R--Internal CADR Recompete
ID: 140D0425R0029Type: Sources Sought
Overview

Buyer

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

NAICS

Human Resources Consulting Services (541612)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of the Interior (DOI) is seeking qualified contractors to provide high-quality workplace conflict management services through its CORE PLUS program, aimed at fostering effective conflict resolution among its workforce of over 65,000 employees. The procurement will focus on engaging Conflict Management Professionals (CMPs), including mediators, facilitators, and trainers, to assist in managing workplace disputes, grievances, and Equal Employment Opportunity (EEO) matters. This initiative is crucial for promoting a constructive workplace culture within the DOI and enhancing the capabilities of staff to address conflicts effectively. Interested parties must submit their expressions of interest and qualifications by February 4, 2025, to Michelle Harvey at michelle_harvey@ibc.doi.gov, with the anticipated contract valued at up to $15 million and a performance period of five years, including a possible six-month extension.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Interior seeks to engage a contractor to provide high-quality workplace conflict management services through its CORE PLUS program. This initiative aims to foster a culture of effective conflict resolution among its over 65,000 employees across various regions. The contractor will supply Conflict Management Professionals (CMPs)—including mediators, facilitators, and coaches—who will help manage and resolve workplace disputes, grievances, and Equal Employment Opportunity (EEO) matters. Key responsibilities include facilitation of conversations, mediation between conflicting parties, one-on-one coaching, process design for conflict resolution, and training for employees in conflict management skills. CMPs must maintain neutrality, adhere to ethical standards, and comply with relevant federal regulations. The contractor will also manage a roster of qualified professionals capable of addressing conflicts across different geographic areas and ensure reliable communication with the Interior's CADR office. The ultimate goal is to enhance the capabilities of Interior staff to address conflicts effectively, thereby improving overall workplace dynamics and outcomes.
    The Department of the Interior (DOI) is issuing a sources sought notice for the procurement of conflict management services, specifically mediators, facilitators, and trainers, under the Office of Collaborative Action and Dispute Resolution. This initiative supports the Integrated Conflict Management System, CORE PLUS, aimed at fostering a constructive workplace culture within the DOI by effectively managing disputes and grievances. The forthcoming Request for Proposal (RFP) is expected in the second quarter of FY25, presenting a recompete for an existing five-year IDIQ contract. The anticipated contract will cover a five-year performance period, with an option for six additional months, and a maximum order threshold of $15 million. The NAICS code identified for the services is 541612 (Human Resources Consulting Services). Interested parties are invited to submit expressions of interest along with their qualifications by February 4, 2025, adhering to provided guidelines. This sources sought notice serves solely for market research and does not constitute a solicitation or commitment by the government.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    B--Environmental and Cultural Resources Services IDIQ contracts 2024
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a pre-solicitation notice for Environmental and Cultural Resources Services (ECRS) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract aims to secure a comprehensive range of environmental compliance and resource management services, including biological surveys, assessments under the Clean Water and Endangered Species Acts, and cultural resource support, primarily for projects within the Upper Colorado and Missouri Basin Regions. The anticipated total ceiling for this multiple award contract is up to $50 million, set aside for small businesses under NAICS code 541620, with a size standard of $19 million. Interested parties should note that the solicitation (140R4024R0001) is expected to be released around July 3, 2024, and must be registered in the System for Award Management (SAM) prior to proposal submission. For further inquiries, contact Terra Warren at twarren@usbr.gov or JoLyn Goss at jgoss@usbr.gov.
    T--OC UAS Resource Flight Services
    Buyer not available
    The Department of the Interior (DOI) is soliciting proposals for On-Call Unmanned Aircraft Systems (UAS) non-emergency resource flight services across the contiguous lower 48 states, with a contract duration of five years. This procurement aims to establish multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts, with a total ceiling value of $7.5 million, to support activities such as surveying, mapping, and reconnaissance, thereby enhancing public safety and resource management through advanced drone technology. Interested small businesses must be registered in the System for Award Management (SAM.gov) and comply with federal aviation regulations, with proposals due by July 21, 2025. For further inquiries, potential bidders can contact Stephanie Boles at stephanieboles@ibc.doi.gov.
    D--IMPLAN LICENSE AND DATA
    Buyer not available
    The Bureau of Ocean Energy Management (BOEM), part of the Department of the Interior, intends to issue a sole source contract for IMPLAN licenses and data to The IMPLAN Group LLC. This procurement aims to maintain access to updated Impact Analysis and Planning (IMPLAN) data, which is essential for developing and updating BOEM's regional economic impact models and conducting various economic analyses. The IMPLAN data is critical for the Secretary's annual economic report and BOEM's economic contributions report, ensuring consistency in analyses related to the National OCS Program development. Interested parties may submit capability statements or quotations by 5:00 PM Eastern Time on July 31, 2025, to the primary contact, David Villani, at david.villani@bsee.gov.
    B--NT-25-X12, ENVIRONMENTAL SENSITIVITY STUDY PHASE 2
    Buyer not available
    The Department of the Interior, specifically the Bureau of Ocean Energy Management, is seeking to award a sole source contract to EcoQuants LLC for the Environmental Sensitivity Study Phase 2 (NT-25-X12). This study aims to develop offshore Environmental Sensitivity Indices and interactive mapping products to support the National Oil and Gas Leasing Program across all Outer Continental Shelf Planning Areas. The project, which is expected to last four years, builds on EcoQuants' foundational work from Phase 1, leveraging their unique expertise and established methodologies to ensure compliance with environmental regulations by 2025. Interested vendors may submit capability statements by July 22, 2025, although EcoQuants is currently the only qualified source for this contract. For further inquiries, contact Stephanie Brock at stephanie.brock@bsee.gov or call 703-787-1151.
    Cultural Resources Services for Civil and Military Projects
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is seeking information from potential contractors for an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to provide multi-disciplinary cultural resource services for civil and military projects. The required services encompass a wide range of cultural resource assessments, including terrestrial and marine archaeological investigations, historic architectural documentation, and compliance with various preservation acts, among others. This opportunity is crucial for ensuring the protection and management of cultural resources in accordance with federal regulations. Interested contractors must submit their responses, including qualifications and past performance details, by July 21, 2025, to Benjamin Neely at benjamin.m.neely@usace.army.mil.
    Exclusive Use Smokejumper Flight Services for BLM
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for exclusive use smokejumper flight services to support wildfire suppression efforts in Boise, Idaho. The contract will encompass the transportation and deployment of smokejumpers, paracargo drops, aerial reconnaissance, and emergency support, with a performance period from March 1, 2026, to February 28, 2031, and a ceiling value of $26 million. These services are critical for effective firefighting operations and resource preservation, ensuring timely aerial support in emergency situations. Interested contractors must comply with wage determinations set forth by the U.S. Department of Labor, including minimum wage standards and fringe benefits, and can contact Angelina Clements at angelinaclements@ibc.doi.gov or 571-479-0325 for further details.
    Federal and Postal Employee Health Benefit Independent Medical Review
    Buyer not available
    The Office of Personnel Management (OPM) is seeking a contractor to provide independent medical and dental health benefits reviews for disputed claims and preservice requests. The contractor will be responsible for assigning appropriate medical specialists to evaluate disputed claims, conducting thorough reviews of case documentation, and delivering typewritten analyses along with supporting references. This procurement is crucial for ensuring fair and accurate assessments of health benefit claims for federal and postal employees. The solicitation is tentatively scheduled for release on June 9, 2025, and interested parties can contact Matthew Manning at OPMContracting@opm.gov for further information.
    R - Professional Facilitation Services to Support Negotiated Rulemaking (Title IV)
    Buyer not available
    The U.S. Department of Education is seeking qualified small businesses to provide professional facilitation services to support negotiated rulemaking processes related to Title IV student aid policy. The contractor will be responsible for managing collaborative discussions, facilitating meetings, and assisting with documentation and consensus building among multiple stakeholders. This initiative is crucial for enhancing student aid policy through structured negotiation and effective communication, ensuring compliance with federal regulations throughout the process. Interested vendors should submit their quotes electronically by July 23, 2025, and can contact Matthew Lucas at Matthew.Lucas@ed.gov or 202-987-0839 for further information. The total contract value is estimated at $2.3 million over a three-year period, with a focus on technical capabilities and past performance during the evaluation process.
    7J--Facility Security Assessment Software Sources Sought Notice
    Buyer not available
    The Department of the Interior (DOI) is seeking capable vendors to provide a Facility Security Assessment Software System for the Office of Law Enforcement and Security (OLES) at the Stewart Lee Udall Building in Washington, DC. The software, known as the Integrated Security Risk Management System (ISRMS), aims to enhance the DOI's physical security program by ensuring compliance with federal cybersecurity standards, facilitating data management, and supporting risk assessment and incident reporting. This procurement reflects DOI's commitment to modernizing its security management practices and is anticipated to involve a twelve-month deployment period, with options for ongoing maintenance and support. Interested vendors should submit a capability statement to Jonathan Chisholm at jonathanchisholm@ibc.doi.gov, with responses expected to inform the acquisition strategy, which may include small business set-asides or full and open competition, with a potential solicitation release in Fiscal Year 2026.
    RFP for Department of State Worldwide Design/Build and Construction Project Indefinite Delivery/Indefinite Quantity Contracts
    Buyer not available
    The Department of State (DOS) is seeking proposals for Worldwide Design-Build and Construction Services through Indefinite Delivery/Indefinite Quantity (IDIQ) contracts under solicitation number 19AQMM25R0207. The procurement aims to award up to 42 contracts, divided into two categories: a small business set aside and a full and open competition, focusing on design-build and construction projects at various DOS facilities worldwide. This initiative is crucial for enhancing the security and functionality of U.S. diplomatic facilities, with contract values ranging from a minimum of $40,000 to a maximum of $800 million over a base year and nine optional years. Interested offerors must submit their proposals electronically by August 1, 2025, and can direct inquiries to Kaitlin Lockett at lockettkf@state.gov or Glen Vierk at VierkGE@state.gov.