On-Premise Implementation and Support for Case Management System
ID: 1604DC25LSJCASEType: Special Notice
Overview

Buyer

LABOR, DEPARTMENT OFOFFICE OF INSPECTOR GENERALDEPT OF LABOR OIG - PROCUREMENT OFCWASHINGTON, DC, 20210, USA

NAICS

Other Computer Related Services (541519)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Lifecycle
    Title
    Type
    Similar Opportunities
    Directed Medical Services for the Department of Labor, Office of Workers' Compensation Programs (OWCP), Division of Federal Employees Compensation (DFEC) program
    Labor, Department Of
    The Department of Labor (DOL) is seeking contractors to provide Directed Medical Services for the Office of Workers' Compensation Programs (OWCP), specifically for the Division of Federal Employees Compensation (DFEC) program. The objective of this procurement is to establish a nationwide network of medical specialists to facilitate timely adjudication of workers’ compensation claims through services such as second opinion examinations (SECOP), independent medical examinations (IME), and case file reviews. These services are crucial for accurately diagnosing work-related medical conditions and determining disability and permanent impairment levels for claimants across the United States and its territories. Interested parties should note that the proposal due date has been extended to December 19, 2025, with a contract period starting from March 28, 2026, and extending through March 27, 2031. For further inquiries, potential bidders can contact Kristen Hines at Hines.Kristen.A@Dol.Gov or Emily Bear at bear.emily.e@dol.gov.
    00018 - XRD Diffractometer System
    Labor, Department Of
    The U.S. Department of Labor, through the Occupational Safety and Health Administration (OSHA), is seeking information regarding the procurement of an XRD Diffractometer System, as outlined in a Request for Information (RFI). This advanced analytical equipment is essential for high-precision analyses in materials research, including phase identification and crystallographic structure determination across various sample types. Interested vendors must provide detailed company capabilities, proposed approaches, and pricing estimates, with responses due by January 07, 2026, at 2:00 PM EST, and questions accepted until December 17, 2025. For further inquiries, potential respondents can contact Maria Britton at britton.maria.m@dol.gov or Deborah Worrells at worrells.deborah@dol.gov.
    TCIU Case Management and Knowledge Management Support Services Redacted LSJ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure case management and knowledge management support services through a sole-source contract with CSRA. This procurement is justified under the Federal Acquisition Regulation (FAR) due to CSRA being the only responsible source capable of meeting the agency's requirements, as confirmed by continuous market research indicating no viable alternatives for the I2G software. The contract is critical for maintaining the functionality and support of the I2G system, which has previously transitioned from competitive bidding to a sole-source acquisition based on the unique capabilities of CSRA products. Interested parties can reach out to Colleen Paglio at colleen.m.paglio.civ@army.mil or Wendella Baptiste at wendella.a.baptiste.civ@army.mil for further information regarding this opportunity.
    Notice of Sole Source
    Commerce, Department Of
    The Department of Commerce is announcing a sole source procurement for IT services, indicating that the contract will be awarded to a single vendor without a competitive bidding process. This decision is based on the authority granted under FAR 8.405-6(a)(1)(i)(B), which allows for such actions when only one source is deemed capable of fulfilling the requirements. The procurement is critical for supporting the department's management operations, and all inquiries regarding this opportunity should be directed to Lauren Gueye at lgueye@doc.gov, as telephone inquiries will not be accepted. The place of performance for this contract will be in Washington, DC, and further details can be found in the attached justification document.
    LSJ for FSS Task Order Award for Performance Measurement Tools to the Office of the Chief Financial Officer
    Justice, Department Of
    The Department of Justice, specifically the Office of Justice Programs, is seeking to award a task order for performance measurement tools to support the Office of the Chief Financial Officer. This procurement aims to enhance program management and support services, which are critical for effective financial oversight and accountability within the department. The performance measurement tools will play a vital role in assessing the efficiency and effectiveness of various justice programs. Interested vendors can reach out to Debashis Nag at debashis.nag@usdoj.gov or by phone at 202-616-1705 for further details regarding this opportunity.
    Service Now O&M
    Small Business Administration
    The Small Business Administration (SBA) is seeking to procure ongoing operations and maintenance (O&M) services for its ServiceNow platform, which is critical for the agency's Information Technology Service Management. The procurement aims to ensure the continuity of services related to the ServiceNow commercial software, including agile project management, compliance with federal cybersecurity requirements, and the integration of new capabilities to enhance business processes and workflows. This opportunity is particularly urgent, as the current contractor, iTech AG, has the necessary infrastructure and trained staff to meet the immediate needs of the SBA, and transitioning to a new vendor would result in unacceptable delays. Interested parties can contact Clinton Mouser at clinton.mouser@sba.gov for further information.
    Notice of Intent to Sole Source - mLINQS
    Commerce, Department Of
    The U.S. Department of Commerce (DOC) intends to negotiate a sole-source contract with MLINQS, LLC for the continued use of its relocation software, mLINQS, which is essential for facilitating travel relocation services for DOC employees. This acquisition will involve a one-year base contract with four additional one-year priced options, following the existing GSA schedule contract GS-33F-0007U. The mLINQS software is crucial for standardizing relocation processes across various bureaus within the DOC, ensuring compliance with federal regulations and enhancing operational efficiency. Interested parties may submit responses within 15 days of this notice to challenge the sole-source determination, with inquiries directed to Cameron Brooks and Brandon Harrell via their provided email addresses.
    Office of Military Commissions (OMC) Case Analysis and Investigative Support
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking to procure case analysis and investigative support services for the Office of Military Commissions (OMC). The contractor will be responsible for providing all necessary personnel, equipment, and materials to support courtroom and case preparation, ensuring compliance with the standards outlined in the Performance Work Statement (PWS). This procurement is critical for ongoing military commission cases, including high-profile matters such as the 9/11 case and the USS COLE bombing, where the expertise and security clearances of the personnel are essential to avoid delays in national security litigation. The contract, valued at approximately $3.9 million, is a sole-source bridge extension to General Dynamics Information Technology, Inc. (GDIT), with the current contract set to expire on May 10, 2023, and a long-term solution anticipated by November 2023. Interested parties may contact Shacasia King at shacasia.t.king.civ@mail.mil or 571-574-0406 for further information.
    Limited Sources Justification (LSJ) for IDIQ non-personnel support services
    State, Department Of
    The Department of State is seeking to post a Limited Sources Justification (LSJ) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on non-personnel support services. This procurement aims to comply with FAR 8.405-6(a)(2)(i)(B), which outlines the justification process for limited sources. The services are critical for management support in contract, procurement, and acquisition areas, ensuring efficient operations within the department. Interested parties can reach out to Wade Ward at WardBW@state.gov or call 202-374-4491 for further information regarding this opportunity.
    Davis Bacon Electronic Payroll Services and Transition Out Services
    Housing And Urban Development, Department Of
    The Department of Housing and Urban Development (HUD) is seeking contractor support for the continuation of Electronic Payroll Services and Transition-Out activities for the Office of Labor Standards Enforcement and Economic Opportunity. This procurement aims to maintain the Davis-Bacon and Labor Standards (DBLS) operations, which include receiving, reviewing, and retaining certified payroll reports for federally funded projects, ensuring compliance with DBLS laws. The services are critical for the effective management of labor standards in HUD projects, contributing to the integrity of federally funded initiatives. Interested parties can contact Michelle Johnson at Michelle.L.Johnson@hud.gov or by phone at 215-430-6717 for further details.