Web Hosting and Development Professional Services
ID: 11316026Q0002OASType: Combined Synopsis/Solicitation
Overview

Buyer

EXECUTIVE OFFICE OF THE PRESIDENTEXECUTIVE OFFICE OF THE PRESIDENTEOP - OFFICE OF ADMINISTRATIONWASHINGTON, DC, 20503, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

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

    The Executive Office of the President (EOP) is seeking qualified vendors to provide Web Hosting and Development Professional Services through a Request for Quotation (RFQ). This procurement aims to secure comprehensive web hosting and development services for the EOP's Office of Administration, emphasizing the importance of these services in supporting the digital infrastructure of the federal government. Interested offerors must submit a signed Non-Disclosure Agreement (NDA) to access the Performance Work Statement (PWS) and are required to submit their quotations by December 30, 2025, at 11:00 AM EDT. For further inquiries, vendors can contact Alysha Purvis-Rogers at Alysha.K.Purvis-Rogers@oa.eop.gov or Franky Awuvey at franky.m.awuvey@oa.eop.gov.

    Files
    Title
    Posted
    This Non-Disclosure Agreement (NDA) for the Executive Office of the President (EOP) outlines the terms under which companies and their employees are granted access to sensitive, non-public EOP information. The agreement mandates strict protection against unauthorized disclosure, publication, reproduction, or divulging of any such information. Contractors must take all reasonable measures to safeguard the information, restrict access to authorized personnel, and refer all disclosure-related questions to the EOP Contracting Officer. EOP retains full legal control over submitted information, which does not become part of contractor records. Contractors must refer any requests for EOP information (including FOIA, Congressional, or litigation-related requests) directly to EOP. Information regarding procedures developed specifically for EOP under the contract is also considered sensitive and cannot be disclosed without written permission. The NDA emphasizes that its provisions are consistent with existing statutes and Executive Orders concerning classified information, communications to Congress, whistleblower protections, and reporting violations. Violation of this agreement may lead to criminal penalties under Title 18 of the United States Code.
    The Executive Office of the President's Past Performance Information Sheet is a mandatory form for offerors to complete when submitting proposals or quotations for federal government contracts, orders, or subcontracts. The form requires detailed information about previous work, including contract identification, a brief description of products or services, contract status, the offeror's role, awarding agency, contractor identification, contract type, dollar value, and period of performance. Offerors must also provide contact information for a primary agency point of contact or a responsible party within the prime contractor if they were a subcontractor. A narrative section requires a description of the work performed, an explanation of its relevance to the current solicitation, and details regarding any adverse past performance and how those issues were addressed. Accurate completion of this form is crucial as it directly impacts the evaluation of the offeror's proposal or quotation.
    This government pricing template provides detailed guidance for offerors responding to Requests for Proposals/Quotations (RFP/RFQ) for federal, state, and local contracts. It outlines the required format for cost and price submissions, emphasizing compliance with federal regulations and traceability of all proposed pricing from detailed breakdowns to the CLIN Summary. The template includes sections for CLIN (Contract Line Item Number) structure, labor rate tables, and task-specific pricing across base and option periods. Key instructions include completing the CLIN Summary and corresponding sheets, linking labor rates to pricing tabs, incorporating all formulas, and refraining from adding pricing notes directly into the template. Offerors are permitted to add rows, columns, or tabs as needed and can provide supporting documentation as attachments. The document also stipulates that the provided data is confidential and for government evaluation purposes only, with restrictions on disclosure and duplication, except as permitted under a resulting contract. The template facilitates the evaluation of proposals for services such as web hosting and development professional services.
    Attachment 4 outlines the contractor's mandatory agreement to comply with federal anti-discrimination laws, specifically in relation to Executive Order 14173, "Ending Illegal Discrimination and Restoring Merit-Based Opportunity," dated January 21, 2025. This document, required for proposal consideration, stipulates that a contractor's adherence to these laws is material to government payment decisions per 31 U.S.C. § 3729(b)(4). Contractors must certify that their Diversity, Equity, and Inclusion (DEI) programs do not violate any applicable federal anti-discrimination laws. Furthermore, the agreement clarifies that compliance with these laws does not impact lawful federal or private-sector employment and contracting preferences for U.S. armed forces veterans or persons protected by the Randolph-Sheppard Act.
    This document outlines instructions for contractors submitting questions and comments on a solicitation, as well as for the government's response process. Contractors must use a specific Q&A spreadsheet tab, providing page numbers, section/paragraph references, and CLIN/Clause/Other details for each question. Questions should begin by referencing the topic. The government will complete columns for responses, indicating if a solicitation change is required and its location. An example demonstrates a question regarding a proposal due date for Solicitation Number 11316026Q0002OAS – Web Hosting and Development Professional Services, and the corresponding government response confirming a change to February 16, 2021, affecting multiple pages of the solicitation letter. The purpose is to streamline the Q&A process for federal government RFPs, ensuring clarity and efficient communication.
    This Request for Quotation (RFQ) is issued under Federal Acquisition Regulation (FAR) 13.5 for Web Hosting and Development Professional Services for the Executive Office of the President (EOP), Office of Administration (OA). Quotations are due by December 30, 2025, at 11:00 AM EDT. Interested vendors must submit a signed Non-Disclosure Agreement (NDA) to Alysha.K.Purvis-Rogers@oa.eop.gov and Franky.M.Awuvwey@oa.eop.gov to receive the Performance Work Statement (PWS) and be eligible for award. The acquisition is unrestricted and classified under NAICS code 518210 (Small Business). The resulting award will be a Firm Fixed Price (FFP) Purchase Order. The document outlines roles and responsibilities for the Contracting Officer (CO), Contract Specialist (CS), and Contracting Officer’s Representative (COR), emphasizing that only the CO has the authority to bind the organization and settle contracting issues. Invoice submission instructions are also provided, requiring email submission to invoices@oa.eop.gov and a copy to the COR, with specific content requirements for proper invoices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FEHB Protection Act
    Office Of Personnel Management
    The U.S. Office of Personnel Management (OPM) is seeking industry collaboration through a Request for Information (RFI) for the implementation of the FEHB Protection Act of 2025, which mandates a comprehensive audit of family member eligibility within the Federal Employees Health Benefits (FEHB) Program. The OPM is specifically looking for vendor capabilities to conduct large-scale automated verifications, integrate with federal and external data sources, develop web portals for document uploads, and ensure compliance with federal security standards, among other requirements. This initiative is crucial as it aims to enhance the integrity of the FEHB Program, which serves approximately 8.3 million individuals. Interested vendors must submit their responses by December 15, 2025, and can direct inquiries to Padma Shah at CEP@opm.gov.
    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.
    D--SAP - RFI only - Purchase of email subscription services
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is seeking information from vendors regarding the purchase of email subscription services for a Communication System/Platform designed to develop and distribute e-newsletters to stakeholders. The platform must support scalability for at least 50,000 subscribers across multiple campaigns, efficient contact management, role-based user access, customizable content creation, and robust analytics and reporting capabilities. This RFI aims to gather market research and identify businesses that can meet the specified requirements, with no guarantee of a subsequent solicitation or award. Interested vendors are encouraged to submit their technical specifications and materials via email to OAR NVFEL SACO at OARNVFELSACO@epa.gov, referencing RFI: 68HE0M26Q0003 in the subject line.
    Government Publishing Office FY26 Equipment Inspection
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a NETA-certified vendor to provide inspection, testing, and repair services for electrical equipment at its Washington, DC campus, encompassing a total area of 1.5 million square feet. The procurement involves a Firm Fixed Price (FFP) contract for the inspection and maintenance of 96 low voltage and 52 medium voltage circuit breakers, as well as 26 protective relays, with the aim of ensuring reliable power control and mitigating risks associated with electrical failures. Interested vendors must submit their quotes electronically by December 15, 2025, at 5:00 pm EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) methodology, requiring an 'Acceptable' rating for the technical approach and 'Satisfactory' for past performance. For further inquiries, potential offerors can contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov.
    Enterprise Portal Contract (EPC)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), is seeking to award a sole source task order for the Enterprise Portal Contract (EPC) to ensure continuity of services. This procurement is being conducted under the exception to fair opportunity as outlined in FAR 16.505(c)(2)(i)(C), indicating the urgency and necessity of maintaining existing EPC services without a competitive bidding process. The services provided under this contract are critical for the ongoing operations and functionality of CMS's enterprise portal, which supports various IT and telecom applications. Interested parties can reach out to Andrew Mummert at andrew.mummert@cms.hhs.gov or by phone at 410-786-0403 for further information regarding this opportunity.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    United States Government Publishing Office
    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.
    Sources Sought CAPE EVAMOSC Platform Support -
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is conducting market research via a Sources Sought Notice for the Enterprise Visibility and Management of Operating and Support Cost (EVAMOSC) platform support. The objective of this procurement is to identify qualified and experienced businesses capable of sustaining and enhancing the EVAMOSC platform, which provides critical data-driven insights into major acquisition program costs for the Office of the Secretary of Defense Cost Assessment and Program Evaluation (OSD-CAPE). This platform is essential for fulfilling congressional requirements related to the analysis of operating and support costs for major weapon systems. Interested parties must respond by January 2, 2026, at 10:00 AM (Eastern Time), and submissions should demonstrate relevant experience and confirm a Secret Facility Clearance, with an estimated contract ceiling value of $75 million under NAICS code 541512 (Computer Systems Design Services). For further inquiries, contact Gervonna Crump-Williams at gervonna.b.crump-williams.civ@mail.mil or Ronica Shelton at ronica.l.shelton.civ@mail.mil.
    USSOUTHCOM J2 EDA IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.
    Analytical Support for OPA
    General Services Administration
    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.
    Digital Acquisition Knowledge Web-Based Subscription in Support of PBS, FAS and OGP
    General Services Administration
    The General Services Administration (GSA) is seeking a web-based subscription service to support the acquisition community within the Office of Public Building Services (PBS), Federal Acquisition Service (FAS), and the Office of General Policy (OGP). This procurement aims to provide a comprehensive online platform that includes a database of acquisition information, such as guidance, regulations, policies, and tools to assist contracting professionals in their work. The service is crucial for keeping the acquisition community informed about changes and trends in federal acquisition practices. Interested vendors can reach out to Nina Malakouti-Zamir at nina.malakouti@gsa.gov or Monica Golibart at monica.golibart@gsa.gov for further details.