FY2025 USPS OIG Broad Agency Announcement
ID: 6HQOIG-25-A-0001Type: Solicitation
Overview

Buyer

POSTAL SERVICEPOSTAL SERVICESUPPLIES MATERIAL MGMTPHILADELPHIA, PA, 19197, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
  1. 1
    Posted Oct 8, 2024, 12:00 AM UTC
  2. 2
    Updated Feb 25, 2025, 12:00 AM UTC
  3. 3
    Due Oct 1, 2025, 3:59 AM UTC
Description

The United States Postal Service Office of Inspector General (USPS OIG) has issued a Broad Agency Announcement (BAA) for Fiscal Year 2025, inviting proposals for professional, consultant, and support services to enhance its operations. The solicitation, identified as #6HQOIG-25-A-0001, seeks a range of services including legal advice, research solutions, investigations, audits, IT services, and administrative support, with submissions accepted on a rolling basis until September 30, 2025. This opportunity is significant as it allows for the procurement of essential services that support the OIG's mission, while also emphasizing compliance with specific reporting requirements, including those related to veteran assistance. Interested parties can reach out to USPS OIG Contracting at contracts@uspsoig.gov for further information, and contract award decisions are expected to be made within approximately 30 days of submission.

Point(s) of Contact
USPS OIG Contracting
contracts@uspsoig.gov
Files
Title
Posted
Dec 17, 2024, 3:05 PM UTC
The USPS Office of Inspector General (OIG) issued the FY2025 Broad Agency Announcement (BAA) to solicit proposals for professional, consultant, and support services aimed at enhancing its operations. The BAA serves as a mechanism to establish a pool of qualified contractors, with the procurement process being exempt from standard federal acquisition regulations. Proposals can be submitted on a rolling basis until September 30, 2025, and cover multiple offices, including the Office of Investigations and the Office of Audit, which are responsible for investigating fraud and conducting audits of Postal Service operations. Key documents linked to the BAA include evaluation criteria, proposal submission instructions, and details on contract administration. The maximum hourly labor rates are set at $55 for specific roles like Contract Fraud Analysts, with requirements for background checks and potential security clearances. Submissions must not exceed the established not-to-exceed rates and should include only required information, avoiding personal identifiable information initially. The OIG reserves the right to accept any or none of the proposals, ensuring flexibility throughout the selection process. The BAA aligns with the agency's commitment to maintaining operational integrity while engaging diverse sourcing opportunities.
Feb 25, 2025, 7:05 PM UTC
The USPS Office of Inspector General (OIG) has issued its Broad Agency Announcement (BAA) for Fiscal Year 2025, with Solicitation #6HQOIG-25-A-0001. This announcement invites proposals from interested parties for professional, consultant, and support services aimed at enhancing OIG operations. The solicitation period is open until September 30, 2025, and proposals may be submitted on a rolling basis. The OIG will evaluate submissions based on predefined criteria, reserving the right to accept any or none of the proposals. The document includes various attachments detailing specific services, such as legal advice, research solutions, investigations, audits, IT services, and administrative support. Notably, the BAA highlights that OIG does not fall under the Federal Acquisition Regulation (FAR) and emphasizes the need for adherence to specific reporting and compliance requirements, including those related to veteran assistance. Contract award decisions will be made within approximately 30 days of submission, and contractors are reminded to maintain confidentiality regarding any sensitive information. This BAA serves as a comprehensive guide for potential suppliers to understand submission requirements, evaluation processes, and contractual obligations within the context of federal contracting.
Oct 8, 2024, 6:24 PM UTC
The USPS Office of Inspector General (OIG) has issued a Broad Agency Announcement (BAA) for FY2025, seeking proposals for professional, consultant, and support services to enhance OIG operations. The solicitation (6HQOIG-25-A-0001) supersedes previous versions and is valid from October 8, 2024, to September 30, 2025. The BAA invites submissions on a rolling basis, with awards potentially being made at any point during the solicitation period. Key areas of interest include legal counsel, research solutions, investigative support, auditing, IT services, and mission support functions. Prospective suppliers must not exceed the established not-to-exceed hourly rates for various positions and must avoid submitting personally identifiable information in their proposals. The evaluation process focuses on technical qualifications and adherence to the evaluation criteria set forth for each role. Accepted proposals will result in contracts governed by unique terms separate from the Federal Acquisition Regulation system. The USPS-OIG emphasizes compliance with relevant provisions, including the Vietnam Era Veterans' Readjustment Assistance Act for contracts over $150,000. All contract holders are required to undergo background checks and adhere to confidentiality agreements. This request advances USPS-OIG's mission of transparency and accountability within postal services.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
FY25 AWS Machines Renewal
Buyer not available
The Office of Personnel Management (OPM) is seeking qualified contractors to provide Amazon Web Services (AWS) machines as part of a modernization initiative for its Office of Inspector General's (OIG) Data Warehouse. The procurement aims to enhance OPM's technical capabilities to support audit processing and investigative functions, ensuring accountability and compliance with cybersecurity requirements. The contract will be structured as Time and Material (T&M) and is set to run from June 1, 2025, to May 31, 2026, with quotations due electronically by May 9, 2025. Interested parties must contact Charles P. Reilly III at CHARLES.REILLY@OPM.GOV or call 202-294-2443 for technical queries and must sign a Non-Disclosure Agreement (NDA) to access the Bill of Material (BOM) prior to submission.
Official Military Ceremonial Printed Materia
Buyer not available
The United States Government Publishing Office (GPO) is seeking proposals for the procurement of Official Military Ceremonial Printed Material under Program 2745-S. This contract involves the production of various printed items, including invitations, notepaper, stationery, place cards, and envelopes, with quantities ranging from 25 to 100,000 copies per order, and requires adherence to strict quality assurance standards. These materials are essential for official military ceremonies, reflecting the importance of maintaining high standards in government communications. Bidders must submit electronic proposals by April 9, 2025, with the contract term commencing upon award and concluding on March 31, 2026, with potential extensions. For further inquiries, interested parties can contact Denise Przybylowicz at dprzybylowicz@gpo.gov or Jermaine Berryman at jberryman@gpo.gov.
OIG parking
Buyer not available
The Department of the Treasury, specifically the Bureau of the Fiscal Service, intends to procure 40 monthly parking spaces for law enforcement vehicles from ABM Industry Groups, LLC through a sole-source contract. The procurement requires 24/7 access, unlimited overnight parking, and facilities that include gas/diesel options as well as Electric Vehicle Supply Equipment to support zero-emission vehicles. This initiative is crucial for maintaining the operational safety and efficiency of the law enforcement fleet, reflecting the government's commitment to effective vehicle management. Interested parties must submit their responses by email to purchasing@fiscal.treasury.gov by 10:00 a.m. ET on April 4, 2025, adhering to specified file format guidelines, as no solicitation document will be available.
On-Premise Implementation and Support for Case Management System
Buyer not available
The Department of Labor, specifically the Office of Inspector General, is seeking qualified vendors for the on-premise implementation and support of a Case Management System. This procurement aims to transition from a previously planned limited sources justification to a competitive bidding process, emphasizing the need for robust case management capabilities within the department. The services sought are critical for enhancing operational efficiency and ensuring effective oversight of labor-related programs. Interested parties can reach out to Danit Johnson at johnson.danit@oig.dol.gov or by phone at 202-693-5204 for further information, as the opportunity is now open for competitive proposals.
2024-08-22 OIG Letter to EPA Contractors
Buyer not available
The U.S. Environmental Protection Agency (EPA) Office of Inspector General (OIG) has issued a special notice to remind EPA contractors of their responsibilities regarding the prevention and reporting of fraud, waste, and abuse in relation to EPA contracts. Contractors are required to adhere to the Federal Acquisition Regulation (FAR) and the EPA Acquisition Regulation (EPAAR), which mandate integrity in business practices and the timely disclosure of credible evidence of legal violations. This communication is part of the OIG's initiative for 2024, designated as the "Year of Fighting Fraud," and emphasizes the importance of compliance and integrity in EPA contracting processes. Contractors are encouraged to report any suspected misconduct confidentially via the OIG Hotline or email, with the assurance of protection for whistleblowers under federal law.
Request for Proposal: Air Taxi Services – Ketchikan, Hyder, Alaska
Buyer not available
The United States Postal Service (USPS) is soliciting proposals for Air Taxi services between Ketchikan, AK, and Hyder, AK, under solicitation number 5A-25-A-0001. The procurement aims to establish a contract with a four-year base period starting July 10, 2025, and includes two optional two-year extensions, focusing on timely delivery of various mail classes while adhering to federal regulations. This initiative is crucial for enhancing logistics and service delivery in remote Alaskan locations, with a contract value ranging from $10,000 to $1,950,000 over the performance period. Interested suppliers must submit their proposals by April 18, 2025, and direct inquiries to Diane N. Brown at diane.n.brown@usps.gov or Doug Brewer at Douglas.E.Brewer@usps.gov by April 10, 2025.
Grand Jury & Deposition Court Reporting; U.S. Attorney's Office - Washington District of Columbia
Buyer not available
The Department of Justice, through the Executive Office for United States Attorneys, is soliciting proposals for Grand Jury and Deposition Court Reporting Services for the U.S. Attorney's Office in Washington, D.C. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide essential court reporting services, including transcription and attendance at grand jury sessions, with a focus on maintaining confidentiality and security due to the sensitive nature of the materials involved. This contract is particularly significant as it supports the U.S. Attorney's mission to uphold judicial integrity and facilitate legal proceedings, with a performance period from July 1, 2025, to June 30, 2030, and an anticipated award date of July 1, 2025. Interested small businesses must submit their proposals by April 11, 2025, and can direct inquiries to Jonathan Mayfield at jonathan.mayfield@usdoj.gov or by phone at 202-252-5403.
U.S. Senate Information Technology Support Contract (ITSC) V
Buyer not available
The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking proposals for the Information Technology Support Contract (ITSC) V, aimed at outsourcing essential IT services across Senate offices in Washington, D.C., and all fifty states. The contract will provide comprehensive support for workstation and server hardware, software applications, help desk services, and maintenance, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a two-year base period and four optional one-year extensions, contingent on funding availability. This initiative is critical for enhancing the operational efficiency of the Senate's IT infrastructure, ensuring seamless support for legislative functions while adhering to strict security and quality assurance standards, including ISO/IEC 20000 certification. Interested contractors must submit their proposals by April 25, 2025, and can direct inquiries to Nicole Barnes at nicolebarnes@saa.senate.gov or by phone at 202-224-9321.
Electronic Research Services (ERS) Tax Research Services
Buyer not available
The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking proposals for Electronic Research Services (ERS) related to tax law, aiming to establish a firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement is intended to enhance the IRS's capabilities in legal, business, and news research, supporting approximately 15,000 employees engaged in tax analysis, audits, and customer service. The contract will span an initial base period from July 1, 2025, to June 30, 2026, with options for four additional years, and proposals must be submitted by April 30, 2025, to the Contract Specialist, Brian Carter, at brian.j.carter@irs.gov. Interested vendors should ensure compliance with federal regulations and prepare for a competitive evaluation based on technical approach, management strategy, past performance, and price.
ACC APG Installation & Technology Division (Formerly Tenant Division) Competitive/Fair Opportunity Industry Updates FY 2025
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is announcing a series of contracting opportunities for small businesses, particularly those eligible under the 8(a) Small Business Set-Aside program, for Fiscal Year 2025. The opportunities include a recompete for post-wide minor construction services estimated at $100M-$110M, environmental forestry management services valued at $12M-$15M, and stormwater management facilities maintenance with an estimated worth of $20M-$24M, among others. These contracts are crucial for supporting the varied service needs of military installations while ensuring compliance with federal regulations. Interested parties should note that these postings are for informational purposes only, and formal proposals should not be submitted until official solicitations are announced; for further inquiries, contact Yadira Colon at yadira.i.colon.civ@army.mil.