, 20005, USA

NAICS

Portfolio Management and Investment Advice (523940)

PSC

SUPPORT- MANAGEMENT: FINANCIAL (R710)
Timeline
    Description

    The Pension Benefit Guaranty Corporation (PBGC) is seeking proposals for Active Emerging Market Equity Investment Management Services through Request for Proposal (RFP) No. 16PBGC25R0052. The procurement aims to engage qualified investment managers capable of delivering active strategies that outperform the MSCI Emerging Markets Index, with a focus on managing a portfolio estimated between $250 million and $400 million over a base period of 12 months, followed by nine optional periods. This initiative is critical for enhancing the management of PBGC's Trust Fund, which is essential for ensuring pension benefits for retirees. Interested offerors must submit their Preliminary Technical Proposal by June 9, 2025, and can direct inquiries to Diahanna Bradley at BRADLEY.DIAHANNA@PBGC.GOV.

    Point(s) of Contact
    Bradley, Diahanna
    BRADLEY.DIAHANNA@PBGC.GOV
    Files
    Title
    Posted
    The Pension Benefit Guaranty Corporation (PBGC) has issued RFP 16PBGC25R0052 Amendment 0001, soliciting proposals for Active Emerging Market Equity Investment Management Services. Offerors must submit their proposals in two distinct phases, adhering to the specific instructions outlined in Section L of the RFP. The initial submission, Volume 1 of the Preliminary Technical Proposal, is due by June 9, 2025, at 10:00 AM ET. Subsequent proposals, including Technical and Business/Price Proposals (Volumes 2 and 3), will be required from those who pass Phase 1, with deadlines to be provided later. Proposals must be submitted via email to designated PBGC officials. The document highlights the importance of reviewing the entire solicitation package and acknowledges that the deadline for submission is estimated, subject to updates through further communications. This RFP exemplifies typical federal solicitations, emphasizing adherence to procedural guidelines and clarity in communication for potential contractors in the investment management sector.
    The document outlines the Mandatory Requirements Questionnaire for the Request for Proposal (RFP) No. 16PBGC25R0052, seeking investment management services in active emerging market equity. It establishes essential qualifications for offerors, including SEC registration as an investment advisor, willingness to benchmark performance against the MSCI Emerging Markets Standard Index, and the requirement for the investment vehicle to be a commingled fund suitable for tax-exempt investors. Further requirements stipulate that the proposed strategy must have a GIPS-compliant track record of at least five years and a minimum of $3 billion in assets under management (AUM). Additionally, performance metrics such as a rolling 36-month information ratio of at least 0.30 and tracking errors between 2.5% and 9% are mandated. The offeror must also act as an ERISA fiduciary and submit only one product for evaluation. The questionnaire concludes with a certification section for the investment manager to affirm compliance with these mandatory requirements. This document serves as a critical evaluation tool in the federal procurement process, ensuring that only eligible and proficient investment management firms are considered to manage the agency's investments in emerging markets.
    The Rolling IR Mandatory Worksheet provides a detailed analysis of the Rolling 36-Month Information Ratio for various financial periods, as measured through data ending at each month from December 2020 to December 2024. It outlines performance metrics for a specific portfolio and its benchmark, capturing monthly excess returns, geometric excess, annualized excess returns, and the standard deviation of these excess returns. The document calculates the Information Ratio by comparing the portfolio's performance against the benchmark over the specified period, thus assessing the risk-adjusted returns. The results reflect fluctuating performance, with instances of both positive and negative excess returns across the months. This data is critical for government analysts assessing financial strategies related to federal grants, RFPs, and investment management, as it helps determine the effectively managed investment funds in light of varying economic conditions. Overall, the worksheet serves as a tool for evaluating the competency and efficiency of investment strategies over time.
    The document outlines the Corporate Experience Questionnaire component of a Request for Proposal (RFP) for Active Emerging Market Equity Investment Management Services by the federal government (RFP No. 16PBGC25R0052). It requires potential offerors to provide detailed organizational information, including the firm's history, structure, financial health, and regulatory compliance. Key sections include background information on the firm’s foundation, ownership, and succession plans, alongside financial disclosures such as SEC filings and recent legal matters. Offerors must detail their asset management growth over the past five years and provide a list of major clients invested in the proposed investment strategy. The questionnaire also seeks information on account sizes, other products offered, and reasons for any client terminations. It includes essential components like disaster recovery plans, cybersecurity measures, and ethical conduct standards, emphasizing the need for a comprehensive understanding of the firm’s operational stability and governance. The overarching goal is to assess the competence and reliability of investment management firms applying for federal contracts, ensuring they possess the necessary qualifications and frameworks to fulfill fiduciary duties effectively.
    The document outlines mandatory requirements for Offerors responding to the Request for Proposal (RFP) No. 16PBGC25R0052 for active emerging market equity investment management services intended for the Pension Benefit Guaranty Corporation (PBGC). Key requirements include Offeror registration with the SEC, commitment to benchmarking against the MSCI Emerging Markets Standard Index, and the necessity to propose a commingled fund format appropriate for tax-exempt investors. Other significant criteria involve demonstrating a Global Investment Performance Standards (GIPS) compliant track record of at least five years, minimum assets under management (AUM) of $3 billion in the proposed strategy, and specific performance metrics, including a rolling 36-month information ratio of at least 0.30. The Offeror must also maintain an ERISA fiduciary role, limit submissions to one product, and ensure active registration on SAM.gov during Phase 2 of the submission process. Ultimately, the document establishes stringent guidelines for investment managers to ensure compliance with federal standards, aiming to safeguard the interests of pension beneficiaries through prudent investment management practices.
    The document pertains to the solicitation number 16PBGC25R0052, issued by the Pension Benefit Guaranty Corporation (PBGC), which outlines requirements for proposals regarding Active Emerging Markets (EM) Management Services. It includes a series of questions and responses related to the Request for Proposal (RFP) over multiple phases. Key requirements emphasize that offerors must demonstrate a minimum of $3 billion in assets under management (AUM) for their proposed strategy, with specific formats for submission. Notably, any combined AUM across different strategies will not suffice; each strategy must individually meet the threshold. The document specifies elements necessary for Phase 1 submissions including a mandatory requirements questionnaire and supporting documentation. Instructions for tracking errors and information ratios are clearly delineated, with benchmarks set for acceptable performance metrics over designated time periods. Additionally, it discusses the acceptability of a collective investment trust (CIT) but excludes traditional mutual funds and ETFs. Questions about supplemental proposals for an Emerging Markets ex-China strategy are highlighted, clarifying that while pricing must be submitted for this optional strategy, the main evaluation will focus on the core Emerging Markets strategy. Overall, the document provides detailed guidance for participants in the RFP, aiming to ensure that proposals align with PBGC's investment objectives and regulatory standards.
    The Pension Benefit Guaranty Corporation (PBGC) has issued Request for Proposal (RFP) 16PBGC25R0052 seeking Active Emerging Market Equity Investment Management Services. The solicitation outlines a two-phase submission process for interested offerors. Phase 1 requires a Preliminary Technical Proposal, due by May 28, 2025, to be submitted via email. Phase 2 will involve additional detailed technical and business/price proposals for those that successfully pass Phase 1. Questions regarding the RFP must be submitted by May 21, 2025, following specific guidelines. The PBGC aims to gather proposals that align with its investment management needs while ensuring compliance with submission protocols. This RFP serves as an opportunity for qualified firms to participate in managing investment equity within emerging markets, reinforcing PBGC's commitment to effective financial management.
    The document outlines the pricing structure and service requirements for Active Emerging Markets Equity Investment Management as part of an RFP issued by the PBGC (Pension Benefit Guaranty Corporation). It specifies a performance period involving one base year and nine optional subsequent years, with the total proposed pricing summarized from various performance periods. Pricing is to be provided in basis points, with specific asset management estimates of $375 million for Active Emerging Market equities and $50 million for an optional Emerging Market ex-China Strategy. The document emphasizes that travel costs are not to be included in the price proposals, and it instructs vendors to input data solely into designated cells marked in green bold italicized font. The overall objective is to evaluate proposals for competitive fee comparisons while ensuring all potential costs are clearly detailed, which is critical for transparency in government contracting processes. The structure includes sections for detailed fee breakdowns, ensuring that all financial aspects are comprehensively addressed for accurate evaluation.
    This document outlines the mandatory requirements for Offerors submitting proposals for Active Emerging Market Equity Investment Management Services under Request for Proposal No. 16PBGC25R0052. Key eligibility criteria include: registration as an SEC investment advisor or exemption proof, willingness to benchmark against the MSCI Emerging Markets Standard Index, provision of the product in a commingled fund format, and a GIPS compliant track record spanning at least five years. Offerors must demonstrate a minimum of $3 billion in Assets Under Management (AUM) for the proposed strategy, alongside compliance with specific performance metrics like a 36-month information ratio of at least 0.30 and a tracking error within defined limits. Additional requirements specify that Offerors must act as ERISA fiduciaries, submit only one product, and ensure active SAM.gov registration upon submission. The certification section at the end mandates the investment manager to affirm adherence to these criteria. This RFP encompasses essential conditions for federal investment management contracts, emphasizing accountability and performance standards critical for governmental fiduciary responsibilities.
    The "Rolling IR Mandatory Worksheet" is a detailed analysis of the rolling 36-month information ratio calculation for a financial portfolio compared to its benchmark. It systematically lays out monthly excess returns, geometric excess returns, and standardized deviations for numerous periods from January 2015 to June 2024. The table highlights fluctuations in the portfolio’s performance against its benchmark, providing insights into monthly returns, excess returns, and the information ratio, which measures the portfolio's risk-adjusted performance. The calculations are essential for evaluating the effectiveness of investment strategies and adherence to federal and state financial regulations. This document serves as a critical tool for analyzing investment performance, guiding decision-making processes related to federal grants and local RFPs by ensuring compliance with established financial performance standards while assessing necessary adjustments to enhance returns and manage risks effectively.
    The document presents a Request for Proposal (RFP) for Active Emerging Market Equity Investment Management Services, emphasizing the technical approach required from the offerors. The key focus is on the investment philosophy, strategy, processes, risk management, performance data, trading practices, and additional operational aspects related to fund management for emerging market equities. Offerors must detail their investment beliefs, strategies for generating excess returns, idea-sourcing and research processes, security selection methodology, and portfolio construction/management techniques, including liquidity and risk management. They also need to provide comprehensive performance data that adheres to GIPS standards. The RFP outlines expectations for transparency in trading practices, custody arrangements, proxy voting, and the involvement of stewardship teams. The structure ensures that submissions are robust, encompassing technical, performance, and compliance aspects critical for effective investment management in emerging markets. This RFP reflects federal standards aiming to enhance accountability and performance in investment management services.
    The document outlines the requirements for responding to the "Active Emerging Market Equity Investment Management Services" Request for Proposal (RFP) No. 16PBGC25R0052. It focuses on the firm’s resources, emphasizing the staffing structure, organizational capabilities, and compliance functions relevant to the management of the Pension Benefit Guaranty Corporation (PBGC) account. Key points include the need for detailed information regarding the entire research team, staffing levels, and organizational charts for middle/back-office and compliance divisions. The RFP also asks for insights on client service personnel, interactions with other investment professionals, and backup procedures in case primary staff leave. Additionally, firms must outline their compensation models for investment professionals, client reporting standards, and their capability for monthly electronic reports. This RFP emphasizes transparency and detailed reporting to ensure that the PBGC is informed about the management team's qualifications and operational structure. Overall, the document serves as a guideline for firms to present their capabilities and ensure they meet the rigorous standards expected in managing public pension funds.
    The document pertains to an RFP for Active Emerging Market Equity Investment Management Services by the federal government, specifically Request for Proposal No. 16PBGC25R0052. It outlines a comprehensive questionnaire designed to assess the corporate experience of potential offerors. Key topics include a firm’s history, ownership structure, financial health, and compliance with regulatory standards. The questionnaire requires detailed responses regarding the firm’s establishment, investment management offices, succession plans, significant organizational changes, and lines of business. Additionally, it calls for disclosure of financial statements, any legal issues, risk management practices, insurance coverage, and policies around cybersecurity and ethics. The document emphasizes the need for data concerning assets under management and client relationships in the emerging market equity sector. Overall, it aims to ensure that bidders can demonstrate stability, growth potential, and compliance with fiduciary obligations to the Pension Benefit Guaranty Corporation (PBGC).
    The document provides comprehensive annual statistics and quarterly performance data for a portfolio and its benchmark, detailing essential metrics for fiscal years up to 2024. Key tables outline various aspects, including active shares, cash holdings, regional exposures, and market capitalization distributions. Performance metrics over several quarters highlight returns and risks, specifically emphasizing excess returns and information ratios, which assess portfolio efficiency compared to the benchmark. In addition, it includes sector exposures and outlines specific holdings, indicating where the portfolio deviates from the benchmark due to market capitalization differences. This detailed quantitative analysis supports strategic investment decision-making and aligns with government initiatives focusing on financial transparency and efficacy in managing funds—critical factors for federal RFPs and grants. The overall structure allows for careful tracking of portfolio performance, risk management, and compliance with financial regulations, which are essential when responding to government funding opportunities.
    The Organizational Conflict of Interest (OCI) Statement is a requirement for contractors responding to the Request for Proposal (RFP) PBGC25R0052 for the Corporate Investments Department. Offerors must declare whether they are aware of any actual or potential OCI that could affect their ability to provide impartial services to the government. They can assert either the absence of any conflicts or provide detailed information if conflicts exist, including a mitigation plan if necessary. The document cites the Federal Acquisition Regulation (FAR) definition of OCI, emphasizing that conflicts may impair objectivity or create an unfair competitive advantage. Each offeror must complete and sign the OCI statement, confirming their awareness of potential conflicts and ensuring prompt disclosure if issues arise during contract performance. This OCI requirement aims to uphold integrity and transparency in the procurement process, safeguarding the government's interests.
    The document is a template for submitting questions and answers concerning the solicitation number 16PBGC25R0052, part of the federal government's request for proposals (RFPs). It is designed for companies to clarify doubts related to the solicitation. The structure allows offerors to reference specific parts and paragraphs, ensuring precision in their inquiries. Each entry consists of the part number and paragraph title, followed by the question and the government's response. This framework facilitates clear communication between the government and potential offerors, highlighting the importance of transparency and clarity in the bidding process. The template serves as a guiding tool, promoting effective engagement and fostering understanding of the RFP specifications, ultimately contributing to the proper execution of government-funded projects.
    The document is a Mandatory Requirements Questionnaire for the procurement of Active Emerging Market Equity Investment Management Services via Request for Proposal (RFP) No. 16PBGC25R0052. It outlines essential criteria that offerors must meet to be considered for investment management services. Key requirements include SEC registration as an investment advisor, the provision of products that comply with the MSCI Emerging Markets Standard Index (Net), and investment strategy documentation such as GIPS compliant performance records from the last five years. Offerors must present the investment in a commingled fund format and ensure that their strategy demonstrates a minimum of $3 billion in assets under management (AUM) along with a specific rolling 36-month information ratio and tracking error parameters. Additionally, offerors are required to act as ERISA fiduciaries and certify that only one product is submitted for evaluation. The document emphasizes regulatory compliance and performance accountability in the selection process for investment managers, aimed at safeguarding and optimizing the Pension Benefit Guaranty Corporation's investment portfolio.
    The document outlines the responses to inquiries regarding the Request for Proposal (RFP) for Active Emerging Markets Management Services (Solicitation Number: 16PBGC25R0052) issued by the Pension Benefit Guaranty Corporation (PBGC). Key requirements include that an offeror must demonstrate a minimum of $3 billion in Assets Under Management (AUM) in the proposed strategy, with clarifications on what constitutes eligible AUM. The proposed product needs to be structured as a commingled fund suitable for tax-exempt investors; mutual funds and ETFs are excluded. Offers must comply with GIPS standards and provide supporting performance data as of December 31, 2024. Furthermore, Phase 1 submissions require a cover letter, a Mandatory Requirements Questionnaire, and related documentation. Clarifications on disclosures, tracking errors, and investment strategies, including those excluding China, are addressed. The document emphasizes adherence to strict submission norms and deadlines, reinforcing compliance and transparency in accordance with federal contracting requirements. This guidance aims to ensure clarity for potential offerors about the expectations of the bidding process, helping to streamline responses and facilitate proper evaluations by the PBGC.
    The document is an amendment to solicitation number 16PBGC25R0052 issued by the Procurement Department in Washington, DC. Its primary purpose is to extend the due date for the Phase 1, Volume 1 Preliminary Technical Proposal from May 28, 2025, to June 9, 2025. Additionally, it includes corrections to various attachments associated with the proposal requirements. Specifically, Attachment 2a’s reference number has been amended, and the ending periods for required supporting documentation have been revised from June 30, 2024, to December 31, 2024. Changes also address the dates for financial audits and market value valuations within Attachment 5. The document ensures that all terms and conditions remain unchanged except for the specified revisions, and it emphasizes the importance of acknowledging receipt of this amendment by the offerors to avoid offer rejection. This amendment is part of the procedural aspect of managing government contracts, ensuring clarity and compliance throughout the solicitation process.
    The document outlines Amendment 0001 to the solicitation number 16PBGC25R0052, issued by the Procurement Department in Washington, DC. The amendment serves several key purposes, including extending the due date for Phase 1, Volume 1 Preliminary Technical Proposal submissions from May 28, 2025, to June 9, 2025. It also corrects multiple references in the attached documentation, specifically adjustments to the Phase 1 Mandatory Requirements Questionnaire and the Phase 2 Corporate Experience Questionnaire, which include changing dates from September 30, 2024, to December 31, 2024, and correcting attachment number references. These changes are essential to ensure that offerors have accurate information and timelines as they prepare their proposals. The request emphasizes the importance of acknowledging the amendment on each submitted offer and notes that failure to do so may result in rejection. All terms and conditions of the original solicitation remain in effect, aside from the amendments detailed. This document reflects typical processes in federal contracting, emphasizing clarity, compliance, and structured communication between the government and potential contractors.
    The document outlines Amendment 0002 to Request for Proposal (RFP) 16PBGC25R0052, concerning Active Emerging Market Equity Investment Management Services from the Pension Benefit Guaranty Corporation (PBGC). The amendment modifies specific sections of the RFP to clarify and enhance requirements. Notable changes include refining the contractor’s responsibilities regarding investment strategy information for Section C, adjusting insurance documentation mandates in Section H, and updating procedural instructions for bidders in Section L. This amendment aims to ensure clearer guidelines for prospective contractors while maintaining the original terms of the solicitation. The document emphasizes the importance of contractor compliance with insurance requirements and provides additional clarity on pricing structures. All other sections of the solicitation remain unchanged, indicating a focused update rather than a comprehensive overhaul. The amendment reflects the PBGC's ongoing commitment to efficient procurement processes and transparent communication with potential bidders in the public sector.
    The document is Amendment 0003 to solicitation number 16PBGC25R0052, issued by the U.S. Government's Procurement Department. The amendment modifies the original solicitation by revising Section L, which details instructions, conditions, and notices for bidders. The key update specifies that contractor support during the technical evaluation will come from Mercer, who is bound by a Non-Disclosure Agreement with the government. It emphasizes the importance of acknowledging receipt of this amendment before the specified deadline, highlighting that failure to do so could result in rejection of the offer. The amendment also clarifies the procedures for submitting changes to offers and the necessary acknowledgment formats. The overall structure includes standard sections like solicitation number, contract details, and instructions, adhering to federal requirements for procurement amendments. These revisions aim to ensure clarity and procedural adherence among bidders while maintaining the integrity and confidentiality of the evaluation process.
    The document outlines a Request for Proposal (RFP) from the Pension Benefit Guaranty Corporation (PBGC) for investment management services focused on Active Emerging Market Equity. The PBGC aims to enhance the management of its Trust Fund, which is critical for ensuring pension benefits for retirees. The RFP includes the need for a manager capable of providing active investment strategies that outperform the MSCI Emerging Markets Index through a formalized multiple-award process. Key components include a base period of 12 months, with nine optional periods of the same length, offering initial allocations between $250 million to $400 million. The document emphasizes the necessity for bidders to demonstrate a sound investment strategy, including risk management practices and compliance with applicable regulations, specifically ERISA. Contractual obligations include reporting requirements, performance audits, and provisions for monitoring investment performance against benchmarks. The proposal highlights the importance of communication, fiduciary responsibility, and best practices in investment management. The overall goal is to engage qualified firms that can maximize returns on PBGC’s assets while ensuring compliance with federal regulations and safeguarding retirees' benefits.
    Lifecycle
    Title
    Type
    Similar Opportunities
    World Trade Center Health Program - National Program Administrator
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking proposals for the role of National Program Administrator (NPA) for the World Trade Center Health Program (WTCHP). The NPA Contractor will be responsible for providing care coordination services to responders and survivors living outside the New York Metropolitan Area, including establishing a nationwide network of healthcare providers for monitoring and treatment benefits as mandated by the James Zadroga Health and Compensation Act. This acquisition is critical for ensuring comprehensive member support, appointment scheduling, medical benefit management, and case management services, with a contract period starting in March 2026 and extending through March 2031, including a base year and four option years. Interested offerors must submit questions by January 5, 2026, and proposals by January 30, 2026, with further inquiries directed to Megan Kelly at xvp9@cdc.gov or Liubov Kriel at vyh1@cdc.gov.
    U.S. Embassy Iraq LES Global Medical Coverage (GMC) Health Insurance Services
    State, Department Of
    The U.S. Department of State is seeking a qualified contractor to provide Global Medical Coverage (GMC) Health Insurance Services for Locally Employed Staff (LES) at the U.S. Embassy in Iraq. The contract will cover an estimated total of 1,321 enrollees, including 571 LES employees and 750 independents, with an anticipated performance period of 12 months and four optional one-year extensions at the government's discretion. This health insurance service is critical for ensuring the well-being of embassy staff and their families while stationed in Iraq. Interested contractors should note that the presolicitation will be posted on www.sam.gov around December 22, 2025, and proposals will be due 30 days after the solicitation announcement closes. For further inquiries, contact Yang Zhang Monteiro at madsenyz@state.gov or the RSU Contracts team at rsu-amman-contracts@state.gov.
    Group Locally Employed Staff Life Insurance Coverage
    State, Department Of
    The Department of State, through the US Embassy in Manila, Philippines, is preparing to solicit proposals for Group Life Insurance Coverage for locally employed staff and their eligible dependents. This procurement aims to provide comprehensive life insurance services under a fixed-price contract with economic price adjustments, anticipated to cover a base year and include four one-year options, plus a potential six-month extension. The solicitation is expected to be issued around December 2025, with a pre-quotation conference planned, and all interested contractors must be registered in the System for Award Management (SAM) prior to submission. For further inquiries, interested parties can contact Michael Warren or Bernadette Legayada at ManilaContracting@state.gov or by phone at 632-530-12000.
    R418--Caregiver Support Program Financial and Legal Services (CSP-FLS) (VA-25-00004108)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Caregiver Support Program Financial and Legal Services (CSP-FLS) under solicitation number 36C10X26R0001. This procurement aims to provide comprehensive financial and legal services to Primary Family Caregivers enrolled in the Program of Comprehensive Assistance for Family Caregivers (PCAFC), including services such as estate planning, debt management, and educational webinars. The contract will be awarded as a single firm-fixed price and time and materials agreement, with a base period of 12 months and four optional 12-month periods, emphasizing compliance with HIPAA and specific professional credentials. Interested parties must submit their proposals by January 8, 2026, at 10:00 AM Eastern Time, and can direct inquiries to Contract Specialist Brian Kadel at Brian.Kadel@va.gov or 240-215-1653.
    Broad Government Announcement - DFC Personal Services Contractor (PSC) Program
    United States International Development Finance Corporation
    The U.S. International Development Finance Corporation (DFC) is seeking quotes for Personal Services Contractor (PSC) positions through a Broad Government Announcement (BGA) aimed at enhancing its contracting program. This initiative, authorized by the BUILD Act of 2018, allows DFC to engage individuals for personal services that will not classify them as federal employees, with contracts anticipated to be awarded over a five-year period. The roles available include positions focused on gender equity, catalytic investments, and media relations, all crucial for DFC's mission to mobilize private capital in developing economies. Interested applicants must be U.S. citizens and are encouraged to submit their proposals via email to the DFC Acquisitions Team at PSCQuotes@dfc.gov, with evaluations occurring bi-monthly over the next twelve months.
    RFI Peace Corps Strategic Recruiter Program
    Interior, Department Of The
    The Department of the Interior, on behalf of the Peace Corps, has issued a Request for Information (RFI) for the Strategic Recruiter Program, identified as RFI Number 140D0426Q0083. The RFI aims to gather insights on two potential models for expanding the program: a centralized contracting approach where a single prime contractor manages subcontracts with universities, and a decentralized model that maintains direct contracts between the Peace Corps and universities. This initiative is crucial for hiring Returned Peace Corps Volunteers as part-time recruiters at universities, with the goal of expanding the program to at least 14 additional institutions while enhancing operational efficiency and consistency. Interested parties are encouraged to provide their input by the deadline of January 14, 2026, and can contact Heather Smith at heathersmith@ibc.doi.gov for further information.
    Peace Corps Strategic Recruiter Program RFI
    Interior, Department Of The
    The Department of the Interior, on behalf of the Peace Corps Office of Volunteer Recruitment and Selection, has issued a Request for Information (RFI) regarding the Peace Corps Strategic Recruiter Program. The RFI aims to gather industry feedback on two potential options for expanding the program, which currently employs Returned Peace Corps Volunteers as part-time recruiters at 26 universities, to include at least 14 additional universities. The Peace Corps is considering a centralized contracting approach with a single prime contractor managing subcontracts (Option A) or continuing with the existing decentralized model (Option B). Responses to the RFI are due by January 14, 2026, and will inform future acquisition planning. Interested parties can contact Heather Smith at heathersmith@ibc.doi.gov for further information.
    R - Notice of Proposed Contract Action (Treasury-wide) - Retirement Specialists Support (RSS)
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency, is seeking to establish a Retirement Specialists Support (RSS) vehicle to provide comprehensive advisory, counseling, records analysis, and Federal benefits retirement processing support across all Treasury Bureaus. This procurement is aimed at creating a single-award Blanket Purchase Agreement (BPA) with a performance period not exceeding five years, utilizing the GSA Multiple Award Schedule and is exclusively set aside for certified Small Businesses located within a 50-mile radius of the Washington, DC metropolitan area. The selected contractor will play a crucial role in enhancing the retirement services offered to Treasury employees, ensuring effective management of retirement-related inquiries and processes. Interested parties should contact Matthew Quinn at Matthew.Quinn@occ.treas.gov or by phone at 202-913-2418 for further details.
    RFI Peace Corps Strategic Recruiter Program
    Interior, Department Of The
    The Department of the Interior, on behalf of the Peace Corps, has issued a Request for Information (RFI) regarding its Strategic Recruiter Program, aimed at enhancing recruitment efforts by hiring Returned Peace Corps Volunteers (RPCVs) at universities. The RFI explores two options: Option A proposes a centralized contracting model where a single prime contractor would manage subcontracts with universities, while Option B seeks to maintain the current decentralized model with direct contracts between the Peace Corps and participating universities. Input is requested on the feasibility, organizational structures, cost implications, and adherence to program requirements for Option A, as well as interest and suggestions for Option B. Responses to the RFI are due by January 14, 2026, and interested parties can contact Heather Smith at heathersmith@ibc.doi.gov for further information.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a contractor, CoreSphere, to provide essential development, sustainment, and operations and maintenance services in response to a recent congressional mandate. This urgent requirement is driven by a public exigency as outlined in MMAR 6.302-2, necessitating immediate action to meet critical deadlines. The contract period is set from May 1, 2023, to April 30, 2024, with plans for a competitive follow-on requirement in the future. Interested parties can reach out to Dyeshia Sampson at dsampson@gpo.gov or call 202-320-0089 for further details.