Secure Courier Services
ID: 2043FY-25-R-00002Type: Combined Synopsis/Solicitation
Overview

Buyer

TREASURY, DEPARTMENT OF THEINTERNAL REVENUE SERVICESOUTHEAST REGIONCHAMBLEE, GA, 30341, USA

NAICS

Armored Car Services (561613)

PSC

SUPPORT- ADMINISTRATIVE: COURIER/MESSENGER (R602)
Timeline
    Description

    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking proposals for secure courier services to transport cash remittances from Taxpayer Assistance Centers (TACs) to Treasury General Account (TGA) cash vaults. The procurement is structured as a Firm Fixed-Price Agreement, encompassing a base year with four optional extension years, and emphasizes the importance of security, regulatory compliance, and operational efficiency in handling sensitive financial transactions. Interested contractors must demonstrate their technical approach, past performance, and pricing fairness, with proposals due by February 18, 2025. For further inquiries, potential bidders can contact Courtney Alston at Courtney.K.Alston@irs.gov or Najibullah Abrahimkhail at najibullah.abrahimkhail@irs.gov.

    Point(s) of Contact
    Najibullah Abrahimkhail
    najibullah.abrahimkhail@irs.gov
    Files
    Title
    Posted
    The document lists various agencies across the United States, detailing their respective addresses, authorized personnel, and contact numbers. It categorizes each agency's operations as either 'Daily' or 'SPU' (Specialized Program Unit), indicating the frequency of service or availability. The agencies are located in various states such as New York, California, Texas, and Florida, representing a broad geographic distribution. Key personnel and their contact details are identified for each location, providing direct points of communication for potential collaborators or stakeholders. The extensive compilation showcases the federal government's outreach and operational framework at the state and local level, which may be relevant for individuals or organizations involved in federal grants or RFP processes. The focus on contact accessibility underscores the government's intention to facilitate partnerships and communication related to grant opportunities and service requests. Overall, this catalog serves as a resource for enhancing inter-agency collaboration and streamlining responses to RFPs and grants across multiple jurisdictions.
    The document provides instructions for the Form 10160-A, which serves as the Field Assistance Receipt used for the transport of Internal Revenue Service (IRS) deposits from Taxpayer Assistance Centers (TAC) to banks. It outlines sections for critical details including the location of the TAC, date and time of deposit pick-up, names and signatures of IRS and courier employees, as well as the number and serial numbers of the bank deposit bags and their respective dollar amounts. Additionally, the form requires bank employee verification upon receipt of the deposits, with sections designated for their names, signatures, and timestamps. This document is essential for maintaining accurate record-keeping and accountability in the transfer of funds, emphasizing security protocols through tamper-evident bank deposit bags. By detailing each step and required information, it ensures compliance with federal policies related to financial transactions, ultimately reflecting the IRS's commitment to transparency and the proper handling of taxpayer funds.
    The Courier’s Additional Disclosure Statement (CADS) outlines the responsibilities of Couriers transporting IRS deposits regarding familial relationships. It mandates that Couriers disclose any immediate family members who also serve as Couriers, ensuring they do not travel together. The statement requires Couriers to list the names and relationships of family members working with them and emphasizes the importance of updating this document within 24 hours of any changes in these relationships. The document concludes with a section for the Courier to sign, indicating their understanding, and a space for an official agency signature. This procedure is essential for maintaining security protocols in the transport of sensitive IRS financial data.
    The document titled "Sample - Courier Deposit Access List (CDAL)" provides a template for outlining authorized personnel able to access courier deposit services. The purpose of this list is to streamline the identification of individuals authorized to handle deposits, ensuring accountability and security within the process. It is structured in a way that allows for easy modification according to organizational needs, detailing necessary information such as names, job titles, and respective access levels. This document is pertinent in the context of government Requests for Proposals (RFPs), federal grants, and state and local RFPs as it emphasizes adherence to regulatory compliance, outlines operational protocols for financial transactions, and enhances logistical efficiency. A well-maintained access list aids in managing the flow of sensitive financial information, thereby mitigating risks associated with unauthorized access or mishandling of deposits. Overall, the CDAL serves as an important tool for maintaining operational integrity and security in handling governmental financial transactions.
    The Department of the Treasury's Subcontracting Plan Outline provides federal contractors with guidelines to promote the involvement of small businesses in federal contracts. The document outlines specific subcontracting goals for fiscal year 2025, which include 25% for small businesses, 5% for small disadvantaged businesses, and 3% for HUBZone businesses, among others. The plan requires contractors to detail their expected subcontracting expenditures and methods for identifying potential subcontractors that meet the outlined business categories. A central portion of the plan involves documenting efforts to ensure equitable opportunity for small businesses, including outreach activities and compliance with FAR regulations. The contractors must also describe their procedures for timely payments to small business subcontractors and provide reports on their subcontracting efforts to relevant government authorities. The structure of the document includes sections for contractor information, detailed subcontracting goals, methodologies for development and identification of business sources, and avenues for record-keeping and reporting. Overall, the plan emphasizes the federal government's commitment to fostering small business participation in federal contracts to enhance competition and address economic disparities in various business sectors.
    The document titled "Contractor Past Performance Questionnaire" is a tool used to evaluate a contractor's past performance for government contracts. It aims to assess performance in essential areas such as quality, timeliness, cost control, business relations, and customer satisfaction. Evaluators rate the contractor on a scale ranging from Excellent to Unsatisfactory for specific questions regarding issue identification, technical document preparation, management of multiple projects, use of innovative technologies, stakeholder engagement, and resources provided. Each question is supplemented by a comment section for detailed feedback. The questionnaire is to be returned by February 18, 2025, to the designated IRS procurement contact. The information gathered will help determine potential risks associated with the contractor's past performance and ensure informed decision-making for future contracts, reflecting the rigorous process that underpins federal and state/local procurement activities. Overall, it emphasizes the importance of a contractor's previous work in mitigating risks associated with future government contracts.
    The document outlines a pricing sheet for courier services under a government RFP, detailing the structure for multiple years of service. It includes provisions for a base year and four optional extension years, along with a potential six-month extension. Each section lists specific service categories—Courier Services, Special Pickups for Other Business Units and Field Assistance, and options for new locations—alongside their respective quantities and operational months. The form maintains a consistent quantity and timeframe throughout the base and option years, indicating a standard service requirement across the contract's duration. The total contract price is mentioned but not specified in detail within the document. The overall purpose is to establish a clear framework for contract pricing related to courier services, which is essential for federal procurement processes, ensuring compliance with federal guidelines while providing structured payment options for expected services.
    The document outlines a Request for Proposal (RFP) for armored car services issued by the Internal Revenue Service (IRS). The primary focus is to procure secure courier services for transporting cash remittances from Taxpayer Assistance Centers (TACs) nationwide to Treasury General Account (TGA) cash vaults. The contract will be a Firm Fixed-Price Agreement consisting of a base year and four optional years, emphasizing full competition based on the NAICS code 561613. Proposals must include a technical approach, past performance examples, and pricing, evaluated across three primary factors: understanding of the requirements, relevant past accomplishments, and pricing fairness. Key responsibilities for the contractor include ensuring the security of services, maintaining qualified personnel, proper training, and adherence to regulatory requirements. The contractor must also develop a Disaster Contingency Plan, provide proof of bonding and insurance, and comply with strict operational guidelines. The RFP sets clear deadlines for proposal submissions and inquiries and articulates performance standards and penalties for non-compliance. This solicitation underscores the IRS's commitment to safe transportation of sensitive funds, as well as adherence to operational efficiency and regulatory compliance in handling taxpayer funds.
    Lifecycle
    Title
    Type
    Secure Courier Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Newspaper and Periodical Delivery Solicitation
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking proposals from qualified small businesses for a Blanket Purchase Agreement (BPA) to provide newspaper and periodical delivery services. The procurement aims to ensure timely access to essential publications for Treasury operations, supporting its mission in economic development and financial management. The contract will span a base period of one year, starting May 15, 2025, with four optional renewal periods extending to May 14, 2030, and a maximum estimated value of $375,000 based on future orders. Interested vendors must submit their proposals electronically by February 19, 2025, and can direct inquiries to Michelle A. Greene at michelle.a.greene@irs.gov.
    Various IRS Mailers
    Buyer not available
    The United States Government Publishing Office is seeking proposals for the procurement of various mailers for the Internal Revenue Service (IRS). This contract involves commercial printing services, specifically focusing on the production of printed materials that may include forms, notices, and other IRS-related documentation. These mailers play a crucial role in the IRS's communication strategy, ensuring that taxpayers receive important information in a timely and efficient manner. Interested vendors can reach out to Stacy Bindernagel at sbindernagel@gpo.gov or call 202-512-2103 for further details regarding the solicitation process.
    POSTAGE MACHINE AND CERTIFIED MAIL SOFTWARE
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking capable sources to provide a high-volume postage machine and certified mail software that complies with the upcoming Intelligent Mail Indicia (IMI) technology mandated by the USPS. This procurement is critical as the outdated Information-Based Indicia (IBI) technology will be decertified after December 31, 2024, necessitating a transition to ensure compliance and uninterrupted service. The project will include a base period followed by four option years, focusing on enhancing postal service efficiency for the Treasury Operations at the Main Treasury Building in Washington, DC, and will require advanced connectivity, user-friendly interfaces, automated feeding, comprehensive reporting capabilities, and secure network integration. Interested vendors should monitor the System for Award Management (SAM) website for updates on the Request for Proposal (RFP), anticipated for March, and can contact Michelle A. Greene at michelle.a.greene@irs.gov for further inquiries.
    IRS Office of the Chief Information Officer (CIO) Product Management Support
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified contractors to provide Product Management Support for its Office of the Chief Information Officer (CIO) as part of a digital transformation initiative. The primary objectives include enhancing taxpayer services through a customer-centric approach, establishing a Product Management Community of Practice, and developing systems for user feedback to improve IRS IT processes and efficiency. This initiative is crucial for modernizing the IRS's engagement with taxpayers, ensuring effective online management of tax responsibilities while streamlining internal operations. Interested parties must submit a capability statement by February 27, 2025, to Nicole Myers at nicole.k.myers@irs.gov, with all responses treated as proprietary for planning purposes.
    IRS-EA-4363-RFI
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified contractors to support its Enterprise Architecture (EA) modernization strategy and design efforts through a Request for Information (RFI) titled IRS-EA-4363-RFI. The IRS aims to enhance its technology infrastructure by gathering insights on contractors' capabilities in areas such as governance, incident response in multi-cloud environments, and compliance with federal standards like FISMA, while also focusing on innovative practices and emerging trends in enterprise architecture. This initiative is crucial for improving IRS operational efficiency and aligning IT investments with business strategies, with responses due by February 26, 2025. Interested vendors should direct inquiries to Ryan Dolan at Ryan.M.Dolan@irs.gov.
    IRS EA 4365 Cloud Architecture & Design Support RFI
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to provide cloud architecture and design support as part of its Enterprise Architecture (EA) modernization strategy. The primary objectives of this procurement include developing cloud architecture, managing digital disruptions, and enhancing customer engagement, all while ensuring compliance with federal standards and optimizing IT investments. This initiative is crucial for modernizing the IRS's IT infrastructure and transitioning to cloud-based solutions, which will improve efficiency and reduce costs. Interested vendors, particularly those within the Small Business Administration's 8(a) Program, must submit their qualifications and capabilities by March 4, 2025, with a maximum submission limit of 15 pages. For further inquiries, vendors can contact Davida Patton at davida.e.patton@irs.gov.
    REQUEST FOR INFORMATION: Internal Revenue Service Pega Platform Support Commercial-off-the-Shelf (COTS) Blanket Purchase Agreement (BPA)
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking vendors to provide support for the Pega Platform through a Blanket Purchase Agreement (BPA). This initiative aims to facilitate the IRS's transition from legacy systems to a cloud-based Enterprise Case Management (ECM) platform, requiring expertise in configuration, licensing, and technical support for Pega’s low-code software solutions. The BPA will encompass the acquisition of Pega COTS software licenses and configuration support, with a focus on enhancing IRS efficiency in case management and taxpayer services over a five-year period, including a base year and four option years. Interested vendors must submit their qualifications and responses to the Request for Information (RFI) by March 4, 2025, and can contact Brian Driscoll or Christina Nortey for further details.
    CFIUS Case Mangement System and Outbound Notify System
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to support the development of a CFIUS Case Management System (CMS) and Outbound Notify System (ONS). The procurement aims to gather detailed information from potential contractors regarding their capabilities in areas such as Low Code/No Code solutions, DevOps practices, and experience in GCC High environments, as well as their past performance and compliance with federal contracting standards. This initiative is critical for enhancing the efficiency and security of sensitive government operations related to foreign investment reviews. Interested parties should direct inquiries to Gerardo Ilaria at gerardo.ilaria@irs.gov, as the opportunity is currently in the Sources Sought phase, and specific deadlines for submissions will be communicated in subsequent announcements.
    Protective Security Officer (PSO) services at the IRS facility in Andover, MA
    Buyer not available
    The Department of Homeland Security, through its Federal Protective Service, is seeking proposals for Protective Security Officer (PSO) services at the IRS facility located in Andover, Massachusetts. This procurement is structured as a competitive 8(a) small business set-aside, aiming to establish a fixed-price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract that spans five years, including one base year and four optional years, with performance expected to commence on July 1, 2025. The services are critical for ensuring the safety and security of federal facilities, reflecting the government's commitment to maintaining a secure environment. Interested contractors must submit their proposals by the new deadline of March 6, 2025, at 5:00 PM EST, and can direct inquiries to Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov or by phone at 267-717-9993.
    Logistics Services
    Buyer not available
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, is seeking capable vendors to provide logistics services as outlined in their Sources Sought notice. The primary objective of this procurement is to facilitate the transportation, handling, inventory, and installation of government-owned assets, including office equipment and sensitive records, for the Federal Mine Safety and Health Review Commission (FMSHRC). This initiative is crucial for ensuring efficient operations while maintaining the safety and confidentiality of sensitive materials during the relocation process. Interested vendors must submit their documentation of capabilities by February 24, 2025, and can direct inquiries to Kaity Eaton or Paul White at purchasing@fiscal.treasury.gov.