USPS OIG Office of Chief Information Officer (OCIO) Support Services Draft RFP
ID: 6HQOIG-24-A-0006Type: Presolicitation
Overview

Buyer

POSTAL SERVICEPOSTAL SERVICESUPPLIES MATERIAL MGMTPHILADELPHIA, PA, 19197, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR) (DF01)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Order/Solicitation for Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for Office of the Chief Information Officer (OCIO) Support Services for the USPS Office of Inspector General (OIG). The contracts will last from February 12, 2025, to February 11, 2030, with a minimum guarantee of $30,000 and a maximum ceiling value of $60 million. Offerors are instructed to submit separate administrative, technical, and cost proposals, with detailed evaluation criteria focusing on technical capability, staffing plans, and past performance to determine the overall best value.
    The document outlines a Request for Proposal (RFP) from the United States Postal Service's Office of Inspector General (USPS OIG) for Office of the Chief Information Officer (OCIO) Support Services. The RFP aims to establish one or more Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for the period from February 12, 2025, to February 11, 2030, with a minimum guaranteed contract value of $30,000 and a maximum ceiling of $60 million, which encompasses all associated tasks and travel. The supplier must deliver services in accordance with specific attachments detailing the Scope of Work, additional terms and conditions, labor categories, and pricing sheets. The document includes sections on invoicing, compliance with federal laws, and various provisions and clauses governing contract conduct, supplier responsibilities, and submission protocols. It mandates strict adherence to regulations regarding privacy, data protection, and supplier qualifications, especially concerning the employment of former postal service executives. This initiative reflects the USPS's effort to enhance its operational capabilities through qualified supplier partnerships, underscoring the importance of transparency and compliance in federal contracting processes.
    The document outlines the details of a recompete for an existing multi-award IDIQ contract for USPS services involving five incumbents, with a contract period running until February 2025 and a maximum contract value of $70 million. Proposals will be evaluated based on several criteria, and while there is no guarantee for incumbents to replace lost resources, the USPS OIG reserves the right to direct replacement requests to specific awardees. The document also specifies that the supplier must hold a Secret FCL and that task orders are typically competed among all IDIQ holders, taking around 60 days for processing after issuance.
    The document outlines various categories of job positions within a government framework over five years, focusing on roles in Information Security, Data Management & Analytics, Business Process Support, IT Operations and Customer Engagement, as well as Applications Integration and Web Development. Each category is divided into three skill levels: Junior, Mid, and Senior. This structured categorization serves as a framework for potential hiring needs or contract opportunities in response to federal and state RFPs and grants. The emphasis is on establishing a professional hierarchy that addresses diverse technical competencies required for effective information management and technological support in governmental operations. The document reflects a comprehensive approach to workforce planning and resource allocation intended to meet the evolving demands in technology and data governance.
    The document outlines a solicitation for support services from the United States Postal Service Office of Inspector General (USPS OIG) for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, intended to run from February 2025 to February 2030, with a total ceiling value of $60 million. The solicitation includes details on the items and services needed, the evaluation criteria for proposals, requirements for administrative, technical, and cost proposals, and a list of labor categories, underscoring that the USPS OIG prioritizes quality and comprehensive technical merit over the lowest bid. Additionally, it encompasses a range of legal, ethical, and compliance stipulations that must be adhered to by contractors involved in the project.
    Similar Opportunities
    FY2024 USPS OIG Broad Agency Announcement
    Active
    Postal Service
    The United States Postal Service Office of Inspector General (USPS OIG) is issuing the FY2024 Broad Agency Announcement (BAA) 6HQOIG-24-A-0001 to solicit proposals for a range of professional, consultant, and support services. This initiative aims to establish a pre-qualified contractor pool to address the OIG's evolving operational needs, including areas such as legal counsel, research, investigations, audits, and IT services. Proposals will be evaluated on a rolling basis until September 30, 2024, with the OIG retaining the discretion to select, negotiate, or reject submissions based on merit. Interested parties can contact USPS OIG Contracting at contracts@uspsoig.gov for further information.
    Web Based Postage Services
    Active
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is soliciting proposals for a contract to provide web-based postage services across 331 locations nationwide, commencing on September 29, 2024. The contract aims to establish a firm fixed price for a base year with four optional one-year extensions, focusing on services such as postage weighing, calculation, printing, and tracking, all compliant with United States Postal Service (USPS) regulations. This procurement is critical for enhancing the FBI's mail processing efficiency and reducing associated costs, with a total contract ceiling of $400,000. Interested vendors must submit their firm-fixed price quotes by September 23, 2024, and ensure they are authorized USPS contractors; for further inquiries, they can contact Holly Cloud at hcloud@fbi.gov.
    Office of Wildland Fire Medical Qualification IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract titled "Office of Wildland Fire Medical Qualification IDIQ," aimed at providing medical qualification determination services for approximately 14,000 wildland firefighters and support personnel. The contract will encompass comprehensive medical evaluations, fitness-for-duty assessments, and management of health records, ensuring compliance with federal standards and the safety of personnel engaged in arduous duties. With a maximum contract ceiling of $40 million and a performance period from November 2024 to November 2029, interested contractors must submit their proposals by August 30, 2024. For further inquiries, potential offerors can contact Sarah Ignacio at sarahignacio@ibc.doi.gov.
    OCONUS LOGISTICS SERVICE SUPPORT PUERTO RICO AND VIRGIN ISLANDS
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide OCONUS logistics service support in Puerto Rico and the Virgin Islands. The contractor will be responsible for sourcing, warehousing, and delivering a range of commercial items, including office supplies and cleaning products, with delivery timelines of five business days for Puerto Rico and seven for the Virgin Islands. This procurement is critical for ensuring timely and efficient supply chain operations for federal civilian and Department of Defense (DoD) customers in these regions. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Dominic L. Lackey at dominic.lackey@gsa.gov or Valeriya Orlova at Valeriya.Orlova@gsa.gov.
    Construction Management Services
    Active
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for Construction Management Services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative aims to enhance GPO's project management capabilities for construction projects, particularly for the renovation of GPO Building D, by providing necessary labor, materials, supervision, and operations over a five-year period, with a total ceiling price of $10 million. The selected contractor will be responsible for delivering project management plans, progress reports, and quality assurance monitoring, ensuring compliance with contract specifications and effective project execution. Interested offerors must submit their proposals, including a Past Performance Questionnaire, by September 19, 2024, and can contact Sae Jeong at sjeong@gpo.gov or Troy White at twhite@gpo.gov for further information.
    OWF Behavioral Health IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for the OWF Behavioral Health Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing comprehensive mental health services to federal wildland firefighters and dispatchers. The contract will support approximately 18,000 firefighters and nearly 2,000 dispatchers, addressing their unique mental health challenges through services such as psychotherapy, crisis intervention, and 24/7 access to qualified clinicians. With a maximum ceiling value of $30 million, the contract includes a one-year base period followed by four optional renewal periods, spanning from December 2024 to December 2029. Interested offerors should contact Sarah Ignacio at sarahignacio@ibc.doi.gov for further details and must submit their proposals by the specified due date, ensuring compliance with federal regulations and emphasizing small business participation.
    Cybersecurity, Architecture & Implementation, Technical Operations, Ops Projects & Cloud Svcs
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to provide commercial software licenses and maintenance services, focusing on advanced cybersecurity solutions. The procurement aims to enhance the IRS's IT infrastructure through the acquisition of Brand Name or Equal COTS software, including HPE Ezmeral, Ciphertrust, Elastic Search, and One Identity, to bolster data protection and analysis capabilities against cyber threats. This initiative is critical for ensuring compliance with federal standards and safeguarding sensitive information, with the contract performance period commencing on September 28, 2024, and extending through September 27, 2029. Interested parties must submit their quotes by 10:00 AM EST on September 19, 2024, and direct any inquiries to Vanessa Rodgers at vanessa.rodgers@irs.gov or JW Terry at jw.r.terry@irs.gov.
    Army Financial Improvement (AFI) Program Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground, is seeking proposals for the Army Financial Improvement (AFI) Program Support Services. This procurement aims to secure professional Federal accounting, auditing solutions, and change management support to help the Army achieve an unmodified audit opinion on its financial statements. The contract will be structured as a single award, indefinite delivery/indefinite quantity (IDIQ) with a maximum ceiling of $249,999,999.99 over a three-year period, from February 2025 to February 2028, including a 90-day transition-in period. Interested parties must submit their proposals by 10:00 AM ET on October 1, 2024, and direct any inquiries to Samantha L. Hannah at samantha.l.hannah2.civ@army.mil by September 5, 2024.
    7A--Audits and Inspections Management System (AIMS) so
    Active
    Energy, Department Of
    The Department of Energy is seeking a contractor to provide an Audits and Inspections Management System (AIMS) for the Office of Inspector General (DOE OIG). The procurement involves delivering a comprehensive solution that includes all necessary commercial software licensing and system support services to effectively manage audits, inspections, and reviews conducted by the DOE OIG. This system is crucial for enhancing the efficiency and effectiveness of oversight activities within the department. Interested vendors can reach out to Dariusz Majdanik at 240-474-7250 or via email at dariusz.majdanik@hq.doe.gov for further details regarding the solicitation.
    Infoblox Software Licensing
    Active
    International Trade Commission, United States (duns # 02-1877998)
    The United States International Trade Commission (USITC) is seeking quotations for Infoblox software licensing to manage DNS and DHCP services through a centralized virtual host. The procurement aims to enhance operational efficiency and security while ensuring compliance with federal mandates, specifically targeting certified Infoblox resellers as part of a 100% Small Business Set-aside initiative. This software is crucial for modernizing the IT infrastructure of the USITC, with a delivery period set from October 18, 2024, to October 17, 2025. Interested offerors must submit their quotations by September 25, 2024, and can direct inquiries to Meaghann Peak at meaghann.peak@usitc.gov.