FY25 AWS Machines Renewal
ID: OPM040525Type: Combined Synopsis/Solicitation
Overview

Buyer

OFFICE OF PERSONNEL MANAGEMENTOFFICE OF PERSONNEL MANAGEMENTOPM DELEGATED PROCUREMENT OFFICESWASHINGTON, DC, 20415, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 4:00 PM UTC
Description

The Office of Personnel Management (OPM) is seeking qualified contractors to provide Amazon Web Services (AWS) machines as part of a modernization initiative for its Office of Inspector General's (OIG) Data Warehouse. The procurement aims to enhance OPM's technical capabilities to support audit processing and investigative functions, ensuring accountability and compliance with cybersecurity requirements. The contract will be structured as Time and Material (T&M) and is set to run from June 1, 2025, to May 31, 2026, with quotations due electronically by May 9, 2025. Interested parties must contact Charles P. Reilly III at CHARLES.REILLY@OPM.GOV or call 202-294-2443 for technical queries and must sign a Non-Disclosure Agreement (NDA) to access the Bill of Material (BOM) prior to submission.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 5:07 PM UTC
The document is a combined synopsis/solicitation for a full and open Request for Quote (RFQ) issued by the Office of Personnel Management (OPM) for the modernization of its Office of Inspector General's (OIG) Data Warehouse. The contractor will provide essential Amazon Web Services (AWS) machines specified in the Bill of Material (BOM) to support various audit processing and investigative functions within OPM. Quotations must be submitted electronically by May 09, 2025, with technical queries directed to Charles Reilly. The resultant contract will follow a Time and Material (T&M) structure and span from June 01, 2025, to May 31, 2026. Quoters’ submissions will be evaluated based on price, technical capability, and past performance, adhering to the Lowest Price Technically Acceptable (LPTA) criteria. Additionally, all interested parties must sign a Non-Disclosure Agreement (NDA) before accessing the BOM. Protection of sensitive information and compliance with cybersecurity requirements and related FAR clauses will be mandatory throughout the contract duration. This solicitation reflects OPM's initiative to enhance its technical capabilities and ensure accountability in managing audits and investigations.
Lifecycle
Title
Type
FY25 AWS Machines Renewal
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
FY2025 USPS OIG Broad Agency Announcement
Buyer not available
The United States Postal Service Office of Inspector General (USPS OIG) has issued a Broad Agency Announcement (BAA) for Fiscal Year 2025, inviting proposals for professional, consultant, and support services to enhance its operations. The solicitation, identified as 6HQOIG-25-A-0001, seeks a range of services including legal advice, research solutions, investigations, audits, IT services, and administrative support, with submissions accepted on a rolling basis until September 30, 2025. This opportunity is significant as it allows for the procurement of essential services that support the OIG's mission, while also emphasizing compliance with specific reporting requirements, including those related to veteran assistance. Interested parties can reach out to USPS OIG Contracting at contracts@uspsoig.gov for further information, and contract award decisions are expected to be made within approximately 30 days of submission.
OPTN Next Generation IT - Multiple Award Blanket Purchase Agreement (MA-BPA)
Buyer not available
The Department of Health and Human Services (HHS) is seeking vendors to support the modernization of the Organ Procurement and Transplantation Network (OPTN) through a Multiple Award Blanket Purchase Agreement (MA-BPA). This procurement aims to provide expert services in areas such as product management, Human-Centered Design, agile application development, and systems security to enhance the OPTN's IT infrastructure, which is crucial for managing organ donation and transplantation processes in the United States. The total estimated value of this contract is approximately $185 million over five years, contingent upon funding availability, with the deadline for quote submissions extended to June 26, 2025. Interested parties can reach out to Emily Graham at egraham@hrsa.gov for further inquiries.
Google Cloud Services Renewal
Buyer not available
The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking proposals for the renewal of Google Cloud Services under Request for Quotation (RFQ) 2025-R-033. Offerors are required to submit a signed pricing table in Excel format, including vendor information and compliance with Section 208 of the Legislative Branch Appropriations Act, 2020, which mandates adherence to security standards regarding telecommunications equipment. This procurement is crucial for maintaining the Senate's technological infrastructure and ensuring secure operations, with the contract period set from June 20, 2025, to June 19, 2026. Interested vendors must submit their quotes via email to acquisitions@saa.senate.gov by 12:00 PM EST on April 30, 2025, with early submissions encouraged, and must reference the RFQ number in the subject line to ensure acceptance.
Federal Flexible Spending Account Program (FSAFEDS)
Buyer not available
The Office of Personnel Management (OPM) is seeking proposals for the administration of the Federal Flexible Spending Account Program (FSAFEDS), which provides health and dependent care flexible spending accounts for federal employees. The selected contractor will be responsible for managing enrollment, claims processing, customer service, and educational outreach, while ensuring compliance with privacy laws and security measures, including obtaining an Authorization to Operate (ATO). This program is vital for attracting and retaining federal employees, especially in light of anticipated retirements by 2026. Proposals must be submitted by May 26, 2025, with a projected contract value not exceeding $250 million, and interested parties can direct inquiries to Matthew Manning at FSA.Internet@opm.gov.
ABMC.gov Website Operations & Maintenance
Buyer not available
The American Battle Monuments Commission (ABMC) is seeking qualified contractors to provide Operations and Maintenance (O&M) support for its newly launched WordPress-based website, abmc.gov. The procurement aims to ensure comprehensive website support, including cloud infrastructure maintenance, content management, and optional design updates, while adhering to federal standards such as Section 508 accessibility and NIST guidelines. This initiative is crucial for enhancing public engagement with ABMC's mission to commemorate U.S. armed forces through a modern and efficient online presence. Interested parties can contact Marissa L. Tregoning at tregoningm@abmc.gov or Jessica Young at youngj.ctr@abmc.gov for further details, with the contract duration spanning a base year plus seven optional years.
RFI - DOJ CGI Momentum Financial & Acquisition Software Alternatives
Buyer not available
The Department of Justice (DOJ) is conducting a Request for Information (RFI) to explore alternatives to CGI Federal's Momentum Financial and Acquisition software products. The primary objective is to identify viable enterprise-wide solutions that can match or exceed the functionality of the existing Momentum software while offering enhanced flexibility, innovation, and cost efficiency. This initiative is crucial for ensuring that the DOJ's technology investments deliver maximum value and adaptability in meeting their evolving financial and acquisition system needs. Interested vendors are encouraged to submit their responses by May 6, 2025, at 12 PM EST to Cindy L. Gold at Cindy.L.Gold2@usdoj.gov, with no funds available for response preparation.
Subscription Services CDM
Buyer not available
The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to provide subscription services as outlined in the Certent Disclosure Management License Support Statement of Work. This procurement is a total small business set-aside, emphasizing the importance of supporting small enterprises in the federal contracting space. The solicitation (RFQ 2032H5-25-Q-00026) is expected to be released around the second week of April 2025, with a closing date anticipated on or about April 18, 2025. Interested parties should monitor the NASA SEWP website for updates and are encouraged to direct any inquiries to Christopher Monosiet at christopher.monosiet@irs.gov.
Cloud Transformation/Build Integration Partner
Buyer not available
The Administrative Office of the U.S. Courts (AO) is seeking experienced vendors to assist in a comprehensive cloud transformation initiative aimed at modernizing the Federal Judiciary's IT infrastructure through a hybrid cloud approach. The primary objectives include enhancing operational effectiveness, fortifying cybersecurity, and transitioning legacy systems to cloud-native architectures, with a focus on establishing a Cloud Center of Excellence and implementing robust security frameworks aligned with NIST standards. This initiative is critical for improving the Judiciary's capabilities in delivering justice in a rapidly evolving technological landscape. Interested vendors are encouraged to submit their responses detailing their experience and service capabilities by the specified deadline to the primary contact, Olena Evans, at olenaevans@ao.uscourts.gov, or the secondary contact, Andrew Bunk, at andrewbunk@ao.uscourts.gov.
Evidentiary Property
Buyer not available
The U.S. Department of Transportation (DOT), through its Office of Inspector General (OIG), is seeking proposals for a Firm Fixed Price Blanket Purchase Agreement (BPA) to manage evidentiary property during investigations. The contractor will be responsible for transporting, handling, storing, and securing tangible evidence, ensuring compliance with federal regulations, and providing 24/7 access for OIG personnel. This procurement is crucial for maintaining the integrity and security of evidence, which is vital for effective investigations. Proposals are due by Thursday, June 5, 2025, with inquiries directed to Courtney Smith at courtney.smith.ctr@dot.gov and Robin Golden at robin.golden@dot.gov, and must reference “RFP: 693JK425R700002 Evidentiary Property” in the subject line.
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.