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,