Equal Employment Opportunity (EEO) Investigations
ID: 1331L525R13OS0001Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFOFFICE OF THE SECRETARYDEPT OF COMMERCE ESOWASHINGTON, DC, 20230, USA

NAICS

Investigation and Personal Background Check Services (561611)

PSC

SUPPORT- PROFESSIONAL: LEGAL (R418)

Set Aside

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

    The Department of Commerce is seeking proposals for Equal Employment Opportunity (EEO) Investigations Services, specifically set aside for small businesses under the NAICS code 561611. The procurement aims to establish Blanket Purchase Agreements (BPAs) for conducting investigations into discrimination complaints, with a focus on maintaining compliance with EEOC regulations and ensuring thorough, unbiased investigations. This initiative is critical for upholding equal employment standards within the federal sector, with an anticipated contract value not exceeding $5.5 million over a performance period from April 1, 2025, to March 31, 2030. Interested parties must submit their proposals electronically by January 7, 2025, and can direct inquiries to the designated contacts, Jacqueline Brown and Blen Gabriel, for further clarification.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Commerce has released Request for Proposal (RFP) 1331L525R13OS0001 for Equal Employment Opportunity (EEO) investigation support services. This RFP is specifically set aside for small businesses under the NAICS code 561611, with an anticipated award of no more than five Blanket Purchase Agreements (BPAs) over a 5-year period, starting April 1, 2025. Proposals must be submitted electronically by January 7, 2025, emphasizing the need for high-quality technical capabilities and past performance within the federal sector. The evaluation criteria focus on three main areas: Technical Proposal, Past Performance, and Price. Technical proposals will be assessed based on workflow management, report quality, and staff qualifications. Past performance evaluations will consider timeliness, management responsiveness, and service quality. The price proposal must be competitive and aligned with GSA MAS pricing. The Government seeks to establish BPAs that deliver the best value, prioritizing superior technical capabilities over low pricing. Questions regarding the RFP can be directed to designated contracting officials until the specified cut-off date. The overall aim is to ensure effective and compliant EEO investigations within the Department of Commerce.
    The Non-Disclosure Agreement (NDA) outlines the responsibilities of individuals handling sensitive data from the United States Department of Commerce. The signatory affirms they will not disclose or use the acquired data for any purposes beyond their official duties, and will avoid discussing the information with unauthorized individuals or entities. An unauthorized person is defined as anyone not involved in federal discrimination complaint processing associated with the Department. The NDA emphasizes the gravity of handling personal information protected under the Privacy Act of 1974 and notes that violating these protocols could result in severe penalties, including fines or imprisonment per federal law. Overall, this document underscores the importance of confidentiality and legal compliance for those accessing government data, particularly in the context of RFPs and grants, where safeguarding sensitive information is critical.
    The document is an official notification empowering an investigator to conduct an Equal Employment Opportunity (EEO) investigation into a discrimination complaint filed against the Department of Commerce. The designated investigator from a contractor is granted authority to collect information, statements, and access records necessary to address the complaint. The recipients are required to provide the requested information within 15 calendar days, with the understanding that failure to do so will not impede the investigation's completion. Furthermore, the information gathered will be protected under the Privacy Act of 1974, intended solely for resolving the discrimination complaint. The final report will potentially be distributed to various departments and legal entities involved in the process. The document illustrates the procedural framework for handling discrimination complaints in compliance with federal guidelines, ensuring transparency and accountability within the Department of Commerce.
    The document outlines the General Declaration Format for submitting a witness statement in relation to complaints received by the U.S. Department of Commerce. It includes a designated section for the complaint number and the declaring individual's name, title, and organization. The body of the witness statement must address every claim under investigation, with space allocated for handwritten corrections to facilitate clarity. There is a declaration of truth at the end, where the declarant affirms their statement's accuracy under penalty of perjury and acknowledges that the information provided may not be confidential and could be disclosed to interested parties. The structure emphasizes accountability and transparency in the processing of complaints, supporting the integrity of the inquiry process within the federal government framework for handling complaints and investigations.
    The document is a formal notification addressed to a complainant regarding their discrimination complaint filed with the Department of Commerce. It outlines the need for the complainant to submit a sworn statement, known as an executed declaration or responses to interrogatories, within 15 days of receiving the letter. If not submitted on time, the complaint may be investigated further, potentially leading to adverse implications for the complainant, including dismissal of the complaint or unfavorable inferences drawn by the decision-makers. The letter emphasizes the complainant’s responsibility throughout the complaint process, irrespective of legal representation. It provides necessary details for sending the responses and includes a certificate of service for confirming the delivery of this correspondence to all relevant parties, assuring that the process adheres to regulatory guidelines set by the Equal Employment Opportunity Commission. This procedural document underscores the importance of active participation in discrimination investigations while clarifying risks associated with non-compliance.
    The document serves as a formal communication from an investigator in the Department of Commerce regarding a complaint of discrimination. It informs a witness or agency official that a draft declaration and interrogatories are being provided for review and signature, emphasizing the importance of their sworn statement in the ongoing investigation. The recipient is required to submit their response or provide justification for any delays within 15 calendar days. Failure to respond may lead to the investigator drawing adverse inferences and favoring the complainant's claims. The letter concludes with details on where to send the required documents, a standard service certificate for notification purposes, and the investigator’s signature. This structure underscores the gravity of addressing discrimination complaints in compliance with EEOC regulations while ensuring accountability and thoroughness in the investigative process.
    The document serves as a comprehensive checklist for preparing completed reports of investigation related to Equal Employment Opportunity (EEO) complaints. It outlines the necessary components required for a thorough examination of complaints, including formal documentation such as EEO counselor reports, witness testimonies, and organizational charts. Each entry specifies the type of evidence needed, such as testimony from the complainant, agency witnesses, and corroborating witnesses, to substantiate allegations of discrimination. Additionally, it emphasizes the importance of including relevant statistical data about comparable employees. Privacy considerations are addressed, instructing the deletion of sensitive personal information. The checklist also mandates organizing all documentation chronologically and ensuring a clear and concise summary is presented. This structured approach aims to maintain integrity in the investigative process and ensure a fair evaluation of EEO complaints while adhering to relevant regulations and practices. Ultimately, the document facilitates compliance with federal guidelines and enhances the transparency and effectiveness of the investigation process in responding to workplace discrimination allegations.
    The document is a Withdrawal Form for individuals who wish to voluntarily withdraw their Equal Employment Opportunity (EEO) complaint against the Department of Commerce or its affiliates. The form requires the complainant to fill in their personal information, the complaint number, and the date of withdrawal. By signing, the complainant acknowledges that their withdrawal is voluntary and not coerced, and they understand that this action waives their right to pursue any claims made in the complaint in future administrative or judicial contexts. Overall, the form encapsulates the procedural requirements and legal implications of withdrawing an EEO complaint, ensuring that the complainant is fully informed of their decision's consequences.
    The Department of Commerce's Blanket Purchase Agreement (BPA) outlines terms for Equal Employment Opportunity Investigation support services. The agreement anticipates a purchase volume not exceeding $5.5 million, with performance periods starting from April 1, 2025, through March 31, 2030, including options for extension. Each task order will have specific pricing based on claims detailed in the BPA. Contractors must adhere to strict acceptance criteria, performance standards, and security processing requirements, particularly for personnel with access to sensitive information. The document establishes protocols for invoicing, payment, and compliance with government regulations, reinforcing the prohibition against personal services by contractors. The overarching purpose of this BPA is to ensure fair opportunity among multiple contractors while maintaining oversight and strict compliance with federal contracting guidelines, IT security measures, and confidentiality obligations. The document is structured in a way that clearly delineates expectations, responsibilities, and essential guidelines, making it vital for prospective contractors seeking to engage in federal contracts with the Department of Commerce.
    The Department of Commerce's Office of Civil Rights has issued a Performance Work Statement (PWS) outlining the requirements for conducting investigations into discrimination complaints. The contractor is responsible for investigating claims based on various protected categories while adhering to EEOC regulations. The scope includes conducting up to 170 investigations annually, with a minimum of one per year, using methods such as interviews and document gathering. Reports, which must meet strict formatting and content standards, are required to be submitted within defined timelines. Investigators must maintain neutrality, document evidence thoroughly, and ensure the confidentiality of sensitive information. The contractor's compliance with cybersecurity measures is mandatory, including encryption of personal data and reporting of any breaches. Furthermore, the contract emphasizes the need for privacy training and strict handling of personally identifiable information. The contractor will operate under a non-personal services agreement with the provision of appropriate equipment and office space to fulfill contractual obligations. The PWS spans a performance period of 12 months with four optional renewal periods, highlighting the government’s commitment to upholding equal employment opportunity standards.
    The document outlines pricing information for Equal Employment Opportunity (EEO) investigations as part of a federal government Request for Proposal (RFP). It specifies the Standard Item Numbers (SIN), tasks, and periods of performance from April 2025 to March 2030. Key pricing categories include individual cases for single complainants, consolidated cases involving multiple complainants, and additional claims stemming from either scenario. The document details different case types, such as cases with one claim, per additional claims, and cases of continuing violations. Local travel expenses are specified as fixed at $2,500 for each period, while local commuting costs do not require reimbursement. The structure includes a table for pricing along with definitions for case types under GSA Schedule guidelines. The main focus is on establishing clear rates to support the investigation and reporting related to EEO complaints. The summary serves as guidance for offerors to prepare appropriate pricing submissions aligned with federal contracting standards for EEO investigations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Filing COVID-19 EIDL Uniform Commercial Code (UCC) Continuation Statements
    Buyer not available
    The Small Business Administration (SBA) is seeking contractors to file COVID-19 Economic Injury Disaster Loan (EIDL) Uniform Commercial Code (UCC) continuation statements, as outlined in Solicitation No. 73351025R0023. The primary objective is to ensure timely filing of continuation statements to extend the validity of original UCC filings, which is crucial for maintaining accurate records of active loans and supporting federal disaster recovery efforts. This contract will span from April 28, 2025, to April 27, 2028, with deliverables including monthly reports on filings and rejections, and a firm fixed price structure for servicing fees. Interested parties can contact Tracie Gutierrez at tracie.gutierrez@sba.gov or by phone at 303-844-3878 for further details.
    Grand Jury & Deposition Court Reporting; U.S. Attorney's Office - Washington District of Columbia
    Buyer not available
    The Department of Justice, through the Executive Office for United States Attorneys, is soliciting proposals for Grand Jury and deposition court reporting services for the U.S. Attorney's Office in Washington, D.C. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, will span from July 1, 2025, to June 30, 2030, with options for renewal, and is exclusively set aside for small businesses, including those owned by disabled veterans and women. These services are critical for maintaining accurate judicial records and ensuring compliance with stringent security protocols related to sensitive Grand Jury information. Interested contractors must submit their quotes electronically by April 4, 2025, and can direct inquiries to Jonathan Mayfield at jonathan.mayfield@usdoj.gov or by phone at 202-252-5403.
    Ecological Services Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W07V Endist Memphis office, is seeking proposals for an Ecological Services Blanket Purchase Agreement. This procurement aims to secure professional consulting services in the field of ecological and environmental support, categorized under NAICS code 541690, which encompasses other scientific and technical consulting services. The services are crucial for ensuring compliance with environmental regulations and enhancing ecological sustainability in military operations. Interested small businesses are encouraged to participate, as this opportunity is set aside exclusively for total small business participation, in accordance with FAR 19.5. For further inquiries, potential bidders can contact Kirk Middleton at kirk.a.middleton@usace.army.mil or Alexandria Duckett at alexandria.d.duckett@usace.army.mil, with phone support available at 901-544-0786 and 901-544-3614, respectively.
    Engineering Services Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking engineering services via a Blanket Purchase Agreement specifically set aside for small businesses. The procurement aims to enhance shipboard material readiness through various engineering disciplines, including marine, mechanical, electrical, and naval architecture, with a total ceiling price of $7,499,999.99 over a five-year contracting period. This opportunity underscores the importance of maintaining high standards for deliverables and compliance with federal regulations in support of national defense. Interested vendors must submit inquiries by February 19, 2025, and quotes by March 14, 2025, with all submissions directed to Michael Bonaiuto at michael.bonaiuto@navy.mil.
    Court Reporting Services DSCC
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for court reporting services to support various administrative hearings, including those conducted by the Merit Systems Protection Board (MSPB) and the Equal Employment Opportunity Commission (EEOC). The contract, which is set to commence in May 2025, will cover a 12-month base period with the possibility of four additional extensions, requiring court reporters to provide accurate verbatim recordings and transcripts for an estimated 100 hours and 4,000 pages annually, both in-person and virtually across multiple DLA locations. This procurement is critical for ensuring the integrity and documentation of sensitive proceedings, emphasizing the need for timely service and adherence to security protocols. Interested parties must submit their proposals by March 21, 2025, and can contact Brett Cox at brett.a.cox@dla.mil or (614) 692-6922 for further information.
    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.
    D--SOFTWARE SUPPORT-earthquake monitoring and data pr
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals from qualified small businesses for a federal contract focused on software support for earthquake monitoring and data distribution services. The contract, which spans five years from April 1, 2025, to March 31, 2030, aims to maintain and enhance various software systems integral to the Advanced National Seismic System (ANSS), ensuring effective monitoring and response capabilities for seismic events. This initiative is critical for advancing public safety and scientific inquiry related to earthquakes, with a minimum order of $70,000 and a maximum contract value not to exceed $5 million. Interested parties must submit their proposals by March 24, 2025, and can direct inquiries to Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    JJDP Act Core Requirements Audit Support
    Buyer not available
    The Department of Justice, specifically the Office of Justice Programs, is seeking proposals from small businesses for audit support services related to the Juvenile Justice and Delinquency Prevention Act (JJDP Act). The primary objective is to assist in compliance determination and auditing processes, which include data collection and analysis regarding states' adherence to core requirements such as deinstitutionalization and reducing racial disparities among juvenile offenders. This procurement is crucial for enhancing the effectiveness of juvenile justice systems across the U.S. Interested parties must submit their quotations by April 3, 2025, with the contract expected to commence on June 1, 2025, and potentially extend for four additional years. For further inquiries, contact Jamila A. Garrett at jamila.garrett@usdoj.gov or call 202-353-5554.
    Web Data Collection
    Buyer not available
    The U.S. Department of Education is seeking proposals from small businesses for a federal contract focused on Web Data Collection, specifically through the provision of Computer System Design Services. The contractor will support the Office of Planning, Policy, and Innovation by managing and maintaining key data systems related to postsecondary education, including the College Affordability and Transparency Center and various surveys, ensuring compliance with federal standards and enhancing data transparency. This contract, structured as a fixed-price arrangement with a base year and four optional years, emphasizes the importance of technical merit and corporate experience in the evaluation process. Proposals must be submitted electronically by March 25, 2025, and interested parties can contact Michael Rivera at Michael.Rivera@ed.gov for further information.
    FY25 OPM OIG Data Warehouse Licenses
    Buyer not available
    The Office of Personnel Management (OPM) is seeking small business providers to submit proposals for the modernization of the Office of Inspector General's Data Warehouse through a Request for Quote (RFQ02212025). The primary objectives include enhancements in Business Intelligence System Architecture, Data Architecture, and Data Modeling, with a focus on providing brand name items as specified in the Bill of Materials (BOM). This procurement is crucial for improving data management and reporting capabilities within the OPM, ensuring compliance with Federal Acquisition Regulations (FAR) and robust data protection protocols. Interested contractors must sign a Non-Disclosure Agreement (NDA) to access the BOM and submit their proposals by March 11, 2025, with the contract period running from April 1, 2025, to March 31, 2026. For further inquiries, contact Charles Reilly at charles.reilly@opm.gov or call 202-294-2443.