Systems Engineering and Technical Assistance Multi-Award IDIQ
ID: 2025-R-008Type: Special Notice
Overview

Buyer

SENATE, THETHE UNITED STATES SENATE SERGEANT AT ARMSSENATE SERGEANT AT ARMSWashington, DC, 20510, USA
Timeline
    Description

    The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking qualified contractors for a Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) contract focused on Systems Engineering and Technical Assistance (SETA). The primary objectives include providing procurement assistance, acquisition planning, and operational support in areas such as information technology, telecommunications, and security operations. This contract is crucial for enhancing the Senate's technical capabilities and ensuring efficient operations, with a maximum ceiling of $1 million and no guaranteed minimum workload. Interested parties should submit their proposals by April 15, 2025, and can direct inquiries to Nicole Barnes at nicole_barnes@saa.senate.gov or by phone at 202-224-9321.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a solicitation for a Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) contract by the U.S. Senate Office of the Sergeant at Arms (SAA) to provide Systems Engineering and Technical Assistance (SETA). The contract seeks contractors to support procurement assistance, acquisition planning, and operations in areas including IT, telecommunications, and security operations. Key elements include task order procedures, pricing models featuring fixed labor rates, and a contract ceiling of $1 million without a guaranteed minimum workload. The scope also stipulates that the contractor must deliver services as authorized through specific task orders, with a performance period of one year and options for renewal. Security protocols are emphasized, requiring background checks for personnel who work in sensitive Senate environments. The contract mandates strict confidentiality regarding Senate-related data and places limits on contractor disclosures under legal processes to protect sensitive information. Finally, contractors are prohibited from using Senate resources for unauthorized purposes and are expected to comply with cybersecurity practices. The document underscores the importance of procurement integrity and the need for clear communication and documentation regarding task orders, evaluations, and payments, ensuring accountability and effective management of Senate contracts.
    This government solicitation outlines a Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) contract for the provision of Systems Engineering and Technical Assistance (SETA) to the U.S. Senate Office of the Sergeant at Arms (SAA). The contractor will offer support in areas such as procurement assistance, acquisition planning, IT, telecommunications, and security operations. The contract will utilize Labor Hour (LH) task orders, enabling the SAA to request services as needed, with a maximum ceiling of $1,000,000 and no guaranteed minimum work. The contract structure includes a base period of twelve months, followed by four optional twelve-month extensions. Pricing will be predetermined through fixed labor rates outlined in an attachment, covering all administrative and direct costs. The document specifies rigorous evaluation, acceptance, and inspection procedures for contractor services, indicating that the SAA retains oversight authority to ensure compliance and performance quality. Additionally, the contract emphasizes strict cybersecurity measures and restricts contractor access to sensitive Senate data, ensuring compliance with federal regulations and protecting confidentiality. The provisions detail conditions for task orders, background checks for contractor personnel, and a structured process for invoicing and payment. This solicitation underscores the Senate's commitment to maintaining high standards of technical and operational support while ensuring transparency and accountability in its contracting processes.
    The document outlines a solicitation for a Multiple Award, Indefinite Delivery-Indefinite Quantity (IDIQ) contract from the U.S. Senate's Office of the Sergeant at Arms (SAA). It aims to secure Systems Engineering and Technical Assistance (SETA) primarily focused on procurement assistance, acquisition planning, and operational support in information technology, telecommunications, and security services. The expected services include technical support for IT and telecommunications, product assessments, website design, and security operations. Pricing will follow a fixed labor rate structure, with a maximum contract ceiling of $1,000,000 and no guaranteed minimum work. The contract permits multiple task orders with specified services and approval processes, emphasizing the need for efficient task completion and adherence to cybersecurity measures. The SAA retains stringent control over task orders, requiring acceptance of services and proper contract administration. Key responsibilities include market research, procurement support, and evaluation of vendor proposals. The document stipulates performance requirements and compliance with Senate cybersecurity standards, personnel eligibility criteria, and protocols for managing confidential information. This solicitation underscores the Senate's intent to enhance its technical capabilities through qualified contractors while ensuring systematic oversight and protection of sensitive data.
    The document outlines an active Request for Proposals (RFP) related to a Multiple Award, Indefinite Delivery-Indefinite Quantity (IDIQ) contract for a security operations task order set to begin on April 1, 2025. It clarifies that proposals are required, and no incumbent information nor resumes or letters of intent are needed from bidders. Formatting specifications are also not mandated, and page limits do not include the cover page or table of contents. The task order is confirmed to last 9 months and will be oriented towards all offices supported by the Senate, with no industry day planned for bidders. The overall award cap is set for the entire contract duration at $1 million. Concerns regarding transitions from incumbent contractors and specific proprietary information about security operations are addressed, with restrictions on the disclosure of such data. However, the RFP emphasizes that bidders should focus on responding to the solicitation without needing to consider the details of existing contractors or their past performance.
    The U.S. Senate Sergeant at Arms is initiating a source selection process for Request for Proposal (RFP) 2025-R-008 related to a Systems Engineering & Technical Assistance Multi-Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The document features a Past Performance Questionnaire (PPQ) aimed at evaluating the performance of contractors based on their previous work. Offerors are required to provide detailed information about their contracts, including project names, performance periods, and descriptions of work. References from these contracts must assess contractor performance across several criteria, such as problem identification, schedule adherence, quality of personnel, cost management, and overall satisfaction. Feedback is scored on a scale from "Very Good" to "Unsatisfactory," with additional space for comments and overall remarks about the contractor's capabilities. Ultimately, this evaluation seeks to ensure that prospective contractors meet required standards and to inform the decision-making process for awarding contracts. The responses are vital for creating a competitive and qualified pool of contractors for technical assistance services.
    The document outlines the labor hour pricing for a government Request for Proposals (RFP) related to Website Services Support, applicable for a specific performance period from April 1, 2025, to December 31, 2025. It details various labor categories and associated hourly rates, stating that the Base Year and Option Year hourly rates are $0.00. The document specifies the total estimated hours for the project as 960, resulting in a Not to Exceed Total Price of $0.00. This indicates that the labor costs are either yet to be determined or have not been disclosed. Such structures are standard in federal and state RFPs to ensure transparency in pricing and labor allocation. The emphasis on labor hour pricing is crucial for budgeting and contract negotiations, demonstrating a methodical approach to government procurement processes.
    The document outlines the labor hour pricing for a government Request for Proposal (RFP) related to website services support. The period of performance is specified as from April 1, 2025, to December 31, 2025. It includes various labor categories with an emphasis on the hourly rates for both the base year and four option years. Currently, the hourly rate listed is marked as $0.00, and the total price and estimated hours also reflect $0.00, indicating either a placeholder or incomplete data. The document appears to address budget estimations for labor associated with website services to be provided under this proposal. Given the context of federal and state RFPs, this information is critical for potential contractors to understand pricing expectations and financial planning for their proposals in response to the government's request.
    The document outlines labor hour pricing for various positions within a government project, detailing the hourly rates for a base year along with four successive option years. Each labor category is presented with a corresponding description and specific hourly rates for each contract year, emphasizing the structured financial planning required for federal RFPs. This pricing framework is essential for ensuring fair compensation for labor resources in government-funded projects, conforming to both federal and local procurement standards. The document reflects the importance of transparent pricing strategies in the context of governmental contracting, helping stakeholders estimate costs and comply with budgetary constraints throughout the duration of the project. Overall, it showcases a formal approach to labor cost management within the public sector.
    The document outlines the U.S. Senate's Standard Operating Procedures for Cybersecurity, focusing on safeguarding sensitive information and technology assets. It presents a comprehensive framework governing the use of unclassified systems, detailing policies from the Sergeant at Arms, the Chief Information Officer, and the responsibilities of various stakeholders. Key points include risk management strategies, access protocols, user guidelines, and the necessity for cybersecurity incident response measures. It emphasizes the importance of compliance, user responsibilities, and security training to protect Senate information from threats. Additionally, the document stipulates contractor responsibilities, including adherence to NIST standards, cybersecurity incident reporting, and maintenance of robust security measures for products and services supplied to the Senate. This guidance aims to create a secure environment for operational integrity and confidentiality within Senate systems and networks, reinforcing the organization's commitment to protecting valuable information assets while managing risks associated with technological operations.
    This document outlines an amendment to a solicitation for a contract issued by the Office of the Sergeant at Arms of the United States Senate. The amendment modifies key deadlines and proposal requirements for contractors responding to the solicitation. Specifically, it extends the deadline for proposal submissions to April 15, 2025, and establishes that proposals must be sent via email to a designated contact. Significant revisions include the removal of certain sections from the proposal instructions, which now stipulate that all submitted proposals become property of the SAA. Additionally, changes are made to the evaluation criteria for awards under the IDIQ contract, emphasizing that the SAA may make awards based solely on initial proposals received. The document reinforces that all other terms and conditions of the original solicitation remain unchanged, ensuring clarity in the bidding process while addressing administrative needs and soliciting complete proposals.
    The Task Order Proposal Request (TOPR) - 01 outlines the Office of the Sergeant at Arms' need for a contractor to provide website development services aimed at assisting Senate offices and Committees. The contractor must possess a minimum of 10 years of government-related web development experience and expertise in specific technologies such as RedHat OpenShift and approved content management systems like WordPress and Drupal. Key responsibilities include developing requirement documentation, issuing TOPRs, evaluating proposals, facilitating contractor meetings, and improving intranet efficiency. Deliverables for the contractor encompass individualized requirement documents for Senate offices, written TOPRs, evaluation reports, and intranet updates. The performance period is set from April 1, 2025, to December 31, 2025, with pricing based on labor hours detailed in the pricing schedule. Proposals will be evaluated based on the technical approach and cost, and the Senate aims to select a contractor on a best value basis, ensuring efficient website services support for its operations. This document serves as a structured approach in addressing the technology and development needs within the Senate framework.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Cohesity Backup Storage
    Buyer not available
    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Cohesity for backup storage solutions to manage SAA data effectively. The procurement aims to secure Cohesity 4-Node Blocks with varying storage capacities, along with associated subscriptions for DataPlatform, Helios, and DataProtect, which are critical for data management and protection within the Senate's IT infrastructure. Interested vendors must comply with specific requirements, including providing an OEM statement of compliance with federal regulations and submitting their quotes by December 19, 2025, at 5 p.m. ET, with questions due by December 11, 2025. For further inquiries, vendors can contact Tonia Courtney at zemirahcourtney@saa.senate.gov or by phone at 202-909-9017.
    Cohesity Backup Storage
    Buyer not available
    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Cohesity for backup storage solutions to manage and protect SAA data. The procurement aims to secure Cohesity 4-Node Blocks for both production and lab environments, with specific requirements for compliance with federal regulations, including the necessity for an OEM Statement of Compliance with Section 208 of the Legislative Branch Appropriations Act, 2020. This opportunity is critical for ensuring the integrity and security of data within the Senate's IT infrastructure. Interested vendors must submit their quotations, including a signed pricing table and any necessary agreements, by December 19, 2025, with questions due by December 11, 2025. For further inquiries, contact Tonia Courtney at zemirahcourtney@saa.senate.gov or call 202-909-9017.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    Systems Engineering Research Center (SERC)
    Buyer not available
    The Washington Headquarters Services (WHS), on behalf of the Systems Engineering Research Center (SERC), intends to increase the ceiling price of its current Indefinite Delivery Indefinite Quantity (IDIQ) contract from $70,662,363.36 to $110,662,363.36. This contract is dedicated to supporting research and development for the intelligence and security community, focusing on advanced systems engineering practices and technologies that address the full spectrum of Department of Defense (DoD) systems. The work encompasses a wide range of areas, including capability areas, enterprise systems, and cyber-physical systems, ensuring systems engineering excellence throughout the systems lifecycle. For further inquiries, interested parties may contact Christina L. Gess at christina.l.gess.civ@mail.mil or Joelle J. Faucher at joelle.faucher@whs.mil.
    SABER IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    USSOUTHCOM J2 EDA IDIQ
    Buyer not available
    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.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement aims to provide engineering services under a Total Small Business Set-Aside, allowing small businesses to compete for the contract, which is crucial for supporting various civil works projects. The anticipated solicitation issuance date is set for December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested parties can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for IT hardware and software products, including personal computing devices, network infrastructure, and related lifecycle management services. The contract is crucial for consolidating IT procurements across the FAA, enhancing efficiency, and ensuring compliance with federal standards. Proposals are due via email by January 12, 2026, at 1700 ET, and interested parties should direct inquiries to Dawn Bloome or Kristin Frantz at the provided email addresses.
    SIGNALS INTELLIGENCE (SIGINT) SOLUTIONS FOR EVOLVING SCENARIOS (SSES)
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking Signals Intelligence (SIGINT) Solutions for Evolving Scenarios (SSES). This service is typically used to improve tactical information extraction, identification, analysis, and reporting in support of the Intelligence Community. The goal is to provide situational awareness for worldwide signals and network intelligence sources, sensor data collection and processing, identification of critical processes, and multi-platform/multi-intelligence support. The estimated funding for this project is approximately $49.9M, with multiple awards anticipated. The type of instruments that may be awarded include procurement contracts, grants, cooperative agreements, or other transactions. For more information, contact Daniel S. Robbins at daniel.robbins.8@us.af.mil or Amber Buckley at Amber.Buckley@us.af.mil.
    Army Enterprise Service Management Platform (AESMP) System Engineering and Technical Assistance (SETA) Support Bridge
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command of Rock Island, is awarding a firm fixed price sole source contract to OBXTEK for continued support of the Army Enterprise Service Management Platform (AESMP) through System Engineering and Technical Assistance (SETA). This procurement aims to ensure ongoing technical support and management for the AESMP, which is critical for the Army's operational efficiency and service management capabilities. The justification for this sole source contract is detailed in the attached Justification and Approval (J&A) document, which outlines the rationale for not pursuing competitive bidding for this bridge action. For further inquiries, interested parties can contact Alex Hatlestad at alex.j.hatlestad.civ@army.mil.