RFI-Human Resources PAR, Pay and Benefits Processing Service
ID: 1331L5-26-S-13OS-0002Type: Presolicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFOFFICE OF THE SECRETARYDEPT OF COMMERCE SSPOWASHINGTON, DC, 20230, USA

NAICS

Human Resources Consulting Services (541612)

PSC

SUPPORT- PROFESSIONAL: HUMAN RESOURCES (R431)
Timeline
    Description

    The Department of Commerce (DOC) is seeking industry input through a Request for Information (RFI) regarding Personnel Action Requests (PAR), Payroll, and Benefits (PP&B) services to support its operations. The objective is to gather market research on potential third-party vendors who can provide these essential HR services, which include transactional processing, operations management, and call center support, as well as adherence to service level agreements (SLAs) and quality control measures. This RFI is crucial for understanding the capabilities of the market and does not constitute a formal solicitation; any subsequent procurement will be announced separately. Interested parties are encouraged to submit their responses by December 16, 2025, at 1:00 PM EST, and can direct inquiries to Courtney C. Palmer at cpalmer@doc.gov or by phone at 202-207-7685.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Commerce (DOC) is seeking a third-party vendor to provide Personnel Action Request (PAR), Payroll, and Benefits (PP&B) services. This Request for Proposal (RFP) outlines a two-phase approach: Phase 1 for transition and implementation, and Phase 2 for ongoing operations and enhancements. The vendor will be responsible for transactional processing, operations management, call center support, and HRIT system administration. Key requirements include adherence to SLAs, data ownership by DOC, and robust plans for security, quality control, emergency preparedness, financial management, records management, and staffing. Proposals will be evaluated on technical approach, past performance, and cost, with a multi-step acquisition process leading to a single award. The selected contractor must demonstrate expertise in federal HR processes and technology, and commit to continuous improvement and regulatory compliance.
    This document, "Attachment 2: DRAFT Service Level Agreements (SLAs)," outlines preliminary service level agreements for a government contract, likely an RFP. It details various metrics across categories such as Contact Center operations (Speed to Answer, Tier 1 and Overall Contact Resolution, Customer Satisfaction), PAR Processing, Payroll Processing, Benefits Processing, eOPF (Transmission Timeliness and Quality), Reporting (Operational and Performance), HRIT Data Maintenance, and At Fault No-Pays. The document explicitly states these SLAs are drafts, subject to change, calibration, and final agreement. Crucially, items highlighted in blue represent draft "fee-at-risk" SLAs, indicating potential financial penalties for the provider if not met, with specific financial impacts to be determined during negotiations. The document also notes a recommendation against tracking "SINQ Processing Timeliness" as an SLA due to past compliance issues and audit problems.
    The document outlines key personnel roles and their descriptions, responsibilities, and minimum requirements for supporting PAR, Payroll, and Benefits services, including contact support. Key roles include Program Manager, Operations Director/Center Lead, Transition Lead, Quality Control Lead, End-to-End Federal HR SME, Benefits Lead, Payroll Lead, PAR Lead, Records and Document Management Lead, Contact Center Lead, HRIT Lead, and Communications Lead. Each role specifies required experience, education (typically a Bachelor's degree), and preferred skills, with a strong emphasis on Federal HR and shared services experience. The document also details responsibilities such as managing teams, ensuring quality control, driving continuous improvement, handling complex HR/payroll/benefits issues, and maintaining customer satisfaction. The overall purpose is to define the organizational structure and expertise required for efficient and high-quality service delivery in a federal shared services environment.
    Attachment 4 details the projected workload volumes for the Department of Commerce (DOC) Office of Human Resources Management (OHRM) for Calendar Year 2024, focusing on PAR, Payroll, and Benefits (PP&B) and Call Center operations. The data, derived from historical volumes in 2022 and 2023 from NFC, ServiceNow, and HRConnect, provides expected PP&B volumes for 2024 and FTE counts by Servicing HR Organization (SHRO) as of September 30, 2025. Key figures include an annual total of 57,046 PAR actions, 20,056 payroll actions, and 6,340 benefits actions. The document also presents historical HRIT service volumes and HR contact volumes for 2024, showing 33,059 calls, 12,426 emails, and 8,697 portal contacts to the Service Center. It notes potential fluctuations due to hiring and limits data to in-scope bureaus.
    Attachment 5 outlines the Department of Commerce (DOC) Office of Human Resources Management (OHRM) Payroll, Personnel, and Benefits (PP&B) Pricing Template, an essential component of federal government RFPs. It provides detailed instructions for bidders to complete three key pricing tabs: Rate Card, Transition Pricing, and Transactional Pricing. The Rate Card tab requires bidders to input yearly increases, 738X schedule rates, and discounts for specified labor categories, which the government deems necessary for the PP&B program. The Transition Pricing tab instructs bidders to use provided labor categories and discounted rates from the Rate Card, aligning them with key personnel from the draft RFP and detailing monthly hours for the transition period. The Transactional Pricing tab mandates bidders to provide a fully loaded cost per transaction for various services, reflecting their staffing model and inclusive of all associated costs as defined in the Statement of Work. This document ensures a standardized and comprehensive approach to pricing submissions for the PP&B services.
    Attachment 6 outlines the DRAFT DOC OHRM PAR, Payroll, and Benefits (PP&B) Staffing Model Template, an essential component for federal government RFPs. It provides comprehensive instructions for bidders to complete various tabs, including Transition Services and Transactional Services. Bidders must utilize specific Labor Category (LCATs) from the Rate Card Tab and identify Key Personnel from the Terms and Conditions. The document details how to allocate hours for transition timeframes and transactional services across functional areas like Payroll Operations, Personnel Operations, Benefits Operations, and HRIT Operations. It also includes SOW mapping for aligning LCATs to relevant Statement of Work elements. The template emphasizes completing highlighted cells, avoiding formula changes, and accurately populating hours for different years, ensuring a structured approach to staffing and cost estimation within the federal procurement process.
    The Department of Commerce (DOC) Shared Services Procurement Office has issued a Request for Information (RFI) for market research purposes concerning HR services for Personnel Action Requests (PAR), Payroll, and Benefits (PP&B). The DOC seeks a third-party vendor to provide these services to its bureaus and the Office of the Secretary, including transition, implementation, operations, and ongoing enhancements. This RFI is not a formal solicitation, and the DOC will not cover responder costs. The RFI includes attachments such as draft program requirements, SLAs, key personnel descriptions, workload volumes, and a pricing template. The DOC specifically requests feedback on the sufficiency of information provided for proposing, proposed SLA descriptions, key personnel, pricing of mass actions, and the overall evaluation approach. Responses are due by December 16, 2025, at 1:00 PM EST.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Assessments and Assessment Support Capabilities
    Buyer not available
    The Office of Personnel Management (OPM) is seeking industry feedback through a Request for Information (RFI) regarding commercial off-the-shelf (COTS) employment selection assessments and assessment development services. The primary objective is to identify modern, scalable assessment solutions that can seamlessly integrate with the existing USA Hire assessment platform, ensuring compliance with federal hiring requirements and delivering cost savings. This initiative is particularly focused on enhancing technical competency assessments for various federal job series, emphasizing the need for job analysis-based content and assessments that measure technical skills in fields such as IT, finance, and engineering. Responses to this RFI are due by December 10, 2025, and interested vendors should direct their inquiries to Assessment RFI at SelectionAssessment@opm.gov, as this RFI serves solely for market research and does not constitute a solicitation for proposals.
    FEHB Protection Act
    Buyer not available
    The U.S. Office of Personnel Management (OPM) is seeking industry collaboration through a Request for Information (RFI) for the implementation of the FEHB Protection Act of 2025, which mandates a comprehensive audit of family member eligibility within the Federal Employees Health Benefits (FEHB) Program. The OPM is specifically looking for vendor capabilities to conduct large-scale automated verifications, integrate with federal and external data sources, develop web portals for document uploads, and ensure compliance with federal security standards, among other requirements. This initiative is crucial as it aims to enhance the integrity of the FEHB Program, which serves approximately 8.3 million individuals. Interested vendors must submit their responses by December 15, 2025, and can direct inquiries to Padma Shah at CEP@opm.gov.
    RFI - Executive, Administrative and Professional Support Services
    Buyer not available
    The U.S. Marshals Service (USMS) is seeking industry feedback through a Request for Information (RFI) for Executive, Administrative, and Professional Support Services, which will succeed the current Blanket Purchase Agreement held by Mayvin, Inc. This procurement aims to gather contractor assistance across over thirty labor categories, with an estimated value exceeding $200 million over five years, and will require personnel capable of working in a federal law enforcement environment at USMS Headquarters and various satellite offices nationwide. The services are critical for supporting USMS operations in areas such as human resources, finance, and program analysis, ensuring compliance with federal regulations and continuity of operations. Interested parties must submit their responses by December 12, 2025, and direct all communications to Christopher Jones at christopher.jones10@usdoj.gov or Julie Simpson at julie.simpson@usdoj.gov, with the subject line “Administrative Management RFI.”
    Patent Technical Services (PTS)
    Buyer not available
    The Department of Commerce, specifically the United States Patent and Trademark Office (USPTO), is seeking responses to a Request for Information (RFI) regarding Patent Technical Services (PTS) aimed at enhancing their capabilities in processing, tracking, and reviewing complex federal records. The USPTO intends to gather market information to identify qualified vendors who can meet their requirements, which include a range of administrative and management consulting services as outlined in the draft Statement of Work (SOW). This procurement is particularly significant as it will inform an alternative competition process under the Patent and Trademark Office Acquisition Guidelines, ultimately leading to a limited solicitation for eligible vendors. Interested small businesses must submit their corporate profiles and past experience references by December 10, 2025, and can direct inquiries to Whitney Lee at Whitney.Lee@uspto.gov or Brian Carper at brian.carper@uspto.gov.
    Financial Systems Support and Reporting Services.
    Buyer not available
    The Department of Justice, specifically the Office of Justice Programs (OJP), is seeking qualified vendors to provide Financial Systems Support and Reporting Services. The primary objective of this procurement is to deliver comprehensive financial management operations support, including financial reporting, data analysis, audit support, and internal controls for OJP's grant-making components, which manage a substantial $17 billion financial operation. This opportunity is critical for ensuring compliance and efficiency in financial operations, with key tasks involving grant and non-grant financial support, development of reporting solutions, and implementation of controls to mitigate errors. Interested parties should submit their responses to the Request for Information by December 10, 2025, via email to Treva Paris at Treva.Paris@usdoj.gov, with a maximum of 10 pages in PDF or Word format.
    REQUEST FOR INFORMATION (RFI) - Global Macroeconomic Model Software and Macroeconomic Historical and Forecast Data, and Written Analysis
    Buyer not available
    The Office of the Comptroller of the Currency (OCC), part of the U.S. Department of the Treasury, is seeking information from qualified firms capable of providing global macroeconomic model software, macroeconomic historical and forecast data, and written analysis. The procurement includes two Statements of Work (SOWs): SOW 1 requires software that allows for the simulation of global economic shocks and access to frequently updated data for G-20 countries, while SOW 2 focuses on historical and forecast data for the U.S. economy, including state and Metropolitan Statistical Area (MSA) levels. This RFI is crucial for the OCC to refine its acquisition planning and gauge market interest, with responses due by mid-2026. Interested parties should submit capability statements and pricing estimates to Sean Frey at sean.frey@occ.treas.gov by the specified deadlines.
    Commercial Data Hub Pilot Program
    Buyer not available
    The Department of Commerce is seeking vendors to participate in the Commercial Data Hub Pilot Program, aimed at procuring commercially available data to support its mission of facilitating economic growth and opportunity. The program will allow continuous submissions from vendors for data across various industries, particularly focusing on the NAICS code 519290, which encompasses Web Search Portals and Information Services. This initiative is crucial for enhancing the Department's ability to leverage data for informed decision-making and operational efficiencies, with a contract value of up to $7.5 million and an open solicitation period extending through December 31, 2025. Interested parties can reach out to the primary contact at commercialdatahub@doc.gov or the secondary contact, Jacqueline Brown, at jbrown4@doc.gov for further information.
    Notice of Intent to Sole Source - Accenture Federal Services, LLC BSS
    Buyer not available
    The U.S. Department of Commerce (DOC) intends to award a sole-source contract to Accenture Federal Services, LLC for ongoing support of the Commerce Business Systems (CBS) and Core Financial System (CFS) applications. This contract will be structured as a one-year base period with three six-month priced options, leveraging Accenture's unique expertise and institutional knowledge gained from their incumbency in the CBS/CFS Program. The services provided are critical for maintaining the financial management and accounting capabilities essential to DOC operations, especially as the department transitions to a new Business Applications Solution (BAS) project set for completion in 2026. Interested parties may submit responses within 15 days of this notice to the primary contacts, Cameron Brooks and Brandon Harrell, via email, although no solicitation package is available.
    Electronic Business Center RFI
    Buyer not available
    The Department of Commerce, specifically the United States Patent and Trademark Office (USPTO), is seeking qualified small businesses to provide technical support for its Electronic Business Center (EBC) through a Sources Sought notice. The EBC is responsible for assisting external stakeholders with the USPTO's electronic patent systems, including the Patent Center and trademark filing systems, and requires comprehensive support services such as technical troubleshooting, account management, and customer service. This opportunity is crucial for maintaining efficient operations within the intellectual property community, with a contract value exceeding $25 million and a performance period extending from June 2026 to December 2031. Interested parties should submit their responses, detailing relevant experience, by December 19, 2025, to the primary contact, Denise Sanders, at denise.sanders@uspto.gov.
    Notice of Sole Source
    Buyer not available
    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.