Procurement Data Pilot (under SAT)
ID: 47QPCA26Q0006Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONFEDERAL ACQUISITION SERVICETTS OFFICE OF AQUISITIONWASHINGTON, DC, 20405, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

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

    The General Services Administration (GSA) is seeking quotes for a three-month Procurement Data Pilot, which involves acquiring an artificial intelligence (AI) analysis platform to enhance procurement data analysis. The primary objective of this procurement is to unify procurement views, detect hidden contracts, identify non-compliant or duplicate spending, benchmark pricing, and track renewals, ultimately aiming to uncover inefficiencies and financial exposures in GSA contracts. This opportunity is set aside for small businesses under NAICS code 513210 (Software Publishers) and PSC DA10, with a firm-fixed-price contract anticipated. Interested vendors must submit their quotes by November 17, 2025, at 12:00 PM ET to Kenny Yiu at kenny.yiu@gsa.gov, and are encouraged to provide competitive pricing while demonstrating the technical capabilities of their AI platform.

    Point(s) of Contact
    Files
    Title
    Posted
    The General Services Administration (GSA) Federal Acquisition Service (FAS) Technology Transformation Services (TTS) is issuing Request for Quote (RFQ) 47QPCA26Q0006 for a Procurement Data Pilot. This RFQ, amended as 0001, seeks a three-month license for an AI analysis platform to establish a purchase order under the simplified acquisition threshold. Key dates include a posting date of November 5, 2025, a questions due date of November 10, 2025, and a closing date of November 17, 2025, at 12:00 PM ET. Submissions are via email to Kenny Yiu at kenny.yiu@gsa.gov. This is a Small Business Set-Aside with NAICS code 513210 (Software Publishers) and PSC DA10. Required quote contents include administrative information (ASSIST and VCSS registration, OCI declaration), a technical and past performance narrative detailing AI tool functionalities and past use, and a price quote using Attachment 2. The government seeks discounted pricing and will evaluate quotes based on best value, with technical factors being more important than price. The AI use will not involve "High-Impact" AI, and TTS TechAcq reserves the right to publish non-confidential acquisition documents and data.
    The General Services Administration (GSA) released an RFP for a three-month Procurement Data Pilot, seeking an AI platform to unify procurement views, detect hidden contracts and non-compliant/duplicate spending, benchmark pricing, and track renewals. The AI tool must be ready for immediate deployment and capable of parsing raw procurement documents, which may contain PII and CUI. While no specific KPIs are defined for this non-performance-based acquisition, the desired outcome is to identify inefficiencies and financial exposure in GSA contracts. The deadline for quotes was extended to November 17, 2025. No exceptions to terms and conditions will be considered, and only one award will be made. The platform may be hosted in the vendor's environment, and a full FedRAMP designation is not required, though an agency ATO will be needed post-award. The AI platform as a whole must meet Section 508 requirements. Lawful permanent residents are acceptable personnel.
    This document outlines the Organizational Conflict of Interest (OCI) Declaration required for respondents in government solicitations. Its purpose is to ensure transparency and mitigate potential conflicts that could compromise fair competition or government interests. Respondents must certify whether they are aware of any potential OCI. If such awareness exists, a disclosure statement detailing the information must be attached. Furthermore, if specific conflicts are identified, the respondent is mandated to include an OCI mitigation plan proposing measures to avoid, mitigate, or neutralize these conflicts. The document refers to Federal Acquisition Regulation (FAR) 9.5 and 3.1104 for additional guidance on conflicts of interest. The declaration requires preparation by an authorized individual from the respondent's company, including their name, title, company, and date.
    The provided document is a price sheet for a
    The General Services Administration (GSA) is conducting a three-month Procurement Data Pilot using an AI analysis platform. This pilot aims to identify inefficiencies and hidden financial exposures in GSA contracts by analyzing procurement data. The AI platform must offer functionalities such as a unified procurement view, hidden contract detection, duplicate spend mapping, non-compliant spend detection, commercial pricing benchmarking, renewal tracking, and custom metrics. It will be deployed within the GSA IT environment, with a TTS engineering team feeding data and GSA leaders analyzing results. Key personnel include Contracting Officer Kenny Yiu. The purchase order is a firm-fixed-price contract with specific invoicing procedures and strict security, data, and accessibility requirements, including adherence to GSA IT security policies, protection of Controlled Unclassified Information (CUI) and Personally Identifiable Information (PII), and Section 508 compliance for accessibility. The government retains data rights, opting in or out of AI model training, and explicitly incorporates OMB Memorandum M-25-22 terms for AI systems. Limitations on releasing contract award information to the public, news media, and Congress are also outlined. The document incorporates numerous FAR and GSAR provisions and clauses by reference, covering various aspects from instructions to offerors and payment certifications to whistleblower rights and environmental considerations.
    The U.S. Office of Management and Budget (OMB) memorandum M-25-22 incorporates Government Terms and Conditions (GTC) for AI Systems into Purchase Orders (PO) to ensure responsible AI acquisition and use. The GTC defines key terms like AI System, Custom Development, Government Data, and PII, establishing clear intellectual property rights where the Government retains ownership of all Government Data and Custom Developments, granting the Contractor a limited license solely for PO performance. Contractors must disclose AI system use, use only American AI, and are prohibited from using Government Data for advertising, training models, or retaining it beyond the PO scope. Strict data handling, privacy, and security measures are mandated, including PII controls, data localization, and logical/physical segregation of Government Data. The GTC outlines audit and compliance obligations, requiring incident notification, comprehensive documentation, human oversight, and feedback mechanisms. It emphasizes data portability, interoperability, and mandates gratuitous migration services post-contract. Change management requires advance notice and Government approval, with version control and rollback capabilities. Contractors must adhere to
    The "IT Security Procedural Guide: Security and Privacy Requirements for IT Acquisition Efforts" outlines comprehensive security and privacy regulations for U.S. General Services Administration (GSA) IT acquisition contracts. It covers various information system types, including external, internal, Low Impact Software as a Service (LiSaaS), cloud, mobile applications, and nonfederal systems handling Controlled Unclassified Information (CUI). The guide mandates compliance with federal laws, regulations, and GSA policies, emphasizing adherence to FISMA of 2014, OMB Circular A-130, and NIST Special Publication 800-53, Revision 5. Key aspects include security compliance requirements, essential security controls, Assessment and Authorization (A&A) activities, and continuous monitoring. It also details GSA privacy requirements, particularly for Personally Identifiable Information (PII), and outlines additional stipulations regarding security documentation, software attestation, audits, and prohibitions on specific foreign technology. The purpose is to establish consistent security and privacy standards to protect GSA's information systems and assets.
    This government file outlines comprehensive security controls for federal, state, and local agencies, focusing on remote and wireless access, mobile device security, and robust account management. It details requirements for access enforcement, incident handling, and the protection of audit information. Key provisions include strict protocols for information exchange, continuous monitoring strategies, and baseline configurations for systems and their components. The document also addresses physical and environmental protection, covering aspects like emergency lighting, fire protection, water damage prevention, and controlled delivery/removal of system components. Emphasis is placed on managing identifiers and authenticators, maintaining physical access authorizations and logs, and ensuring transparency through privacy program information dissemination. The controls aim to reduce cybersecurity risks across the supply chain, requiring prime contractors to implement and flow down these requirements to sub-tier contractors.
    The General Services Administration (GSA) Federal Acquisition Service (FAS) Technology Transformation Services (TTS) has issued Request for Quote (RFQ) #47QPCA26Q0006 for a Procurement Data Pilot. This RFQ seeks a three-month license for an Artificial Intelligence (AI) analysis platform/tool to be used for a short-term procurement data pilot. The procurement is a Small Business Set-Aside with a NAICS Code of 513210 (Software Publishers) and a Product Service Code (PSC) of DA10. Quotes are due by November 12, 2025, at 12:00 PM ET and must be submitted to Kenny Yiu at kenny.yiu@gsa.gov. The evaluation will prioritize technical factors over price, and the government intends to award a purchase order based on initial quotes. Respondents must confirm registration in ASSIST and VCSS, submit an Organizational Conflict of Interest (OCI) declaration, detail the AI platform's functionalities, and provide a firm-fixed price quote using Attachment 2 – Vendor Price Sheet.
    This document is a Standard Form 1449,
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    J&A - Autodesk, Inc. Software Open Market
    Buyer not available
    The General Services Administration (GSA) is seeking to procure software from Autodesk, Inc. through an open market justification. This procurement involves business application software that will be utilized under a perpetual license, specifically categorized under IT and Telecom services. The software is essential for various operational needs within the GSA, emphasizing the importance of reliable and efficient business applications in government operations. Interested vendors can reach out to April McNellie at april.mcnellie@gsa.gov or Phil Cleveland at phillip.cleveland@gsa.gov for further inquiries regarding this opportunity.
    Multiple Award Schedule
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for a Multiple Award Schedule under the Federal Acquisition Service, specifically managed by the GSA/FAS Furniture Systems Management Division. This procurement is a combined synopsis/solicitation for commercial items, aimed at acquiring a range of professional, scientific, and technical services as classified under NAICS code 541990. The services procured through this opportunity are vital for supporting various federal operations and ensuring efficient service delivery. Interested vendors can reach out to the National Customer Service Center at NCSCcustomer.service@gsa.gov or call 800-488-3111 for further information, as proposals are currently being requested with no written solicitation to be issued.
    Analytical Support for OPA
    Buyer not available
    The General Services Administration (GSA) is seeking analytical support services for the Office of People Analytics (OPA) through a Justification and Approval (J&A) for other than full and open competition. The procurement aims to increase the contract ceiling of the existing single-award firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract (47QFPA18D0004) to ensure the continuous provision of essential data analytics services, which include project management support, research and survey design, data analysis assistance, and technical support. These services are critical for OPA's mission to enhance data-driven decision-making within the Federal Government. Interested parties can reach out to Abdalia Smith at abdalia.smith@gsa.gov or Alberto V. Gomez at alberto.gomez@gsa.gov for further information regarding this opportunity.
    Limited Source Justification - Autodesk, Inc. Software
    Buyer not available
    The General Services Administration (GSA) is seeking to justify a limited source procurement for software from Autodesk, Inc., specifically in the category of IT and Telecom - Business Application Software. This procurement aims to acquire perpetual license software that is essential for various government operations, ensuring that the GSA can maintain its technological capabilities and support its mission effectively. The software will be utilized primarily in San Antonio, Texas, where it will play a critical role in enhancing productivity and operational efficiency. Interested parties can reach out to April McNellie at april.mcnellie@gsa.gov or by phone at 817-850-8192 for further details regarding this opportunity.
    Justification for Other Than Full and Open Competition - Symphony Software Licenses
    Buyer not available
    The General Services Administration (GSA) is seeking to award a sole source contract to Apex Logic, Inc. for the procurement of Symphony Procurement Suite Licenses, which are essential for automating pre-award proposal management, source selection, and evaluation processes under the GSA Alliant 3 Governmentwide Acquisition Contract (GWAC) program. The Symphony software, developed exclusively by Apex Logic, Inc., is critical for the GSA's operations, having previously demonstrated significant time and labor savings, and is necessary as an interim solution until the transition to the enterprise-wide CALM system is completed. The estimated firm-fixed-price contract is valued at $828,000.00 for a base year and two option periods, with inquiries directed to Isaiah Wilcox at isaiah.wilcox@gsa.gov or by phone at 202-820-7338.
    USAF Distributed Common Ground System (DCGS) Justification
    Buyer not available
    The General Services Administration (GSA) is issuing a Justification for the issuance of an Exception to Fair Opportunity order related to the USAF Distributed Common Ground System (DCGS). This procurement aims to acquire professional support services, as outlined in the attached justification document, which details the requirements and compliance with federal regulations. The services are critical for enhancing the operational capabilities of the USAF's intelligence, surveillance, and reconnaissance missions. Interested vendors can reach out to Ryan Sugiyama at ryan.sugiyama@gsa.gov or call 253-931-7234 for further inquiries regarding this opportunity.
    Advance Notices - Site G -Managed Services Support for Government-Owned Pharmaceutical, Medical Supplies, and Medical Equipment
    Buyer not available
    The General Services Administration (GSA) is planning to procure Managed Services Support for Government-Owned Pharmaceutical, Medical Supplies, and Medical Equipment at Site G, with a Request for Proposal (RFP) expected to be released in February 2026. This procurement will involve services related to the storage, management, maintenance, and logistics of medical products within the U.S. The GSA will host a Virtual Industry Day on December 16, 2025, followed by Virtual Due Diligence sessions on December 17 and 18, 2025, to provide interested Industry Partners (IPs) with insights into the requirements and to facilitate technical inquiries. Interested parties must submit a signed Non-Disclosure Agreement (NDA) by December 12, 2025, to receive draft RFP documents and participate in the sessions. For further information, contact Natalia Belinsky at natalia.belinsky@gsa.gov or Elizabeth Steiner at elizabeth.steiner@gsa.gov.
    NSN 9310-01-083-5212 Paper, cover
    Buyer not available
    The General Services Administration (GSA) is seeking quotes for the procurement of NSN 9310-01-083-5212, which pertains to cover paper, with a total quantity of 500 boxes. The solicitation outlines specific requirements for the paper, including a basis weight of 50.00 lbs, long grain direction, and compliance with environmental standards, mandating a minimum of 30% recovered fiber content. This procurement is a total small business set-aside, emphasizing the importance of sustainable materials in government contracts. Interested vendors must submit their completed RFQ documents by November 19, 2025, at 4:00 PM, and can direct inquiries to Nancy Seale at nancy.seale@gsa.gov.
    Advance Notices - Site G -Managed Services Support for Government-Owned Pharmaceutical, Medical Supplies, and Medical Equipment
    Buyer not available
    The General Services Administration (GSA) is preparing to procure Managed Services Support for Government-Owned Pharmaceutical, Medical Supplies, and Medical Equipment for Site G, with a Virtual Industry Day scheduled for December 16, 2025. This procurement aims to secure comprehensive services for the storage, management, maintenance, monitoring, reporting, and logistics of medical products and supplies within the U.S. Site Region. Interested Industry Partners must submit a signed Non-Disclosure Agreement (NDA) and company details by December 12, 2025, to participate, with Virtual Due Diligence sessions planned for December 17-18, 2025, to further inform potential offerors. For additional information, please contact Natalia Belinsky at natalia.belinsky@gsa.gov or Elizabeth Steiner at elizabeth.steiner@gsa.gov.
    LIMITED SOURCES JUSTIFICATION (LSJ) Acquisition 47QFEA23K0003
    Buyer not available
    The General Services Administration (GSA) is initiating a procurement process for the Limited Sources Justification (LSJ) Acquisition 47QFEA23K0003, focusing on IT and telecom security and compliance support services. This acquisition aims to address specific needs within the Federal Acquisition Service, ensuring that the required services meet the stringent compliance and security standards necessary for government operations. The importance of these services lies in their role in safeguarding sensitive information and maintaining operational integrity across federal systems. For further inquiries, interested parties can contact Ray Mojica at Ray.Mojica@gsa.gov for additional details regarding the procurement process.