Tech Sprint Consulting Services
ID: 2031JW25R00005Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of the Treasury, specifically the Office of the Comptroller of the Currency, is seeking proposals for Tech Sprint Consulting Services through a combined synopsis/solicitation. The primary objective is to engage qualified vendors to provide consulting services that facilitate the execution of tech sprints with federal financial regulatory entities, advising on strategy and execution while working virtually with clients. This opportunity is significant as it aims to enhance the operational capabilities of regulatory agencies in adapting to technological advancements. Proposals are due by April 9, 2025, at 5:00 PM ET, and interested vendors should direct inquiries to Joseph Cooper at joseph.cooper@occ.treas.gov. The contract period is set from May 1, 2025, to April 30, 2026, with a total evaluated price for the base year estimated at $81,600.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the terms and conditions of a government contract, primarily addressing contractor obligations under the Federal Acquisition Regulation (FAR). Key clauses include parameters for inspection and acceptance of materials and services, payment protocols, and risk of loss provisions. The contract stipulates that the government retains the right to inspect all work and materials, with requirements for timely invoicing and documentation. Additionally, it includes directives on amendments, disputes, termination clauses, and compliance with applicable laws and regulations. Specific FAR clauses relating to contractor conduct, reporting requirements, and employee rights are also incorporated. Emphasis is placed on contractor accountability for fulfilling contract conditions, ensuring quality, and adhering to fiscal compliance. This file serves as a vital framework for managing government contracting processes involving federal grants and requests for proposals (RFPs), ensuring thorough governance and oversight while facilitating contractor engagement in public project execution.
    The document outlines a federal Request for Proposal (RFP) related to the evaluation of labor costs and associated expenditures for an unspecified project over its base year. It details various labor categories, including positions such as Program Managers, a Logistics Manager, and specialized roles such as Network Engineer and Communication Specialist, with respective quantities but no unit prices provided. Fixed costs include a collaboration platform and reimbursements for materials capped at $75,000 and travel expenses limited to $6,600. The total evaluated price for the base year amounts to $81,600. Additionally, the RFP stipulates that labor rates incorporate all necessary costs, prohibiting additional markup on reimbursable expenses. Travel reimbursements must comply with Federal Travel Regulations, and all costs must adhere to specified guidelines without alterations by the offeror, reflecting the structured nature of government contracts. The document emphasizes clarity in financial expectations while ensuring compliance with federal regulations regarding costing and reimbursement, indicating a formal and evaluative approach typical in government procurement processes.
    This document addresses two key inquiries regarding a new federal contract with no incumbent. Firstly, it confirms that the contract is indeed brand new, indicating the opportunity for vendors to enter without prior competition. Secondly, it clarifies that vendors are allowed to adjust the pricing sheet: they can either stick with the labor categories and hours provided by OCC or create an additional section with their own pricing based on their specific staffing plan and estimated effort levels. This flexibility is intended to encourage proposals that reflect each vendor's unique approach while ensuring they align with the overall requirements of the contract. The responses indicate an effort to promote competitiveness and innovation among potential offerors in this procurement process.
    The document addresses various inquiries related to a federal RFP, focusing on labor categories and project expectations. It clarifies that roles like Network Engineer and AV Specialist, although listed in the pricing sheet, are not required, and vendors should propose their estimated hours on the pricing sheet as those listed for PM roles are merely placeholders. The contract operates on a Time & Materials basis, indicating that vendors are responsible for accurately estimating hours based on assigned tasks. Additionally, vendors are instructed to incorporate full licensing costs for collaboration tools like Teams, Jira, and Miro in their proposals. It is also emphasized that participants will engage primarily through verbal insights while vendors manage the tools. This document is part of a larger context concerning government RFPs and grants, aiming to establish clear guidelines and expectations for vendors, ensuring a thorough understanding of the project's operational framework and deliverables.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking to justify an exception to fair opportunity for the procurement of additional laptops, batteries, and peripherals. This modification aims to enhance the OCC's operational capabilities by ensuring that staff have the necessary equipment to perform their duties effectively. The procurement is critical for maintaining the efficiency of IT and telecom business applications and development support services. Interested parties can reach out to Marlon Holland at marlon.holland@occ.treas.gov or by phone at 202-897-7033 for further details regarding this opportunity.
    Support Services at Highlands Ranch Data Center
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency, is seeking support services for the Highlands Ranch Data Center in Colorado. This procurement is based on a sole source justification, indicating that the services required are specialized and not readily available from multiple vendors. The services are crucial for maintaining the operational integrity of IT and telecom data center products, which play a vital role in the department's data management and processing capabilities. For further inquiries, interested parties can contact Karen A. Green at karen.green@occ.treas.gov.
    Notice of Intent to Sole Source – Inside Mortgage Finance Publication
    Treasury, Department Of The
    The Office of the Comptroller of the Currency (OCC) intends to award a firm fixed price contract on a sole source basis to Inside Mortgage Finance Publications for a subscription covering critical regulatory, political, legislative, and market issues in the residential mortgage sector. This subscription will provide essential insights, including mortgage industry statistics, exclusive quarterly rankings of top originators and servicers, and coverage of significant congressional and regulatory actions affecting the industry. The contract period is set from January 8, 2026, to January 7, 2027, with four additional option periods available. Interested parties may submit information by the requested date, as the OCC will consider responses to determine if a competitive procurement is warranted.
    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.
    OCC’s Supplier Registration Database
    Treasury, Department Of The
    The Treasury Department's Office of the Comptroller of the Currency (OCC) is issuing a Special Notice encouraging vendors to update their information in the OCC Supplier Registration Database. This database is crucial for the agency's early market research and identification of potential business opportunities. With the transition from DUNS numbers to Unique Entity Identifiers (UEI), vendors must provide their UEI ID for registration, obtainable through SAM.gov. The OCC uses this data to inform businesses about events and promote opportunities, particularly for small, minority-, and women-owned businesses, aligning with its commitment to diversity in procurement. To learn about doing business with the OCC, visit their dedicated webpage.
    IT Operational Support Services IDIQ
    Library Of Congress
    The Library of Congress is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for IT Operational Support Services, aimed at providing comprehensive support for the operation and maintenance of IT systems. This contract will encompass a wide range of IT services, including network support, database management, and cloud operations, with a focus on compliance with federal IT security standards and the Library’s Systems Development Life Cycle (SDLC). The contract has a minimum value of $10,000 per task order and a maximum aggregate value of $150,000,000 over a five-year period, from May 1, 2026, to April 30, 2031. Interested parties should review the attached solicitation for detailed requirements and submit their proposals by the specified deadlines, with inquiries directed to Tiffany Lucas at tluc@loc.gov or Stephanie Boone at sboone@loc.gov.
    Bureau of Engraving and Printing (BEP) Request for Information (RFI) - R&D Overt Security Features - FY26
    Treasury, Department Of The
    The Bureau of Engraving and Printing (BEP) within the Department of the Treasury has issued a Request for Information (RFI) seeking innovative overt security features aimed at deterring counterfeiting of future U.S. currency. The BEP is particularly interested in technologies and materials that are not currently available in the commercial market or public domain, which are challenging to replicate and can be easily verified by the public without the need for external devices. This initiative is crucial for enhancing the security of U.S. currency, ensuring its integrity and public trust. Interested parties are invited to submit preliminary samples along with a brief technical description to Chris Dollberg by November 15, 2026, at 2:00 PM Eastern Standard Time, and should refrain from including any proprietary or sensitive information in their responses.
    Program Officers - Personal Services Contractor
    Treasury, Department Of The
    The U.S. Department of the Treasury is seeking qualified candidates for the position of Program Officers under personal services contracts within its Office of Technical Assistance (OTA) in Washington, DC. The selected individuals will provide essential administrative and logistical support for various international technical assistance projects across five functional areas, including economic crimes and financial accountability, by managing advisor contracts, travel arrangements, and project documentation. This role is crucial for the effective deployment of expert advisors to over 50 countries, ensuring the success of OTA's mission in developing and transitional nations. Interested applicants must submit a cover letter and resume to recruitment@ota.treas.gov, referencing Solicitation 2032K825R00017, by December 31, 2025, with a competitive hourly rate ranging from $33.50 to $63.17 based on experience.
    Senior Advisor - Personal Services Contractor
    Treasury, Department Of The
    The U.S. Department of the Treasury is seeking a qualified individual to serve as a Senior Advisor under a personal services contract for its Office of Technical Assistance's Banking & Financial Services Team. The role requires extensive international travel and involves providing strategic advice, technical assistance, and capacity building to financial institutions in developing and transitional economies, focusing on areas such as financial inclusion, bank supervision, and financial stability. This position is critical for supporting U.S. economic and national security objectives globally. Interested candidates must be U.S. citizens and can apply by submitting a cover letter and resume to recruitment@ota.treas.gov, referencing Solicitation 2032K826R00002, with applications accepted until April 30, 2026.
    Electronic Business Center RFI
    Commerce, Department Of
    The Department of Commerce, specifically the United States Patent and Trademark Office (USPTO), is seeking qualified small businesses to provide technical support for its Electronic Business Center (EBC) through a Sources Sought notice. The EBC is responsible for assisting external stakeholders with the USPTO's electronic patent systems, including the Patent Center and trademark filing systems, and requires comprehensive support services such as technical troubleshooting, account management, and customer service. This opportunity is crucial for maintaining efficient operations within the intellectual property community, with a contract value exceeding $25 million and a performance period extending from June 2026 to December 2031. Interested parties should submit their responses, detailing relevant experience, by December 19, 2025, to the primary contact, Denise Sanders, at denise.sanders@uspto.gov.