FOIA AND INFORMATION ACCESS STAFFING SUPPORT SERVICES
ID: 10762431075Type: Sources Sought
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFACQUISITIONS - AQM MOMENTUMWASHINGTON, DC, 20520, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OPERATIONS RESEARCH/QUANTITATIVE ANALYSIS (R405)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The U.S. Department of State is seeking to contract expert support services for its Office of Information Programs and Services (IPS) to ensure compliance with information access programs. This is a sources sought notice for market research purposes only, issued under NAICS code 541611: Administrative Management and General Management Consulting Services.

    The scope of work involves providing project management and staff support for IPS programs related to the Freedom of Information Act (FOIA), Privacy Act, appeals, litigation, special document production, and declassification. The work includes record reviews, data integrity maintenance, financial controls, quality assurance, and project management.

    Key tasks require expertise in FOIA, Privacy Act, and information access laws. The contractor will assign a Project Manager and provide staff support across various levels of expertise, including Senior Management Consultants, Senior Information Access and Management Professionals, Information Access and Management Professionals, Management Analyst Professionals, and Administrative Assistants. Their duties will encompass case management, record searches, reviews, and administrative support.

    The eligibility criteria indicate an emphasis on companies that are 8(a) Certified ANC/NHO/Tribally Owned Entities, with the ability to provide the required staff support and demonstrate expertise in information access and management. Qualified firms must submit their responses by the provided deadline, including company information and socio-economic business size.

    The contract details have not been determined and will be decided upon based on the responses received. The period of performance is TBD, with work hours specified from Monday to Friday during office hours.

    Interested parties should submit their responses to the primary contact, Crystal Brooks, via email by the provided deadline for consideration. All correspondence must be conducted via email, and no phone calls will be accepted.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    REQUEST FOR INFORMATION (RFI) Department of State (DOS) Office of the Procurement Executive (OPE) Federally Funded Research and Development Center (FFRDC) FY25 Requirement
    Active
    State, Department Of
    The Department of State (DOS) is issuing a Request for Information (RFI) to gather insights for establishing a Federally Funded Research and Development Center (FFRDC) aimed at addressing complex global diplomatic issues and enhancing cybersecurity capabilities. The RFI seeks responses from qualified entities, including universities, nonprofits, and industrial firms, that can provide specialized technical expertise in areas such as emerging threats, cyber technology advancements, and strategic acquisitions. This initiative is critical for fostering partnerships that enhance innovation and research, guiding the Department's operational progress in a rapidly evolving global landscape. Interested parties must submit their responses by 5:00 p.m. Eastern Time on October 2, 2024, via email to FFRDC@state.gov, and are encouraged to review the detailed requirements outlined in the attached Scope of Services document.
    National Guard Bureau J1 Combined Support Services
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE National Guard Bureau J1 Combined Support Services The National Guard Bureau, under the Department of Defense, is seeking information and industry feedback for potential sources capable of providing J1 Combined Support Services. These services are intended to support multiple locations within the United States in accordance with Department of Defense standards and applicable laws. The services will be awarded through a competitive 8(a) acquisition. The Draft Performance Work Statement provides all the technical requirements for this effort, which may be subject to change. The services will fall under the North American Industry Classification System (NAICS) code 541611, with a Small Business Administration (SBA) Size Standard of $24,500,000. The Government anticipates awarding a base and four option years plus a 6-month option. Interested companies must be registered in the System for Award Management (SAM) database and with their local SBA office. Small business prime contractors must perform at least 50% of the effort as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. This is a sources sought inquiry for all potential 8(a) vendors. Companies are invited to provide their capability statements in support of this acquisition. The Government's assessment of the capability statements received will determine whether the forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses. For more information and to participate in the market research, interested parties can contact MSgt Brittany Hopkins at brittany.l.hopkins11.mil@army.mil.
    Global Advisory (Update)
    Active
    State, Department Of
    The Department of State is seeking qualified contractors for the Global Advisory services through a forthcoming Request for Proposal (RFP). This initiative aims to provide international advisory services, particularly focusing on enhancing peace and security in sub-Saharan Africa and improving partner nation security sector governance, with a performance period expected to last five years. The contract will be structured as a multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with a maximum of six awards across small business and full and open competition tracks. Interested parties should monitor SAM.gov for updates, as the RFP is tentatively scheduled for release in Q1 of FY25, and can reach out to primary contacts Taynelle McCloud at mccloudtl@state.gov or Todd McNelly at mcnellyrt@state.gov for further inquiries.
    B--Environmental and Cultural Resource Services
    Active
    Interior, Department Of The
    Sources Sought INTERIOR, DEPARTMENT OF THE BUREAU OF RECLAMATION is seeking Environmental and Cultural Resource Services. This is a market research and planning request for information, not a solicitation for quotes, proposals, or bids. The government is looking for potential sources capable of providing these services for the Bureau of Reclamation. The primary NAICS Code for this requirement is 541620 - Environmental Consulting Services. The government is interested in both small and large businesses and is considering a five-year single award Indefinite-Delivery Indefinite-Quantity contract. Interested companies are encouraged to respond with their qualifications and capabilities. The deadline for responses is November 14, 2023.
    U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation & Missile Center (AvMC) Contracting Integrated Product Team (IPT) Findings & Recommendations
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation & Missile Center (AvMC) Contracting Integrated Product Team (IPT) Findings & Recommendations The U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation & Missile Center (AvMC) is seeking findings and recommendations from their Contracting Integrated Product Team (IPT). This notice is a special request for information and suggestions related to the procurement process. The purpose of this notice is to gather insights and suggestions from industry experts and stakeholders to improve the contracting process within the DEVCOM AvMC. The findings and recommendations will be used to enhance efficiency, effectiveness, and overall performance in the procurement of goods and services. Interested parties are encouraged to provide their input and expertise to help identify areas for improvement and propose innovative solutions. The DEVCOM AvMC is particularly interested in suggestions that can streamline the procurement process, reduce costs, and enhance the quality of products and services acquired. This opportunity allows industry professionals to contribute to the development of a more efficient and effective procurement system within the U.S. Army. By participating in this process, vendors and contractors can help shape the future of procurement practices and contribute to the mission of the DEVCOM AvMC. For more information and to submit findings and recommendations, please contact Chrishana Hunt-Granger at chrishana.hunt-granger.civ@army.mil or 520-674-8253. Secondary contact information is also available through Devin Fountain at DEVIN.F.FOUNTAIN.CIV@ARMY.MIL or 2568427591. This special notice presents an opportunity for industry professionals to make a significant impact on the procurement process of the U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation & Missile Center (AvMC).
    19AQMM24N0068 RFI INSPIRE 2.0
    Active
    State, Department Of
    The Department of State's Bureau of Intelligence and Research (INR) is seeking information through a Request for Information (RFI) for the INSPIRE 2.0 initiative, aimed at establishing a Blanket Purchase Agreement (BPA) for IT support services. The primary objective is to gather insights from qualified vendors regarding their capabilities in providing essential IT services, including system operations, application development, and cybersecurity, as INR transitions to a cloud-based network. This BPA, which will span from January 2025 to January 2035, is critical for enhancing INR's IT infrastructure and security to support its mission of delivering reliable intelligence analysis and policy advice. Interested parties must submit their responses electronically by September 23, 2024, to Cristian Reyes at reyescn2@state.gov or Annie Harlow at harlowal@state.gov, with a copy to Michael Dickson at dicksonms@state.gov.
    R--CLASSIFICATION SUPPORT SERVICES (CSS)
    Active
    Energy, Department Of
    The Department of Energy is seeking proposals from small businesses for Classification Support Services to assist its Office of Classification within the Office of Environment, Health, Safety and Security. The objective of this procurement is to provide professional consulting services that will enhance the classification processes and ensure compliance with relevant regulations and standards. These services are crucial for maintaining the integrity and security of sensitive information within the department. Interested parties can reach out to April R. Brooks at april.brooks@hq.doe.gov or call 240-364-4437 for further details, as this opportunity is currently in the presolicitation phase.
    F--INDIGENOUS KNOWLEDGE PROJECT WICA/MORU
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified firms to assist in the Indigenous Knowledge Project focused on fire and resource management at Wind Cave National Park (WICA) and Mount Rushmore National Memorial (MORU) in South Dakota. The project aims to design and implement an Indigenous Knowledge-centered methodology that engages Tribal Cultural Specialists to conduct field surveys, identify culturally significant sites, and develop management strategies that respect the cultural heritage of the Tribal Nations historically associated with these areas. This initiative is crucial for enhancing the protection of culturally significant resources and ensuring that land management practices align with Indigenous perspectives, thereby fostering collaborative stewardship. Interested parties must respond to the Sources Sought notice by September 17, 2024, by submitting their capabilities to Mr. Cole Johnson at colejohnson@nps.gov.
    R408 - Business Management Support Services (BMSS) for Navy Personnel, Manpower, and Training (PMT).
    Active
    Dept Of Defense
    The U.S. Navy is seeking proposals for a federal contract, R408 - Business Management Support Services (BMSS) for Navy Personnel, Manpower, and Training (PMT). This opportunity falls under the administrative and general management consulting services category. The primary purpose of this contract is to support the Navy's PMT office by providing business management services, including program management, administrative support, and technical assistance. The successful awardee will assist in managing and executing various PMT programs, enhancing the efficiency and effectiveness of Navy operations. The scope of work involves multiple key tasks. The awardee will be responsible for providing program management support, budget and financial management, personnel support, and training coordination. This includes assisting in developing and implementing procedures for these areas, as well as delivering comprehensive reports and presentations. The contract will require regular interaction and collaboration with Navy staff, ensuring seamless integration of services. To be eligible for this contract, applicants should possess a strong track record in administrative management, with specific experience in government or military environments being highly desirable. The Navy seeks a partner with a deep understanding of the unique demands and protocols of the public sector. Demonstrated ability in program management, strong communication skills, and data analysis expertise are also crucial. The contract is expected to be funded at around $7 million, with a potential period of performance of five years. The Navy anticipates awarding a fixed-price contract, with the option to extend based on performance and operational needs. Interested parties should submit their proposals before the stated deadline. It is anticipated that the evaluation process will focus on the applicant's technical approach, past performance, and cost-related factors. The Navy encourages applicants to include a detailed description of their qualifications, experience, and proposed solution. For clarification or questions, interested individuals and organizations should contact Alexis Montelone at alexis.montelone@navy.mil. This opportunity offers a chance to play a vital role in supporting the Navy's PMT office, and the successful applicant will contribute significantly to enhancing the Navy's operational capabilities.
    USPS OIG Office of Chief Information Officer (OCIO) Support Services
    Active
    Postal Service
    The United States Postal Service's Office of Inspector General (USPS OIG) is seeking qualified suppliers to provide support services for the Office of the Chief Information Officer (OCIO). The procurement aims to establish multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts to deliver essential services across various directorates, including Software & Data Engineering, IT Operations, IT Security, and Enterprise Services, with specific requirements defined at the task order level. This initiative is crucial for enhancing USPS OIG's operational capabilities through qualified partnerships, ensuring compliance with federal regulations and effective information management. Interested suppliers must submit their proposals by September 19, 2024, at 5 PM EST, with a minimum guaranteed contract value of $30,000 and a maximum ceiling of $60 million for the contract period from February 12, 2025, to February 11, 2030. For further inquiries, contact Robert John at rjohn@uspsoig.gov.