RFI - Executive, Administrative and Professional Support Services
Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFUS MARSHALS SERVICEPROCUREMENT DIVISION, OSSLANDOVER, MD, 20785, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.”

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines various positions within the United States Marshals Service (USMS), including Accountants, Administrative Assistants (I, II, and Support Specialist), Budget Analysts, Contract Specialists (I, II, and III), Computer System Analysts, Copy Room Operators, Intelligence Data Analysts, Investigative Research Analysts, Intelligence Research Specialists, Jr. Project Managers (OCM), Procurement Analysts, Program Analysts (I, II, and Senior), Program Managers (I and Senior), Project Managers (I and Senior), Statisticians, Records Management Analysts, and Senior Technical Consultants. Each role includes detailed duties, basic qualifications, and in some cases, security clearance requirements. The positions span financial management, administrative support, IT systems, contract procurement, intelligence, project management, and records management, reflecting a broad need for skilled professionals across the USMS divisions. The document emphasizes adherence to federal regulations and USMS policies in all roles.
    The United States Marshals Service (USMS) has issued a Request for Information (RFI) to gather market research for professional and administrative support services. This RFI is for informational and planning purposes only and does not constitute a Request for Proposal. The USMS is seeking potential sources to provide contractor assistance across over thirty professional disciplines, requiring onsite services at USMS Headquarters and satellite offices nationwide. The anticipated NAICS code is 541611, with a size standard of $24.5M, though alternative codes with justification are accepted. Contractors must provide fully vetted personnel capable of working in a federal law enforcement environment and oversee their employees. Responses should be limited to fifteen pages, excluding the cover and first page, and include company details, experience in similar services, proposed manning strategies, existing contract vehicles, and any questions. The deadline for question submission is November 14, 2025, and RFI submissions are due by December 12, 2025. All communications and submissions must be via email to christopher.jones10@usdoj.gov and julie.simpson@usdoj.gov, with “Administrative Management RFI” in the subject line.
    The U.S. Marshals Service (USMS) is seeking a Blanket Purchase Agreement (BPA) for Executive, Administrative, and Professional Support Services. This BPA, awarded under the GSA Professional Services Schedule, will provide various labor-hour contracts for services supporting USMS operations nationwide, including human resources, administration, finance, and program analysis. The agreement will have a base period of one year with four one-year options. Key aspects include a Quality Control Plan, recruitment and retention strategies, and specific guidelines for productive and non-productive labor hours, travel, and security clearances, some requiring Top Secret. Call Orders will define specific tasks, labor categories, and security requirements, with a focus on ensuring continuity of operations and compliance with federal regulations.
    The U.S. Marshals Service (USMS) issued a Request for Information (RFI) regarding a new Executive, Administrative, and Professional Services contract, succeeding the current BPA held by Mayvin, Inc. The RFI seeks industry feedback on a requirement spanning over 30 labor categories and exceeding $200 million over five years. Key questions revolve around contract type (single-award vs. multi-award), geographic distribution of personnel, telework policies, security clearance requirements (primarily public trust, with some Secret, Top Secret, or TS-SCI), and the feasibility of small business participation given the scale. USMS is considering various contract vehicles, including GSA MAS, and emphasizes that while specific FTE numbers are not yet available, the majority of positions will be in Arlington, VA, with other locations nationwide. The agency is also determining evaluation factors and anticipates a transition period.
    Lifecycle
    Title
    Type
    Similar Opportunities
    AFD National Canine Services for Seized and/or Forfeited Canines for CONUS and OCONUS
    Buyer not available
    The U.S. Marshals Service (USMS) is seeking proposals for the National Canine Services contract, which involves comprehensive support for seized and forfeited canines both within the continental United States (CONUS) and outside (OCONUS). The contract requires services such as onsite seizure support, transportation, daily care, veterinary treatment, kenneling, expert witness services, and disposal of canines, ensuring compliance with federal regulations and humane treatment standards. This procurement is critical for the management of animals in USMS custody, with a contract period starting from February 27, 2026, to February 26, 2027, and options extending through August 26, 2031. Interested parties must submit their proposals by December 22, 2025, and can direct inquiries to Christopher Ottie at Christopher.Ottie@usdoj.gov or Eliana York at eliana.york@usdoj.gov.
    FY26-30 A45 Transcription Services
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for transcription services as part of the FY26-30 A45 Transcription Services contract. This Request for Quote (RFQ) requires a contractor to transcribe both digital and physical audio/video files, including Spanish-to-English translation, with options for expedited delivery within 10 and 3 days. The contract emphasizes the secure handling of sensitive information and compliance with various DOJ security and privacy regulations, necessitating background investigations for personnel and strict data security protocols. Interested small businesses must submit their completed quotes to Renee Leaman via email by December 10, 2025, at 12:00 PM EST, with the contract overseen by the Contracting Officer Representative, Demetria Leslie.
    IT Support Services
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service's Justice Prisoner and Alien Transportation System (JPATS), is seeking qualified vendors to provide IT Support Services for its Management Information System (JMIS) and Movement Packet (MPAC) systems. The procurement aims to secure sustainment, operations and maintenance (O&M), and lifecycle technical support for various systems, including Oracle APEX, GAMS, and JARS for scheduling, as well as a custom mobile application and cloud services. This support is crucial for the effective management of prisoner transportation operations, with the anticipated period of performance extending from October 1, 2026, to April 30, 2034. Interested vendors should submit their responses by December 18, 2025, and can contact Victor J. Stamps at victor.j.stamps@usdoj.gov or by phone at 816-519-3519 for further information.
    RFI-Human Resources PAR, Pay and Benefits Processing Service
    Buyer not available
    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.
    Request for Information: Professional Services (Engineers and Financial/Program Management)
    Buyer not available
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking responses to a Request for Information (RFI) for professional services related to engineering and financial/program management. The USSS aims to identify a strategic partner to provide technical and project management support services for ongoing and future construction projects at the White House Complex and other protected sites in the National Capital Region. This initiative is critical for integrating protective equipment and infrastructure into construction efforts, requiring personnel with Top Secret security clearances and expertise in various engineering disciplines, acquisition/technical writing, and financial management. Interested parties should submit their responses detailing their capabilities and relevant experience by December 9, 2025, to Sarah Diamond at sarah.diamond@usss.dhs.gov and Yu-Jin Kim at yu-jin.kim@usss.dhs.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.
    Sole Source NOI - ITD-BWCPO VRS ELA 2.0
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service (USMS), intends to award a sole-source contract to Axon Enterprise Inc. for an Enterprise License Agreement (ELA) related to their Axon Evidence Digital Evidence Management System (DEMS). This procurement is essential for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO), which oversees an agency-wide Body Worn Camera program aimed at enhancing public trust through transparency and accountability. The decision to pursue a sole-source contract is justified under FAR Subpart 6.103-1(a)(b) due to Axon being the sole responsible source and Original Equipment Manufacturer (OEM) of the required products. Interested parties may submit documentation to demonstrate their capability to fulfill the requirement, but the USMS will not be responsible for any costs incurred by respondents. For further inquiries, contact Mikelle Everett at mikelle.everett@usdoj.gov or call 202-819-6034.
    RFP 693JF726R000002
    Buyer not available
    The Department of Transportation, through the Maritime Administration (MARAD), is soliciting proposals for RFP 693JF726R000002, aimed at providing career services and workforce development support for the U.S. Merchant Marine Academy (USMMA) and State Maritime Academies (SMAs). The contract, which is a 100% Total Small Business Set-Aside, encompasses a base year from April 1, 2026, to March 31, 2027, with four additional one-year options, focusing on individualized career counseling, job placement assistance, and workforce assessments to enhance the maritime workforce. This initiative is critical for maintaining a qualified maritime workforce and includes optional outreach to K-12 students to promote maritime education. Proposals are due by December 22, 2025, and interested parties should direct inquiries to Durba Ray at durba.ray@dot.gov, with all submissions and past performance questionnaires required to be emailed by the specified deadlines.
    Court Security Officers Circuit 12 Justification and Approval
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is seeking to procure Court Security Officers (CSOs) for Circuit 12, as outlined in their Justification and Approval notice. The primary responsibility of the CSOs will be to ensure the safety of judicial participants, including judges, court personnel, jurors, witnesses, defendants, and court visitors, by protecting them from unauthorized and potentially life-threatening activities. This procurement is critical for maintaining the integrity and security of the judicial process. Interested parties can reach out to Courtney Middleton at Courtney.Middleton@usdoj.gov or by phone at 703-217-1848 for further details regarding this opportunity.
    U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information
    Buyer not available
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is conducting a Request for Information (RFI) to explore market capabilities for providing less lethal specialty impact and chemical munitions, specifically distraction devices and munitions that can be hand-delivered or launched from 40mm launchers. This procurement aims to equip CBP and other federal agencies with necessary training and operational tools while achieving cost efficiencies, with a planned 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The munitions sought include various types such as smoke, CS, and OC canisters, rubber ball grenades, and specialized training kits, all of which must comply with CBP's Use of Force Policy. Interested vendors should submit their responses via email to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov by 2:00 p.m. EST on October 24, 2025, as this RFI is for information and planning purposes only and does not constitute a commitment to contract.