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 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 michelle_harvey@ibc.doi.gov or by phone at 571-842-1131.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, Solicitation 140D0425R0029 CADR Internal Recompete, outlines labor categories, minimum experience requirements, and hourly labor rates for a five-year contract with a six-month extension option. It details four labor categories: Subject Matter Expert, Senior CMP, Mid-Level CMP, and Junior-Level CMP. Each category specifies minimum years of experience in the discipline, ranging from 1 to 20 years, with particular emphasis on mediation experience for CMP roles. The Subject Matter Expert role also requires pre-approval. The document provides a framework for staffing and pricing related to collaboration or conflict management processes.
    The Department of the Interior's Non-Disclosure Agreement (NDA) grants contractors conditional access to sensitive but unclassified government information, including Personally Identifiable Information (PII). This access is solely for integrating Automatic Identification Technology (AIT) into the ISM CIF application for the PEO EIS and PD IMS-A Project Office. The NDA strictly prohibits unauthorized use, release, or disclosure of this information, requiring contractors to protect it under various federal laws like the Trade Secrets Act and Privacy Act. Contractors must not seek access beyond their duties, ensure their status is known, and surrender all related materials upon contract completion or request. Any public written work based on this knowledge requires Department of the Interior security review. Violations can lead to administrative, civil, or criminal penalties, and unauthorized gains must be assigned to the U.S. Government.
    The Past Performance Questionnaire (Solicitation 140D0425R0029) is a source selection sensitive document used to evaluate contractor performance for government contracts. It is structured into five sections: Contract Identification, Customer or Agency Identification, Respondent Identification, Evaluation, and Narrative Summary. The questionnaire assesses various aspects of a contractor's work, including quality of product/service, program management, timeliness, business relations, transition/employee retention, and cost control, using a five-level rating scale from Exceptional to Unsatisfactory, plus Not Applicable. It also inquires about contract terminations and requests narrative feedback on strengths, weaknesses, and rehire probability. This document is essential for evaluating past performance in federal procurement processes, ensuring that contractors meet government standards and objectives.
    The document "140D0425R0029 Internal CADR Recompete Attachment 5 Q&A Blank Form" serves as a template for submitting questions and receiving government responses related to the Internal CADR Recompete. This form is designed to facilitate communication and clarification between interested parties and the government regarding the recompete process. It provides structured fields for individuals to pose questions, referencing specific document details such as page and section numbers, and a dedicated space for the government to provide official answers. This indicates a formal process for addressing inquiries within a government procurement or contracting context, likely part of a Request for Proposals (RFP) or similar solicitation.
    This document outlines three sample task orders for federal government contractors, focusing on organizational development and conflict resolution within government agencies. The first task order addresses a Bureau of Land Management office facing budget cuts and staff reductions, requiring a facilitated process to prioritize functions, identify efficiencies, and create a strategic roadmap. The second task order targets the U.S. Geological Survey, where a team of ecologists and hydrologists is experiencing friction due to methodological disagreements, necessitating a team development engagement to improve collaboration and create new operating agreements. The third task order describes a dispute between two individuals within an office, impacting overall operations and morale, requiring a neutral mediator to facilitate individual conversations and joint sessions to resolve the conflict and establish a path forward. Each task order requests a proposed solution including labor categories and estimated hours.
    Attachment 7 outlines the Limitations on Subcontracting for federal government Indefinite Delivery Indefinite Quantity Contracts, particularly for service-based awards. Offerors must agree to a certification stating that the prime contractor will not pay more than 50% of the government-paid amount for contract performance to firms that are not
    The Department of Interior's (DOI) Center for Advanced Dispute Resolution (CADR) released a solicitation for mediation and related services. The document clarifies that all work requires quote submission and approval, with an estimated 35-50 mediation task orders per fiscal year, approximately 25 of which are EEO-related. The DOI expects 5% of work to be virtual, based on recent experience. There is no DOI pre-review or approval required for mediation agreements. Administrative tasks are to be included in fully loaded labor rates, not as a separate labor category. The contractor may be required to provide non-government meeting facilities for 2-5 task orders annually, with associated costs pre-approved as ODCs. Labor category assignment considerations are outlined in Section G.6.2 of the solicitation. Service providers need a minimum of 40 hours of training in their discipline (e.g., mediation, facilitation). The DOI does not have an established tool for training needs assessments. Subject matter expertise will be identified at the time of request. Consultation and proposal development time is not billable but should be factored into labor rates, with an estimated 2 hours for quote submission. There is no preference given to past performance information versus a completed Past Performance Questionnaire. Collaborent, LLC is the incumbent. Travel is reimbursed per FAR 31.205-46 with pre-approval. Government workspace is not typically provided for on-site personnel. Submission instructions are in Section L of the solicitation.
    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.
    Amendment 0001 to Solicitation 140D0425R0029, issued by the Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD), provides crucial questions and answers for a Request for Proposal (RFP). This RFP aims to award a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for commercial Conflict Management Services to support the DOI Office of Collaborative Action and Dispute Resolution (CADR). The contract will have a five-year ordering period from January 17, 2026, to January 16, 2031, with individual requirements funded through task orders, not directly through the IDIQ contract. Offerors must be registered in the System for Award Management (SAM) database by the solicitation's closing date. The amendment emphasizes the importance of acknowledging receipt to avoid rejection of offers, allowing changes to already submitted offers via letter or electronic communication before the specified opening hour and date.
    The Department of the Interior (DOI) is issuing a Request for Proposal (RFP) 140D0425R0029 for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for commercial conflict management services. These services, procured for the DOI's Office of Collaborative Action and Dispute Resolution (CADR), include mediation, facilitation, assessment, process design, and training. The contract is a 100% small business set-aside under NAICS code 541612 with a size standard of $29 million. The period of performance is from January 17, 2026, to January 16, 2031, with a six-month extension option. The guaranteed minimum order value is $25,000, and the maximum ceiling value is $8,000,000. Task orders will be issued on a Time-and-Materials, Labor-Hour, or Firm-Fixed Price basis, with no funding on the IDIQ contract itself. Contractors must be registered in SAM and provide qualified Conflict Management Professionals (CMPs) capable of working across all DOI geographic regions in the U.S. and its territories. Key requirements include adherence to ethical standards, conflict of interest avoidance, and detailed invoicing via the Internet Payment Platform (IPP).
    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
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    Healthcare Facility Planning, Evaluation, Research
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking sources for Healthcare Facility Planning, Evaluation, Research, and Advisory Services to support the Department of Health and Human Services (HHS), specifically the Indian Health Service (IHS) Office of Environmental Health and Engineering (OEHE). The procurement aims to enhance healthcare delivery for American Indians and Alaskan Natives by modernizing IHS facilities and planning processes, which includes developing planning documents, updating Health Services and Facility Master Plans, and providing advisory reviews. This opportunity is anticipated to result in a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract valued at approximately $30 million, with a five-year ordering period starting in Fiscal Year 2026. Interested firms must complete the attached Excel document and submit it to Robert Brewer at robertbrewer@ibc.doi.gov by the specified deadline.
    C--Sources Sought Notice
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    Limited Source Justification, Authority: FAR 8.405-6 and 40 U.S.C 501
    Interior, Department Of The
    The Department of the Interior (DOI) is issuing a six-month sole-source contract to T&T Consulting Services, Inc. for critical computer/information technology (C4IT) support services on behalf of the Department of Defense Medical Education and Training Campus (METC). This procurement is necessary to provide Tier 0/I/II support, system administration, and management of IT and audio-visual equipment, ensuring uninterrupted service for over 8,000 hardware units and 9,500 daily users during the transition to a new follow-on contract. The total estimated value of the contract is $1,988,537.60, and the incumbent contractor, T&T Consulting Services, Inc., was selected due to their existing DOD clearances and experience, which are vital for maintaining mission-critical support. For further inquiries, interested parties can contact Lydia Schickler at lydiaschickler@ibc.doi.gov or by phone at 703-964-4872.
    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.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    Deposition Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
    Justice, Department Of
    The Department of Justice, through the Executive Office for United States Attorneys (EOUSA), is soliciting bids for Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for deposition court reporting services for the U.S. Attorney's Office in the Northern District of Illinois, covering both Chicago and Rockford. The contract, which is a total small business set-aside under NAICS code 561492, aims to provide essential court reporting services that support the mission of the U.S. Attorneys as principal litigators, with a performance period from March 1, 2026, to February 28, 2031, including one base year and four option years. Interested parties must be registered in the System for Award Management (SAM) and submit their quotes by January 5, 2025, while questions regarding the solicitation should be directed to Perla McKay by December 5, 2025. The anticipated contract value is approximately $540,619.45 over five years, with a minimum guarantee of $1,000.00 throughout the contract duration.