INDUSTRY DAY - Department of Commerce Strategic Sourcing Initiative - Operational and Program Support Services
ID: 1331L525R13OS0025Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFOFFICE OF THE SECRETARY

NAICS

Administrative Management and General Management Consulting Services (541611)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Commerce is hosting a Virtual Industry Day to discuss the Strategic Sourcing Initiative for Operational and Program Support Services, scheduled for November 7, 2024, at 11:00 AM Eastern Time via Microsoft Teams. This procurement aims to secure administrative management and general management consulting services through a Total Small Business Set-Aside, with a focus on providing tailored operational support to various bureaus within the department. The initiative is critical for enhancing operational efficiency and addressing security and performance standards, with an anticipated multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contract structure. Interested parties can reach out to Rosalyne Snow at rsnow@doc.gov or by phone at 202-482-1642 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for operations program support within the Department of Commerce. It specifies that this is not a new requirement, with previous contractors including TRIDENT TECHNICAL SOLUTIONS, LLC, CELESTAR CORPORATION, and VETERAN ENGINEERING AND TECHNOLOGY, LLC. Key requirements include a security clearance process that takes 45 days, educational qualifications dependent on bureau needs, and a small business set-aside for procurement. The RFP anticipates a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Specific tasks involve administrative support tailored to the bureau's requirements, with an emphasis on potential higher workloads in specialized areas. Telework eligibility criteria and security logistics are to be defined at the task order level. The document highlights critical risks associated with onboarding and emphasizes the need for a dedicated project manager to mitigate these risks. It also notes concerns regarding performance standards that require staff to report within ten working days, suggesting a revision to thirty days to align with industry norms. Ultimately, the document reflects the Department of Commerce’s efforts to procure efficient operational support while addressing security, workforce, and performance issues.
    Similar Opportunities
    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.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    Notice of Intent to Sole Source - Accenture Federal Services, LLC BSS
    Commerce, Department Of
    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.
    RFI-Human Resources PAR, Pay and Benefits Processing Service
    Commerce, Department Of
    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.
    Limited Source Justification
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to justify a limited source procurement for IT and telecom service delivery support services. This opportunity involves the provision of essential IT service management, operations center support, and project management labor, as outlined in the Limited Source Justification document. Such services are critical for maintaining NOAA's operational efficiency and ensuring the effective delivery of its technological capabilities. Interested parties can reach out to Brianna Quinn at brianna.quinn@noaa.gov or 303-497-7207, or Hillary Stansfield at hillary.stansfield@noaa.gov or 720-712-8608 for further information regarding this procurement.
    Facilities Management (Infrastructure) Industry Day
    Justice, Department Of
    The Department of Justice, Federal Bureau of Prisons (BOP), is hosting a Facilities Management (Infrastructure) Industry Day from January 13-15, 2026, in Washington, D.C. This event aims to engage industry partners with capabilities in critical facilities construction and maintenance, covering areas such as roofing, mechanical, electrical, plumbing trades, and general construction services. The Industry Day serves as a platform for vendors to showcase their capabilities and discuss best practices directly with BOP representatives. Interested parties must register by January 5, 2026, at 3:30 PM EST, by submitting the updated registration form to the provided email addresses. For further inquiries, contact Rebecca Harman at 202-598-5908 or Joshua Cortez at 623-465-5130.
    R--Conflict Management Services - Internal
    Interior, Department Of The
    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 michelleharvey@ibc.doi.gov or by phone at 571-842-1131.
    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.
    CBP 's Industry Partnership and Outreach Program Office FY26 Office of Information and Technology (OIT)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is hosting an Industry Day for its Office of Information and Technology (OIT) focused on edge computing initiatives. The event aims to engage industry partners to discuss current edge computing technology implementations and explore innovative solutions that can enhance operational effectiveness at the edge. This virtual Industry Day is an opportunity for vendors to learn about ongoing projects and potentially demonstrate their products, although it is important to note that this notice does not constitute a Request for Proposal (RFP) or a commitment by the government. Interested parties can contact David Harrod at David.k.Harrod@cbp.dhs.gov or Luz Ivette Jorge at Luz.I.Jorge@cbp.dhs.gov for more information, and registration details will be provided in future updates.
    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.