99--Notice Regarding Dept. of the Interior, IBC, AQD use of RPA to close contracts.
ID: DOIDFBO250033Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

All Other Business Support Services (561499)

PSC

MISCELLANEOUS ITEMS (9999)
Timeline
    Description

    The Department of the Interior, specifically the Interior Business Center's Acquisition Services Directorate, is preparing to utilize robotic process automation (RPA) to close out federal contracts that have reached their expiration and are fully invoiced with a zero-dollar balance. This initiative aims to streamline the contract closeout process in accordance with FAR 4.804, focusing on firm-fixed price contracts that fall below the simplified acquisition threshold. The attached list of contracts identified for closure reflects the government's strategic partnerships and investments in various sectors, ensuring efficient operational support. Vendors listed in the attached document should note that the RPA closeouts will commence ten days following the announcement, and inquiries can be directed to John Scarsellone at john_scarsellone@ibc.doi.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a list of federal contracts awarded by the federal government, focusing on various contractors, their respective contract types, total values, and periods of performance (PoP). The majority of these contracts are categorized as Firm Fixed Price agreements, which ensures a set price for the contracted services, allowing better budget predictability for government projects. The report lists contractors ranging from aviation services to technology firms. Notably, several contracts involve economic pricing variations for flight services and consultancy firms, highlighting their importance in the federal procurement landscape. The PoP varies significantly, indicating ongoing engagements essential for continuous operational support across diverse sectors. This document serves as a record of federal investment in various contractors aimed at delivering specific services and projects, reflecting government expenditure and strategic partnerships in fulfilling public needs.
    Similar Opportunities
    NIST Streamlined Award Closeout Initiative December 2025
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is implementing a Streamlined Award Closeout Initiative aimed at efficiently closing out a backlog of expired awards, including purchase orders, contracts, and task orders with balances ranging from zero to $300. This initiative is crucial for alleviating the burden on legacy acquisition and financial systems, facilitating the archiving of expired awards, and preparing for the transition to modernized financial and procurement systems. NIST is not aware of any outstanding invoices related to these awards, and the notice serves as a Release of Liability for the Government while protecting contractor rights under the Contract Disputes Act of 1978. For inquiries, interested parties can contact Biji John at biji.john@nist.gov or call 301-975-8567.
    R--Conflict Management Services - Internal
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.
    AbilityOne DOW Contract Management Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award an indefinite delivery-indefinite quantity (IDIQ) contract for contract management services to the National Industries for the Blind (NIB) under the AbilityOne program. This procurement aims to provide essential support for contract closeout services, including the deobligation of Unliquidated Obligations (ULOs) and Undelivered Orders (UDOs), as well as other administrative functions related to contract completion and closeout. The services are crucial for ensuring efficient management of contracts across various contracting activity organizations within the Department of War. Interested parties can reach out to Jonathan Bertsch at jonathan.bertsch@whs.mil or Fedline Crowell at fedline.crowell.civ@mail.mil for further information regarding this presolicitation notice.
    Notice of Intent to Award a BPA Call Order against The Land Management Integrated Resources BPA (LMIR)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a Blanket Purchase Agreement (BPA) Call Order against the Land Management Integrated Resources BPA (LMIR) for various professional services related to forestry and natural resource restoration. This procurement aims to support a wide range of activities, including engineering, project management, and communications, and is available for use by all federal agencies across multiple forests and grasslands. The BPA Call Order, exceeding $25,000, will be competitively awarded to eligible companies already approved for call orders under the LMIR BPA, with 48 businesses currently qualified to receive the solicitation. Interested parties can reach out to Ioulia Boxley at ioulia.boxley@usda.gov for further details, as this opportunity is part of a continuous pre-solicitation process allowing contractors to join at any time.
    T--On-Call/Exclusive Use Unmanned Aircraft Systems (UAS) Emergency Fire Flight Ser
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for on-call and/or exclusive use Unmanned Aircraft Systems (UAS) emergency fire flight services to support the Office of Aviation Services. This procurement aims to provide essential aerial support for fire management across the contiguous lower 48 states over a five-year ordering period. The successful contractor must be registered in the System for Award Management (SAM.gov) and comply with the requirements outlined in the solicitation, which is set aside for small businesses under NAICS code 541370. The anticipated solicitation issue date is January 5, 2026, with a closing date projected for February 4, 2026. For further inquiries, interested parties may contact Stephanie Boles at stephanieboles@ibc.doi.gov.
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    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.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    BPA - IT and Telecom PSC 7E20
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for IT and Telecom services, particularly in the areas of help desk support, workspace solutions, and productivity tools. Interested vendors must demonstrate their capabilities and provide a price list, along with at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring reliable support services within the Navy, and vendors are encouraged to submit their documentation by April 30 for June awards or by October 31 for December awards. For further inquiries, interested parties can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for Passive Integrated Transponder (PIT) tags and associated equipment, including readers, implanters, antenna systems, and software. This procurement aims to support the tracking of animals, primarily fish, which is essential for research and monitoring within the Department. The anticipated contract will be a five-year Multiple Award, Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a Partial Small Business Set-Aside for specific CLINs, allowing for awards to up to two large businesses and three small businesses. Interested parties should monitor www.SAM.gov for the official solicitation expected in January 2026, and may contact Russell Oaks at rdoaks@usbr.gov or 801-524-3825 for further information.