USHR - Technology Alliance Program - H-TAP
ID: OAM25035SType: Solicitation
Overview

Buyer

HOUSE OF REPRESENTATIVES, THEHOUSE OF REPRESENTATIVES, THEOFFICE OF ACQUISITIONS MANAGEMENTWashington, DC, 20515, USA

NAICS

Computer Facilities Management Services (541513)

PSC

IT AND TELECOM - SERVICE DELIVERY SUPPORT SERVICES: ITSM, OPERATIONS CENTER, PROJECT/PM (LABOR) (DD01)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The U.S. House of Representatives, through its Office of Acquisitions Management, is seeking qualified contractors to provide technical support operations under the House Technology Alliance Program (H-TAP). The procurement aims to augment existing IT staff by delivering Tier 1, 2, and 3 end-user technology support services to House Members, Committees, Leadership Offices, and staff, ensuring effective assistance with current technology products and services. This contract is critical for maintaining operational efficiency within the House, particularly during Congressional Transition periods, and involves a comprehensive range of IT support services, including staffing for approximately 16,000 users and devices. Interested parties must submit proposals by December 10, 2025, at 2:00 PM Eastern, and can direct inquiries to Matthew Horn at matthew.horn@mail.house.gov or Ryan Moran at Ryan.Moran@mail.house.gov.

    Files
    Title
    Posted
    This Non-Disclosure Agreement (NDA) between the U.S. House of Representatives' Chief Administrative Officer (CAO) and technology services contractors outlines the terms for protecting confidential information. This includes security practices, operational details, business plans, and software. Contractors agree to use this information solely for evaluating or performing Technology Services, such as correspondence management, hardware maintenance, or systems administration. They must ensure their employees and agents also adhere to these confidentiality terms. The agreement emphasizes that any violation may lead to legal action, including court orders, disqualification from contracting, and potential administrative, civil, or criminal penalties. This NDA is crucial for safeguarding sensitive government data during the procurement process.
    This Non-Disclosure Agreement (NDA) is established between a Contractor and the Office of the Chief Administrative Officer (CAO) of the U.S. House of Representatives for Technology Services procurement. It outlines the responsibilities of the Contractor to protect confidential information disclosed by the CAO, including sensitive data related to security, operations, and technology systems. The Contractor must treat this information confidentially and use it solely for evaluating and performing Technology Services. Additionally, employees and agents of the Contractor must also be bound by confidentiality obligations. The CAO retains the right to seek legal remedies for any breaches of this agreement, which could include civil or criminal actions. The NDA is essential for safeguarding proprietary information while encouraging potential contractors to bid on services for the House, reflecting the necessity of confidentiality in government contracting processes.
    The provided government file outlines a comprehensive set of policies (HISPOLs) and publications (HISPUBs) governing information technology security and usage within the House of Representatives. These documents cover various aspects, including the development and approval of IT policies, secure use of House Information Systems, access controls, hardware and software requirements, user training, network connectivity, security incident reporting and response, remote access procedures, vendor responsibilities, and security controls for systems and applications. Key areas addressed include mobile device security, password management, protection of sensitive information, cloud data protection, media sanitization, and Active Directory management. The policies also detail guidelines for remote work, security awareness training, common requirements for network access, secure configuration management, and interconnection with external entities. Supporting publications provide technical guidance on communication infrastructure, digital printer security, event room standards, alerting systems, guest network use, and incident response, emphasizing compliance with House IT security regulations.
    The HISPOL document serves as a comprehensive framework for the development, security, and management of House Information Systems. It details the protocols for accessing these systems, mandates user training, and specifies hardware and software requirements. Security guidelines emphasize responsible use of the House network, incident reporting, and remote access procedures, including two-factor authentication using VPNs and SecurID tokens. The document outlines vendor responsibilities and establishes minimum security standards for both mobile devices and systems connected to the House network. It breaks down guidelines for handling sensitive information, including media disposal and information sensitivity categorization. Accompanying HISPUBs provide specific technical advice for compliance across various platforms. Additionally, the document sets forth training requirements for all network users, with particular directives for those with elevated privileges. In the context of federal RFPs and grants, HISPOL emphasizes cybersecurity as a critical component of operational integrity, ensuring that best practices are followed across House operations while aligning with regulatory standards. Overall, HISPOL serves to protect the critical infrastructure and sensitive data of the House through stringent security measures and guidelines.
    This document, an "Index of Supplemental Documents Incorporated by Reference and Available on House Websites," serves as a crucial reference guide for navigating official House of Representatives
    The document serves as an index for supplemental materials related to the House of Representatives, specifically incorporating various crucial resources available on House websites. It includes links to the Rules of the House of Representatives, the House Ethics Manual, the Members’ Congressional Handbook, and the Committees’ Congressional Handbook. These resources provide essential guidelines and ethical standards governing the behavior and operations of House members and committees. The index highlights the importance of accessibility to these documents for members of Congress, staff, and the public, facilitating informed decision-making and adherence to established protocols in legislative processes. The structured nature of the document underscores its role in ensuring transparency and accountability within the federal government.
    This document, part of a federal government RFP, details vendor-submitted questions and the House of Representatives' responses regarding IT support services. The House seeks to procure comprehensive IT support, encompassing Tier 1, 2, and 3 services, for an estimated 16,000 users and devices. Key aspects include anticipated ticket volumes (e.g., Tier 1: 2000 incidents/month, Tier 2: 2000 incidents/month, Tier 3: 22 incidents/month), expected response/resolution times (e.g., Tier 1: 1 hour, Tier 2: 1-3 days, Tier 3: up to 5 days), and onsite/remote work splits (Tier 1 & 3: 50/50, Tier 2: 100% onsite). The procurement is a new requirement with no small business set-aside. The contractor will work alongside an existing ITCS team of 10-15 (Tier 1), 20-30 (Tier 2), and 12-15 (Tier 3) staff. Specific tools in use include BMC Helix for ticketing, Workspace One, BigFix, Apple Business Manager, Microsoft Deployment Tool, and Microsoft Defender. The contractor will be responsible for supplying and implementing some systems and tools, with no travel payments included. Surge periods occur in January, February, and May, with staffing scale-up expected for bi-annual transitions in the spring. All contractors will be subject to an NDA.
    The document outlines a Request for Proposal (RFP) addressing IT support services for the House of Representatives. Key inquiries focus on staffing levels, support requirements, ticket volumes, response times, and the division of onsite versus remote work. It specifies that there is no small business set-aside, but subcontracting opportunities exist. The anticipated average monthly ticket volume varies across support tiers, with a significant increase during surge periods. Tier 3 support includes automation and proactive IT modernization, while contractors will collaborate on implementing tool upgrades. All contractors will need to adhere to a Non-Disclosure Agreement, and self-service training materials will be provided. Travel outside Washington, D.C. is anticipated, but no travel expenses will be covered. Additionally, contractors must be prepared for staffing scale-ups during Congressional transitions. This RFP represents a new requirement following a change in scope from existing services. Critical considerations include insights from previous service providers to address areas for improvement, guiding the new procurement approach.
    The "House Technology Alliance Program (H-TAP)" document outlines a solicitation for contractor support to provide technology services to the U.S. House of Representatives. The program seeks to augment existing IT staff with Tier 1, 2, and 3 technical support for end-users across Washington, D.C. and district offices, including during Congressional Transition periods. Key aspects include detailed scopes of administrative and technical services, specific competency and experience requirements for each tier, and clear definitions of service hours, response, and resolution times. The document also covers critical administrative details such as pricing, inspection and acceptance procedures, contract performance periods, suspension and debarment policies, payment for non-performance, and comprehensive contract administration guidelines. Confidentiality, media sanitization, and compliance with House rules and security requirements are emphasized throughout the solicitation.
    The House Technology Alliance Program (H-TAP) solicitation, OAM25035S, outlines requirements for technology service support to U.S. House of Representatives staff. The Office of the Chief Administrative Officer (CAO) seeks contractors to provide Tier 1, 2, and 3 technical support for end-user hardware, software, mobile devices, and peripherals in Washington, DC, and district offices. Services include troubleshooting, installations, and system administration, with specific responsibilities for administrative and technical support. The document details competencies, experience requirements, and a tiered support structure aligned with ITIL best practices. It also specifies service hours, response/resolution times, confidentiality, media sanitization, and security requirements, including NIST compliance and incident reporting. The contract period is from October 2025 to January 2, 2027, with potential extensions up to eight years, and emphasizes compliance with House policies and security protocols.
    The U.S. House of Representatives, specifically the CAO Office of Acquisitions Management, issued Amendment 0001 to Solicitation Number OAM25035S for the House Technology Alliance Program (H-TAP). This amendment provides answers to vendor questions and a revised RFP, extending the offer receipt deadline to September 12, 2025, at 2:00 PM ET. The solicitation seeks contractor support for Tier 1, 2, and 3 Technology Service Support for approximately 16,000 House staffers in Washington, DC, and 950 district offices nationwide. Services include end-user hardware/software troubleshooting, mobile device support, and system administration. Contractors must have specific technical competencies and adhere to strict confidentiality, security, and reporting requirements. The contract period is estimated from October 2025 to January 2, 2027, with options for extension up to 8 years. The document also outlines terms for payment, inspection, acceptance, and suspension/debarment.
    This document clarifies numerous questions regarding an RFP for IT Customer Solutions, covering various aspects from proposal submission guidelines to technical requirements and service level expectations. Key clarifications include the exclusion of the Executive Summary and Price Schedule from page limits, a confirmed due date of October 3rd, and specific page limits of 15 pages for technical and 5 pages for management proposals. The scope of work primarily involves end-user service desk support, with infrastructure-related issues handled by a separate team. The House confirms approximately 150 Member Offices with 1-3 district offices each, requiring 1-3 onsite visits per month. Background checks are required for all contractors, and House badges are not needed for Nationwide Field Technicians in district offices but vendor identification is. Tier 1/2 staff need to lift 50 pounds, but Tier 3 staff do not. The House uses Remedy for ITSM, requires monthly performance reviews, and encourages innovative approaches for AI/ML or RPA. The Service Contract Act applies, and OCONUS support includes US Virgin Islands, Northern Mariana Islands, Puerto Rico, American Samoa, Guam, Alaska, and Hawaii. Staffing numbers are set at 30 FTEs (10 Tier 1, 15 Tier 2, 5 Tier 3) with a surge to 55 during Congressional Transition.
    Amendment 0002 for Solicitation Number OAM25035S, issued on 09/19/2025, modifies the "House Technology Alliance Program (H-TAP)" RFP. The amendment provides answers to vendor questions, extends the proposal submission deadline to 2:00 PM ET on October 17, 2025, and issues a revised RFP. This solicitation from the U.S. House of Representatives, CAO Office of Acquisitions Management, seeks contractor support for Technology Service Support (Tier 1, 2, and 3) to House staff in Washington, DC, and district offices. The scope includes system maintenance, administration, and end-user support for various technologies. The contract period is from October 2025 to January 2, 2027, with options for extension up to 8 years.
    Amendment 0003 to Solicitation OAM25035S extends the proposal end date to October 31, 2025, at 2:00 PM ET for the U.S. House of Representatives' House Technology Alliance Program (H-TAP). This program seeks contractor support for Technology Service Support to House staff in Washington, DC, and district offices, encompassing Tier 1, 2, and 3 technical support. The scope includes end-user hardware, software, and mobile device support, as well as administrative and technical services like inventory maintenance and troubleshooting. The contract period is from October 2025 to January 2, 2027, with options for three 24-month extensions, totaling eight years. The document details service hours, response and resolution times, confidentiality, media sanitization, and security requirements, emphasizing data protection and incident reporting.
    Amendment 0004 to Solicitation OAM25035S extends the proposal submission deadline for the U.S. House of Representatives' "House Technology Alliance Program (H-TAP)" to 2:00 PM ET on November 28, 2025. This amendment primarily addresses the need for contractor support to provide tiered technology services—Tier 1 (Service Desk), Tier 2 (Technical Support), and Tier 3 (Expert Support)—to House staff in Washington, DC, and district offices. The scope of work includes end-user hardware/software troubleshooting, mobile device support, inventory management, and technical assistance, requiring a total of approximately 30 contractors, with an additional 25 during Congressional Transition periods. Key requirements include specific technical expertise, customer service skills, and adherence to defined response and resolution times. The document also outlines detailed clauses on confidentiality, media sanitization, security requirements, and contract administration, emphasizing compliance with House policies and federal regulations. The contract period is estimated from October 2025 through January 2, 2027, with options to extend up to three times for 24 months each, not exceeding a total of 8 years.
    The House Technology Alliance Program (H-TAP) seeks contractor support for technology services for the U.S. House of Representatives. This includes Tier 1, 2, and 3 technical support for end-users, covering hardware, software, mobile devices, and peripherals across Washington, D.C., and district offices. Contractors will provide administrative and technical services, including inventory management, troubleshooting, software installation, and cybersecurity remediation. The program requires approximately 30 contractors, with an additional 25 during Congressional Transitions. Strict confidentiality, data security, and media sanitization protocols are outlined, along with detailed invoicing, inspection, and performance requirements. The contract period extends up to 8 years, 6 months, with provisions for suspension, debarment, and non-performance remedies. All activities must adhere to House policies and security standards.
    This government file addresses various questions and clarifications regarding a federal RFP for IT support services, specifically for the House of Representatives. Key areas of discussion include staffing levels and ticket volumes across Tier 1, 2, and 3 support, the requirement for nationwide onsite and remote technical support, and the technical environment, including platforms like BMC Helix, Microsoft 365, and the transition from WorkspaceONE to Intune. The document also clarifies pricing structures, the period of performance starting March 1, 2026, and confirms that the McNamara-O'Hara Service Contract Act (SCA) does not apply. Additionally, it addresses security requirements, the potential for innovative approaches leveraging AI (with policies under development), and details for background checks and physical site visits for district offices. The House emphasizes that the RFP takes precedence over Q&A responses but intends to correct the RFP based on these clarifications.
    Amendment 0001 to Solicitation OAM25035S, issued by the U.S. House of Representatives, extends the proposal submission deadline to Friday, September 12, 2025, at 2:00 PM Eastern Time. This amendment, effective August 12, 2025, also provides answers to submitted questions and updates the solicitation language. Matthew Horn, the contracting officer, signed the amendment on October 30, 2025. All other terms and conditions of the original solicitation remain unchanged. This modification ensures that potential offerors have additional time and clarification for their submissions.
    Amendment 0002 to Solicitation OAM25035S, issued on September 3, 2025, by the U.S. House of Representatives CAO Office of Acquisitions Management, extends the proposal submission deadline to Friday, October 3, 2025, at 2:00 PM Eastern Time. Additionally, this amendment reopens the question period. Matthew Horn, the contact for information, can be reached at 202-226-0366 or matthew.horn@mail.house.gov. All other terms and conditions of the original solicitation, dated July 14, 2025, remain unchanged. This modification ensures offerors have additional time to submit proposals and clarify any inquiries.
    Amendment 0003 for Solicitation OAM25035S, issued by the U.S. House of Representatives, CAO Office of Acquisitions Management, extends the proposal submission deadline to Friday, October 17, 2025, at 2:00 PM Eastern Time. Additionally, this amendment updates the solicitation language as specified in OAM25035S 0002. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment in Block 10 of the Solicitation, Offer and Award Form.
    Amendment 0004 to Solicitation OAM25035S, issued by the U.S. House of Representatives on October 10, 2025, extends the proposal submission deadline. The new deadline for offers is Friday, October 31, 2025, at 2:00 PM Eastern Time. This amendment's primary purpose is to adjust the proposal end date, with all other terms and conditions of the solicitation remaining unchanged. Offerors must acknowledge receipt of this amendment as specified in the original solicitation. Matthew Horn, the contact person, can be reached for further information.
    Amendment 0005, dated October 17, 2025, modifies Solicitation Number OAM25035S, originally issued on July 14, 2025, by the U.S. House of Representatives, CAO Office of Acquisitions Management. The purpose of this amendment is to update the solicitation language as indicated in OAM25035S 0003. All other terms and conditions of the original solicitation remain unchanged. The amendment was signed by Matthew Horn on October 30, 2025.
    Amendment 0006 for Solicitation Number OAM25035S, issued by the U.S. House of Representatives on October 28, 2025, extends the proposal submission deadline to Friday, November 28, 2025, at 2:00 PM Eastern Time. Additionally, it opens a question period that will conclude on November 12, 2025. All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment in Block 10 of the Solicitation, Offer, and Award Form.
    Amendment 0007, dated October 30, 2025, modifies Solicitation Number OAM25035S issued by the U.S. House of Representatives, CAO Office of Acquisitions Management. This amendment provides all previous amendment forms, updates previously submitted questions (highlighted in yellow), and ensures that House.gov and SAM.gov are up to date. It also updates the solicitation language to normalize the current amendment count and removes all references to the Service Contract Act. The amendment specifies that there are no documents numbered 0004-0006. All other terms and conditions of the original solicitation remain unchanged. Matthew Horn is listed as the contact for information and as the authorized signer for the offeror.
    Amendment 0008, issued on November 21, 2025, modifies Solicitation Number OAM25035S from the U.S. House of Representatives, CAO Office of Acquisitions Management. The purpose of this amendment is to provide answers to submitted questions, extend the proposal due date to Wednesday, December 10, 2025, at 2:00 PM Eastern, and issue an updated Request for Proposal (RFP) labeled with 0008. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment.
    The provided document, likely part of a federal RFP, outlines numerous questions and clarifications regarding a government contract for IT support services. Key themes include proposal submission guidelines, page limits for various sections (administrative, resumes, past performance, pricing), and the exclusion of certain attachments. It also addresses the scope of work, including nationwide support requirements, staffing levels, and responsibilities for different IT tiers (Tier 1, 2, and 3). Questions regarding pricing formats, contract type (single or multiple awards), and the applicability of specific clauses like 'Most Favored Customer' and 'Software Escrow' are prominent. The document also seeks clarification on incumbent information, anticipated contract start dates, and details on service level agreements, including response and resolution times for both Washington D.C. and district offices.
    The document is a Q&A compilation for a government RFP regarding IT support services. Key aspects include the absence of an incumbent contractor, allowing new bids, and clarification on proposal submission requirements. Many questions address page limits for various proposal sections, with a general response indicating that administrative tabs, resumes for the Program Manager (and other support staff pre-onboarding), past performance references, and management plans are excluded from the 15-page limit, provided they don't introduce new technical information. The House prefers proposals to describe an outsourcing plan and is open to different pricing models for nationwide support, including travel costs. The anticipated contract start date is Q1FY26, with an estimated staffing of 30 contractors (10 Tier 1, 15-20 Tier 2, 1-2 Tier 3) and an additional 25 during congressional transition periods (November-February every two years). The main challenge is the conversion from Workspace One to Intune for endpoint management. The House uses BMC Helix for ticketing and manages approximately 13,000 devices. Innovative approaches and future cost savings will be considered in evaluations, with non-price factors being slightly more important than price.
    This government file addresses numerous questions and clarifications regarding an RFP for IT customer solutions, primarily focusing on page limits for proposals, technical requirements for support staff, and service level agreements (SLAs). Key points include confirmation that the Executive Summary is excluded from page counts, a breakdown of page limits for technical (15 pages) and management (5 pages) proposals, and clarification on staffing levels for Tier 1, 2, and 3 support, including surge periods. The document also details expectations for district office support, confirming that OCONUS includes several US territories beyond Alaska and Hawaii. The House requires vendors to propose their service level models and innovative approaches, with the understanding that various issues will have different SLA targets. Financial stability information is required, and background checks apply to all contractors and subcontractors. The House uses Remedy for ITSM, and vendors are encouraged to propose supplemental reporting capabilities beyond monthly reviews.
    The document outlines the Request for Proposal (RFP) for the House Technology Alliance Program (H-TAP) to support information technology services for the U.S. House of Representatives. The RFP seeks contractors to provide tiered technical support across Member offices and committees, ensuring optimal performance of IT systems and services. The scope includes Tier 1 (basic troubleshooting), Tier 2 (complex issue resolution), and Tier 3 (expert technical support) services. Key responsibilities involve troubleshooting hardware and software, managing network issues, maintaining inventories, and ensuring system security and functionality. Service delivery is expected during regular business hours and must accommodate 24/7 operational needs. The contractor must also comply with strict confidentiality and security protocols, especially regarding sensitive information. The period of performance spans from October 2025 through January 2, 2027, with options to extend up to eight years. Critical requirements include timely response and resolution of issues, rigorous adherence to quality standards, and regular communication with House representatives. This comprehensive framework ensures effective operational continuity within the House's IT environment, reflecting the government's commitment to supporting its legislative operations through technology.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    IT Support Specialist - Personal Services Contractor
    Buyer not available
    The U.S. Department of the Treasury is seeking an IT Support Specialist under a personal services contract to provide comprehensive technical assistance for its Office of Technical Assistance (OTA) based in Washington, DC. The selected candidate will deliver IT help desk support, manage hardware and software issues, ensure cybersecurity compliance, and assist with email and IT equipment management for OTA's global operations. This role is critical for maintaining the functionality of IT services across various international programs, with a salary range of $40.54 to $75.11 per hour based on experience. Interested applicants must submit their cover letter and resume via email to recruitment@ota.treas.gov, referencing Solicitation 2032K826R00001, with the application period open until December 26, 2025.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    Buyer not available
    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.
    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.
    Housing and Urban Development (HUD) Information Technology (IT) Services-Continuation of Services (HITS-CS), End User and Data Center Services
    Buyer not available
    The Department of Housing and Urban Development (HUD) is seeking a contractor to provide continued Information Technology (IT) services under the Housing and Urban Development Information Technology Services-Continuation of Services (HITS-CS) program, specifically focusing on End User and Data Center Services. The contractor will be responsible for the provisioning, management, storage, maintenance, backup, and operation of all infrastructure hardware, software, and support services necessary to maintain HUD’s enterprise-wide infrastructure, ensuring it meets strategic objectives and complies with federal legislation and executive orders. This procurement is critical for maintaining a stable and reliable IT infrastructure, which is essential for HUD's operations and the incorporation of innovative technologies to enhance performance. Interested parties can contact Travis Sutton at Travis.L.Sutton@hud.gov or La Shura M. Johnson at LaShura.M.Johnson@hud.gov for further information regarding this opportunity.
    Combined Building Operations, Maintenance and Electrical Support Services
    Buyer not available
    The United States Holocaust Memorial Museum (USHMM) is seeking qualified contractors to provide Combined Building Operations, Maintenance, and Electrical Support Services for its facilities located in Washington, DC, and Bowie, MD. The procurement aims to ensure optimal operation and maintenance of the Museum's complex HVAC, electrical, and plumbing systems, which are critical for the protection of artifacts and the safety and comfort of visitors and staff. This contract will consolidate previous agreements and includes a base performance period from contract award until September 30, 2026, with options for four additional twelve-month extensions, potentially extending the total term to sixty months. Interested parties must submit their proposals by December 10, 2025, and can direct inquiries to Chris Guy at cguy@ushmm.org or James Wesley at JWESLEY@USHMM.ORG.
    SFL-TAP, HRC, FORT KNOX, KY
    Buyer not available
    The Department of Defense, specifically the U.S. Army Human Resources Command (HRC), is seeking to award a sole-source bridge contract to Inverness Technologies for the Army's Transition Assistance Program (TAP) at Fort Knox, Kentucky. This contract is necessary to ensure the continuity of vital services during a five-month period from January 4, 2023, to June 3, 2023, while ongoing protests regarding a follow-on competitive award are resolved. The TAP is a congressionally mandated service that supports transitioning service members at 54 locations worldwide, highlighting its critical importance in facilitating smooth transitions for military personnel. Interested parties can reach out to Loralyn Skeeters at loralyn.d.skeeters.civ@army.mil or Deborah Davis-Maxwell at deborah.r.davis-maxwell.civ@army.mil for further details.
    HPE Hardware and Software Renewal
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure maintenance support for Hewlett Packard Enterprise (HPE) hardware and software. This procurement aims to ensure the continued security and operational integrity of the USCG network through annual maintenance, which includes technical support, security patch updates, and software release updates. The justification for this brand name procurement is based on the unique requirements of the HPE products, as outlined in FAR 16.505(a)(4)(i), which restricts the opportunity to a single manufacturer. Interested parties can reach out to Michael McFadden at Michael.A.McFadden@uscg.mil or by phone at 703-203-3198 for further details.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Information Management and Technology (IM&T) support services. The contract will focus on three primary areas: Program and Project Management, Software Development and Sustainment, and Data Management and Business Intelligence, aimed at modernizing digital infrastructure and business systems to enhance global Security Cooperation efforts. This initiative is critical for managing IT initiatives, developing software, integrating systems, and providing advanced analytics to support mission-driven decision-making. Interested firms must submit capability statements by December 31, 2025, at 1:00 PM EDT, via email to the primary contact, Darrell Joy, at darrell.l.joy2.civ@mail.mil, or the secondary contact, Anaya Porter, at anaya.a.porter.civ@mail.mil.
    TAPO Technical Support Services FMS
    Buyer not available
    The U.S. Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking technical support services under the TAPO initiative. The procurement aims to provide professional support in policy review and development, which is crucial for enhancing operational effectiveness and strategic planning within the command. This opportunity underscores the importance of specialized support services in maintaining the operational readiness and effectiveness of U.S. Special Operations forces. Interested parties can reach out to Aurelio Medina at aurelio.k.medina.civ@socom.mil for further details regarding the procurement process.
    IT Support Services
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service's Justice Prisoner and Alien Transportation System (JPATS), is seeking qualified vendors to provide IT Support Services for its Management Information System (JMIS) and Movement Packet (MPAC) systems. The procurement aims to secure sustainment, operations and maintenance (O&M), and lifecycle technical support for various systems, including Oracle APEX, GAMS, and JARS for scheduling, as well as a custom mobile application and cloud services. This support is crucial for the effective management of prisoner transportation operations, with the anticipated period of performance extending from October 1, 2026, to April 30, 2034. Interested vendors should submit their responses by December 18, 2025, and can contact Victor J. Stamps at victor.j.stamps@usdoj.gov or by phone at 816-519-3519 for further information.