Professional Technical and Analytical Services
ID: 25-CHR-25Task0311-PSC212Type: Sources Sought
Overview

Buyer

EXPORT-IMPORT BANK OF THE USEXPORT-IMPORT BANK OF THE USEXPORT IMPORT BANK OF THE USWASHINGTON, DC, 20571, USA

NAICS

Mining (except Oil and Gas) (212)

PSC

SPECIAL STUDIES/ANALYSIS- NATURAL RESOURCE (B525)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:00 PM UTC
Description

The Export-Import Bank of the United States (EXIM) is seeking qualified small and medium-sized businesses to provide Professional Technical and Analytical Services under a Sources Sought Notice (RFI-SSN). The primary objective is to gather insights and capabilities related to U.S. competitive positions in Transformational Export Areas (TEAs) such as renewable energy, semiconductors, and wireless communications, particularly in the context of competition from the People's Republic of China. This initiative is crucial for enhancing U.S. exporters' capabilities and ensuring national security in key technological sectors. Interested vendors must submit their capabilities statements by April 7, 2025, and can direct inquiries to Patricia Ludlow at patricia.ludlow@exim.gov, with an anticipated contract value between $400,000 and $500,000 over five years.

Point(s) of Contact
Files
Title
Posted
The Export-Import Bank (EXIM) is conducting a Request for Information (RFI) regarding professional technical and analytic services, specifically focused on analyzing U.S. competitive positions in rare earth mineral markets. The RFI aims to gauge industry capabilities and insights related to Transformational Export Areas (TEAs). Key responses to questions posed highlight that Ernst & Young LLP is the incumbent service provider, and the contract type is preferred to be Firm-Fixed-Price, though alternative pricing approaches may be considered. The RFI's deadline for responses is April 7, 2025. The government is not looking for predefined methodologies but rather is open to industry expertise to formulate the necessary strategies. Additionally, vendors are encouraged to attend an Industry Day to engage further, although attendance is limited to two representatives per group. The focus of this initiative is to secure competitive analyses that inform governmental strategies against international competition and support U.S. business interests.
Apr 1, 2025, 7:04 PM UTC
The EXIM Bank's China and Transformational Exports Program (CTEP) Industry Day focuses on addressing challenges U.S. exporters face from China's aggressive export credit practices and technology infringement. EXIM is seeking professional analytical services to deliver insights into various Transformational Export Areas (TEAs), such as wireless communications, semiconductors, and renewable energy, emphasizing the importance of national security and competitive advantages. Vendors must possess expertise in global competition, critical minerals, and supply chain dynamics and provide comprehensive analysis through reports and presentations. Transformational Export Areas demand thorough exploration, including comparative leadership analyses and critical mineral assessments, to make strategic recommendations vital for EXIM’s mission. The document outlines expectations for deliverables, evaluation criteria for vendors, and the importance of accurate data visualization to aid U.S. economic decisions. The overarching goal is to enhance U.S. exporters' capabilities against the People's Republic of China in key technological sectors.
Apr 1, 2025, 7:04 PM UTC
The EXIM Deliverables List outlines various analysis and report types related to critical minerals and specific technology sectors. It categorizes deliverables for initiatives within the federal government, especially concerning Emerging Financial Technologies, High Performance Computing, Renewable Energy, and many others. Each section provides examples of reports, including comparative leadership analyses and segmentation definitions, aimed at enhancing insights into these industries. Additionally, the document highlights a distinct focus on critical minerals, listing exhaustive analyses for multiple elements such as nickel, aluminum, and copper, among others. The file emphasizes a structured pricing framework for these tasks, distinguishing between "must-have," "optional," and "may be needed in the future" deliverables, thus establishing priorities for procurement. The overall purpose of the document serves as a strategic guide for securing funding and supporting research efforts within federal RFPs and grants, preparing the groundwork for effective decision-making and resource allocation in technology and mineral sectors.
The Export-Import Bank of the United States (EXIM) seeks a contractor to provide professional technical and analytic services under the China and Transformational Exports Program (CTEP). The contractor will perform Comparative Leadership Assessments, On-Demand Risk Analyses, and offer Subject Matter Expertise in defining and measuring the comparative advantages within Transformational Export Areas (TEAs). Established in FY21, CTEP aims to prioritize EXIM resources based on insights about risk factors posed to U.S. leadership from the People’s Republic of China and other specified countries. Key tasks include conducting risk assessments on comparative leadership in industries and technologies relevant to TEAs, analyzing market and supply chain conditions of critical minerals, and delivering additional analysis to inform EXIM's decision-making processes. Deliverables will consist of digital or printed risk assessment reports as requested. The performance of the contractor will be evaluated through deliverable quality, schedule adherence, cost control, and effectiveness in maintaining professional relations, with evaluations leading to possible rating-based incentives or disincentives. This initiative underscores EXIM's strategic mission to enhance U.S. export competitiveness against international competition focused on key sectors and resources.
Apr 1, 2025, 7:04 PM UTC
The document is a Request for Information (RFI) and Sources Sought Notice (SSN) that outlines a timeline for questions related to an upcoming federal procurement opportunity. Interested parties are encouraged to submit queries by March 25, 2025. While the document lists a series of questions (1.1 through 9.1), the answers are not provided within the text, suggesting that they may be addressed in a subsequent posting. This framework indicates an effort to engage potential contractors and facilitate communication before the solicitation process officially begins. The RFI suggests a focus on gathering insights from industry participants to refine the federal government's requirements and expectations before finalizing the procurement details. Overall, this document serves as a preliminary step in the government’s contracting process, fostering transparency and ensuring that prospective bidders have the opportunity to clarify their inquiries.
Apr 1, 2025, 7:04 PM UTC
The Vendor Self-Evaluation Checklist outlines requirements for vendors responding to a Request for Information (RFI) for Professional Technical and Analytical Services. It includes sections for assessing language proficiency, vendor capabilities, staffing bios, and expertise in various geographic areas. Vendors must indicate their Industry Sector and provide contact information along with a response document. The checklist specifically instructs vendors to submit a capabilities statement alongside examples of their presentation and narrative reports. Additionally, the document addresses limitations on the use and disclosure of Government-Furnished Information (GFI), emphasizing the need for vendors to handle proprietary data with care and under strict guidelines. Contractors must indemnify the government against liabilities arising from misuse of such information, ensuring secure interactions with sensitive data. This checklist serves to streamline vendor evaluations and assist in compliance while mitigating risks associated with government contracts.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Standard Recovery - Mexico
Buyer not available
The Export-Import Bank of the United States (EXIM Bank) intends to award a sole-source contract to Garza Gomez y Asociados, S.C. for legal asset recovery services in Mexico. The contractor will assist EXIM in collecting outstanding debts owed by foreign buyers through activities such as asset searches, negotiations, litigation, and lien registration, necessitating specialized local legal expertise due to the complexities of foreign asset recovery. This initiative is crucial for EXIM's mission to manage credit and country risks effectively, ensuring financial accountability and timely recovery of assets. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Travis Finkle at Travis.Finkle@exim.gov, with a response deadline set for May 9, 2025, at 10:00 AM (Eastern).
Standard Recovery - Brazil (Follow-on)
Buyer not available
The Export-Import Bank of the United States (EXIM Bank) is seeking a contractor to provide asset protection and recovery services in Brazil as part of a sole-source follow-on contract. The primary objective of this procurement is to assist EXIM in collecting outstanding amounts owed by obligors and guarantors, which includes conducting asset searches, negotiations, and potential legal actions related to defaulted loans and guarantees. This initiative is crucial for EXIM Bank's mission to reclaim funds and support U.S. goods and services, particularly in the context of complex international debt recovery. Interested parties can contact Travis Finkle at Travis.Finkle@exim.gov for further details, with the contract performance expected to span five years and a written recovery plan required within 60 days of contract execution.
TEPS III BPA Order for Technical and Analytical Su
Buyer not available
The Department of Energy, specifically the National Nuclear Security Administration (NNSA), is seeking proposals for a Blanket Purchase Agreement (BPA) for Technical and Analytical Support Services for the Office of Nonproliferation and Arms Control (NA-24). This procurement aims to provide essential technical and analytical services that support the mission of nonproliferation and arms control, which is critical for national security and international stability. The opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the relevant NAICS code being 541330 for Engineering Services. Interested parties can reach out to Kwanita A. Brown at kwanita.brown@nnsa.doe.gov or call 202-586-4827 for further information.
Media Monitoring Services
Buyer not available
The United States International Trade Commission (USITC) is seeking qualified firms to provide media monitoring services through a Request for Quotations (RFQ) under Solicitation 34300025Q0022. The objective is to obtain comprehensive media monitoring capabilities that encompass both traditional and social media, enabling the USITC to track coverage relevant to its functions and enhance its reputation management. These services are critical for the agency's mission in international trade investigations and relations, ensuring effective communication and awareness of media coverage related to the USITC. Interested contractors must submit their quotations by May 6, 2025, and can direct inquiries to Meaghann Peak at meaghann.peak@usitc.gov. The anticipated contract includes a base year and four optional extension years, with evaluations focusing on technical ability, past performance, and price.
Expression of Interest for Architectural and Engineering Services for U.S. Embassy Harare, Zimbabwe
Buyer not available
The U.S. Embassy in Harare, Zimbabwe is seeking qualified Architectural and Engineering (AE) firms to provide essential project development, design, supervision, and engineering services for various construction projects in the region. Interested firms must submit an Expression of Interest that includes a completed SF330 form, a detailed company profile, proof of registration with the Engineering Council of Zimbabwe, tax compliance documentation, two years of financial reports, and evidence of relevant past projects and current personnel capabilities. This procurement is vital for enhancing infrastructure in Zimbabwe, and the Embassy will select the firm that best meets its qualifications and requirements for the contracted services. Submissions must be emailed to HarareGSOProcurement@state.gov by 11:30 AM on May 2, 2025, with the subject line titled "PR15285075 for Architectural and Engineering Services (Company Name)."
DOE EERE ISO Impact Evaluation
Buyer not available
The Department of Energy's Golden Field Office is soliciting proposals for a non-personal delivery order focused on the impact evaluation of the Energy Department's Research and Development investments in small businesses and startups through its Integrated Strategies Office. This procurement aims to assess the effectiveness and outcomes of these investments, which are crucial for fostering innovation and growth within the small business sector. The opportunity is set aside for small businesses under the SBA guidelines, with the NAICS code 541611 indicating a focus on administrative management and general management consulting services. Interested parties can reach out to Rex Amicone at rex.amicone@ee.doe.gov or call 720-415-6933 for further details.
Supply and Delivery of Station Power Supply
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Manila, Philippines, is preparing to solicit bids for the supply and delivery of Station Power Supply. This procurement aims to secure power distribution equipment, specifically targeting the manufacturing of power and specialty transformers, which are critical for maintaining electrical infrastructure. The contract will be awarded to the lowest priced technically acceptable offeror, with a firm fixed price structure anticipated. Interested contractors should note that the solicitation is expected to be issued in the first week of February 2025, and must ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential bidders can contact Shadrack L. Scheirman or Randy D. Dayrit via email at ManilaPurchasing@state.gov.
Global Freight Analysis Subscription
Buyer not available
The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking proposals for a cloud-based Global Freight Analysis Subscription to enhance its emergency response logistics operations. This procurement aims to provide a platform for monitoring and forecasting freight activities critical to disaster response and recovery, ensuring FEMA's logistical assessments are informed by near real-time data on freight capacity, pricing trends, and performance benchmarking. The contract will span a base year with options for three annual extensions, reflecting the ongoing need for effective logistics management, particularly in light of recent emergencies. Interested small businesses must submit their proposals by April 25, 2024, with inquiries directed to Janine Bennett at janine.bennett@fema.dhs.gov or Lakisha Hyman at lakisha.hyman@fema.dhs.gov.
IBM SoftwareXcel
Buyer not available
The Federal Deposit Insurance Corporation (FDIC) is seeking quotes for the provision of IBM SoftwareXcel services as outlined in the Request for Quote (RFQ) associated with solicitation number CORHQ-25-Q-0085. Offerors are required to submit detailed proposals that include pricing, compliance with Pre-Award Risk Management (SCRM) requirements, and identification of their status as Original Equipment Manufacturer (OEM), Aftermarket Manufacturer (AM), or Authorized Supplier. This procurement is critical for maintaining the FDIC's software capabilities and ensuring compliance with federal regulations, with the contract performance period spanning from July 1, 2025, to June 30, 2028. Interested vendors must submit their proposals by 1:00 p.m. EDT on May 19, 2025, and can direct inquiries to Hamilton Jackson at hamjackson@fdic.gov or by phone at 571-214-1297.
DOD OSC Federal Credit Program Underwriting Support Services
Buyer not available
The Department of Defense, through the Washington Headquarters Services (WHS), is seeking vendors to provide underwriting support services for the Office of Strategic Capital's Federal Credit Program. The procurement aims to enhance private capital investments in critical national security technologies by assessing creditworthiness, ensuring compliance with federal laws, and managing financial risks associated with the program. This initiative is crucial for bolstering the government's strategic approach to securing and managing federal credit effectively, with an anticipated contract value between $175 million and $200 million over a five-year period. Interested firms must submit their capability statements by May 5, 2025, to the designated contacts, Lawan D. Ferguson and Brandon Johnson, via email.