Legal Services for EEO & Employment Law Matters IDIQ
ID: FHF-26-Q-0003Type: Combined Synopsis/Solicitation
Overview

Buyer

FEDERAL HOUSING FINANCE AGENCYFEDERAL HOUSING FINANCE AGENCYFEDERAL HOUSING FINANCE AGENCY, OBFMWASHINGTON, DC, 20219, USA

NAICS

Offices of Lawyers (541110)

PSC

SUPPORT- PROFESSIONAL: LEGAL (R418)

Set Aside

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

    The Federal Housing Finance Agency (FHFA) is seeking qualified law firms to provide legal services for Equal Employment Opportunity (EEO) and employment law matters through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The selected firms must have expertise in federal employment law, including compliance with various federal statutes, and will be responsible for delivering legal advice, representation in disciplinary actions, and adjudication of EEO complaints, among other services. This procurement is a total small business set-aside, with the FHFA anticipating the award of two contracts, each with a maximum ceiling of $2.6 million over a five-year ordering period from March 1, 2026, to February 28, 2031. Interested parties must submit their quotations by the specified deadline and direct any questions to Laura Baker at laura.baker@fhfa.gov by January 8, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Housing Finance Agency (FHFA) seeks legal services for Equal Employment Opportunity (EEO) and employment law matters through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The chosen law firm must specialize in Federal employment law, including Title 5 of the U.S. Code, Civil Rights Act of 1964, Age Discrimination in Employment Act, Rehabilitation Act of 1973, Equal Pay Act, and Genetic Information Nondisclosure Act. Services encompass legal advice, representation in disciplinary actions, EEO complaint adjudication, internal grievances, arbitrations, and federal court litigation. The firm must be within 150 miles of FHFA headquarters, provide court reporting and expert witnesses, and ensure data security for Controlled Unclassified Information (CUI). The contract has a five-year ordering period from March 1, 2026, to February 28, 2031, with a maximum ceiling of $2,600,000. Key personnel requirements include partners with at least 10 years and associates with at least 5 years of post-Juris Doctor experience in federal civilian personnel law and EEO. Deliverables include monthly reports and high-quality written products that comply with Section 508 accessibility standards and CUI marking requirements.
    This government file, FHF-26-Q-0003 Attachment B, outlines the contractual clauses and provisions for federal government RFPs, grants, and state/local RFPs, with a specific focus on the Federal Housing Finance Agency (FHFA). It details general terms, Federal Acquisition Regulation (FAR) clauses incorporated by reference, and specific FHFA clauses. Key aspects include compliance with anti-discrimination laws, the non-personal nature of services, and the incorporation of various FAR clauses covering areas such as System for Award Management, commercial entity codes, contract terms and conditions, and accelerated payments to subcontractors. The document also addresses detailed procedures for inspection/acceptance, invoice requirements, payment processes (including handling overpayments and interest), risk of loss, taxes, and termination for convenience or cause. FHFA-specific clauses cover dispute resolution, acknowledging FHFA as a non-appropriated funded agency not subject to the Contract Disputes Act, public release of contract award information, and nondisclosure of Controlled Unclassified Information (CUI). The file also includes safeguarding requirements for contractor information systems and clauses related to ordering, order limitations, indefinite quantity, options to extend services and contract terms, stop-work orders, government delay of work, and the binding nature of written agreements. The FHFA's unique dispute process and its non-appropriated status are emphasized, along with stringent rules regarding CUI and public information.
    This government file is a wage determination (No.: 2015-4281, Revision No.: 35) from the U.S. Department of Labor, Wage and Hour Division, applicable to federal service contracts in the District of Columbia, specific Maryland counties (Charles, Prince George's), and Virginia counties (Alexandria, Arlington, Fairfax, Falls Church, Fauquier, Loudoun, Manassas, Manassas Park, Prince William, Stafford). It outlines required wage rates for numerous administrative, automotive, food service, maintenance, health, information technology, and other occupations. The document also details fringe benefits including health and welfare (with different rates for EO 13706-covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. Special provisions cover computer employees (exemptions), air traffic controllers and weather observers (night and Sunday pay), hazardous pay differentials (8% or 4% for ordnance-related work), and uniform allowances. It also describes the conformance process for unlisted occupations, emphasizing comparison with the "Service Contract Act Directory of Occupations." The file references Executive Order (EO) 13706 regarding paid sick leave and EO 13658 for minimum wage requirements on federal contracts.
    The document outlines the labor cost structure for government contract FHF-26-Q-0003, detailing pricing worksheets for Ordering Periods I-V and Years VI-VIII. It specifies labor categories such as Partner, Associate, Junior Associate, and Legal Assistant/Paralegal Support, for which quoters must provide hourly rates. These rates are comprehensive, covering all associated costs including overhead, overtime, local travel, G&A, and profit, excluding only Other Direct Costs (ODCs) and specific travel. The document explicitly states that no additional markup charges will be paid for administering reimbursables or subcontractor costs beyond the loaded hourly rates. It also clarifies that these labor rates will apply to any Task Order extending beyond the IDIQ's ordering period, with specific provisions for rate implementation if FAR Clause 52.217-8 is exercised to extend Ordering Period V.
    The document "FHF-26-Q-0003 Attachment E - Personnel Questionnaire" is a federal government Request for Proposal (RFP) attachment that outlines the required information for a personnel questionnaire. This questionnaire is designed to assess the qualifications and experience of individuals proposed for federal personnel law roles. It requests details such as name, title, proposed role (Partner or Associate), and years of post-bar admission practice in federal personnel law. The core of the questionnaire focuses on the individual's experience representing federal employees or agencies before various federal forums, including the U.S. Equal Employment Opportunity Commission (EEOC), U.S. Merit Systems Protection Board (MSPB), federal courts, and labor forums (e.g., Federal Service Impasses Panel, Federal Labor Relations Authority). For each forum, it asks for the number of years practicing, approximate case numbers, types of cases/matters, and any significant cases. Additionally, it seeks information on experience advising or representing federal agencies or employees in personnel matters such as misconduct, settlement negotiations, poor performance, grievances, and reasonable accommodations, prior to formal action at the EEOC or MSPB. This document is crucial for evaluating a candidate's expertise and relevance to federal personnel law matters.
    The document "FHF-26-Q-0003 Solicitation Questions" outlines a structured format for submitting questions related to a solicitation. It requires respondents to provide the question number, the question itself, the name of the relevant document (e.g., "Attachment A - Performance Work Statement"), and the specific section within that document (e.g., "Section 3 of Attachment A - Performance Work Statement"). This structure is designed to facilitate clear, organized inquiries from prospective bidders or grantees regarding government RFPs, federal grants, or state and local RFPs, ensuring that all questions are directly traceable to specific parts of the solicitation documents.
    The Federal Housing Finance Agency (FHFA) issued solicitation FHF-26-Q-0003, a Request for Quotations (RFQ) for legal services specializing in Federal employment law and Equal Employment Opportunity (EEO) matters. This small business set-aside aims to award two Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts. Quoters must be registered in SAM and submit proposals in four volumes: Technical Quotation—Law Firm Experience, Technical Quotation—Personnel Experience, Past Performance, and Conflict of Interest Mitigation Plan, Price Quotation, and Representations and Certifications. Evaluation prioritizes technical merit, with Law Firm Experience screened first, followed by Personnel Experience, Past Performance, and COI Mitigation Plan, with fair and reasonable pricing determining the final award. Questions are due by January 8, 2025.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Legal and Advisory Support Services (Final RFP)
    Energy, Department Of
    The U.S. Department of Energy (DOE) is seeking proposals for professional legal and advisory services through Solicitation Number 89303025RGC000002, aimed at supporting the Office of the General Counsel (OGC). This procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a ceiling value of $50 million over a five-year period, covering various legal areas such as energy law, litigation support, and intellectual property. The selected contractors will be evaluated based on their legal experience, key personnel qualifications, and pricing, with up to ten contracts awarded on a rolling basis. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested parties can contact Lars Hankin at lars.hankin@hq.doe.gov or Sang Han at sang.han@hq.doe.gov for further information.
    Copier Lease Extension
    Federal Housing Finance Agency
    The Federal Housing Finance Agency (FHFA) is seeking to extend its current lease for copiers, specifically for a two-year period with an option for an additional year. This extension is justified as a logical follow-on to an existing contract with Alvarez, LLC, which involves 28 Konica copiers, and is necessary due to the impact of remote work during the COVID-19 pandemic and an ongoing space analysis that may lead to downsizing. The extension aims to avoid potential termination fees associated with a new lease and ensure efficient use of funds, with the contracting officer confirming that the costs are fair and reasonable. Interested parties can contact Laura Baker at Laura.Baker@fhfa.gov or by phone at 202-893-5218 for further details.
    Legal services ongoing maintenance and enforcement of settlement agreements and judgments already obtained by DFC
    United States International Development Finance Corporation
    The United States International Development Finance Corporation (DFC) is seeking to award a sole source contract for legal services related to the ongoing maintenance and enforcement of settlement agreements and judgments previously obtained by the agency. The contract will encompass a firm-fixed price arrangement with a base year of 12 months and an option for an additional 12 months, emphasizing the need for specialized legal expertise in this area. This procurement is being conducted under Simplified Acquisition Procedures, allowing for sole source procurement when only one responsible source can fulfill the requirements. Interested parties are invited to submit capability statements by December 22, 2025, at 3:00 PM Eastern Time to Remi Eggers at remi.eggers@dfc.gov, as the government will consider these submissions in determining whether to pursue competitive procurement in the future.
    WFL AE Design IDIQ
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration's Western Federal Lands Highway Division (WFLHD), is seeking qualified architect-engineer firms for the WFL AE Design Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The procurement aims to provide comprehensive architect-engineer services, including project planning, preliminary engineering, and post-design support for federally funded transportation infrastructure projects across environmentally sensitive areas in Alaska, Idaho, Montana, Oregon, Washington, and Wyoming. The total contract ceiling is set at $60 million, with a minimum guarantee of $10,000 per IDIQ, and two contracts are specifically set aside for small businesses. Interested firms must submit their qualifications using the Standard Form 330 by January 30, 2026, and should direct any inquiries to Kyle M. Wood at WFL.AE@DOT.GOV or by phone at 360-619-7860.
    RFP - Medical Evaluations and Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for a Request for Proposal (RFP) titled "Medical Evaluations and Services" under solicitation number 15F06725R0000538. The objective of this procurement is to establish a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for professional occupational health services through a nationwide patient physician network, which will provide medical examinations and related services for prospective and current FBI employees. These services are critical to ensuring the health and fitness of personnel in support of the FBI's global mission, encompassing various medical evaluations, including fitness-for-duty exams and immunizations, with a contract duration of one base year and four optional years, plus a potential six-month extension. Proposals are due by January 16, 2026, and interested parties can direct inquiries to Robert Shifflet at rtshifflet@fbi.gov or Robert Bruce at rebruce@fbi.gov for further information.
    Reasonable Accommodation Support Services
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is seeking contractor support services for Reasonable Accommodation Support Services to assist its Equal Employment Opportunity (EEO) office. The primary objective is to provide professional medical analysis and assistance related to the Reasonable Accommodations (RA) program, ensuring individuals with disabilities can effectively participate in the job application process and perform essential job functions. This contract, valued at up to $175,000, will cover a five-year period from February 9, 2026, to February 8, 2031, and includes both in-person and virtual medical consultations, with specific deliverables and reporting requirements. Interested parties should contact Jessica Thompson at jessica.a.thompson58.civ@us.navy.mil for further details and to submit proposals by the specified deadline.
    R418--Caregiver Support Program Financial and Legal Services (CSP-FLS) (VA-25-00004108)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Caregiver Support Program Financial and Legal Services (CSP-FLS) under solicitation number 36C10X26R0001. This procurement aims to provide comprehensive financial and legal services to designated Primary Family Caregivers enrolled in the Program of Comprehensive Assistance for Family Caregivers (PCAFC), including estate planning, advanced directives, power of attorney, and financial planning services such as budgeting and debt management. The contract will be awarded as a single firm-fixed price and time and materials hybrid contract, with a base period of 12 months and four optional 12-month periods, emphasizing nationwide service coverage and compliance with HIPAA regulations. Proposals are due by January 8, 2026, at 10:00 AM Eastern Time, and interested parties can contact Contract Specialist Brian Kadel at Brian.Kadel@va.gov or 240-215-1653 for further information.
    REO Field Service Manager (FSM) for All Contract Areas
    Housing And Urban Development, Department Of
    The Department of Housing and Urban Development is seeking a qualified contractor to serve as the REO Field Service Manager (FSM) for all contract areas. This role involves overseeing the maintenance of residential buildings, ensuring compliance with federal standards, and managing various operational tasks related to real estate owned (REO) properties. The FSM position is critical for maintaining the quality and safety of housing under HUD's jurisdiction, which directly impacts community welfare. Interested parties should contact Charles W. Hoyle, Jr. at sourcessought@hud.gov for further details regarding this opportunity.
    Field, Background-Investigative Services (Multiple Award)
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified contractors to provide Field and Background-Investigative Services through a multiple-award Request for Quotations (RFQ). The procurement aims to establish Basic Ordering Agreements (BOAs) for an estimated 2,400 hours/points per year per awardee, with services compensated at $50 per point over a five-year period. These services are critical for conducting personnel security background investigations, ensuring compliance with federal regulations, and safeguarding sensitive information. Interested offerors must submit their quotations by June 15, 2030, and can direct inquiries to Sheray Millhouse at Sheray.Millhouse@ATF.gov or by phone at 202-648-9071.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.