Subscription Services CDM
ID: 2032H5-25-Q-00026Type: Presolicitation
Overview

Buyer

TREASURY, DEPARTMENT OF THEINTERNAL REVENUE SERVICEDEPT OF TREASURY IRSMEMPHIS, TN, 38118, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

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

    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.

    Point(s) of Contact
    Christopher Monosiet
    christopher.monosiet@irs.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Subscription Services CDM
    Currently viewing
    Presolicitation
    Similar Opportunities
    25-47 Public User Portal Applications
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to enhance its Public User Portal (PUP) applications as part of a Request for Information (RFI). The primary objective is to modernize the PUP applications to ensure they are user-friendly, compliant with the 21st Century Integrated Digital Experience Act (IDEA), and capable of providing a seamless user journey while addressing policy changes and improving overall user satisfaction. This initiative is crucial for enhancing digital services that reduce visitor frustration and increase taxpayer confidence in the IRS's online offerings. Interested parties must submit their qualifications, including company profiles and technical capabilities, by May 22, 2025, and can direct inquiries to Jonathan Brown at jonathan.l.brown@irs.gov or Tenika Morgan at tenika.c.morgan@irs.gov. The project has a budget of up to $9 million over three years, emphasizing collaboration and adherence to federal security standards.
    RFQ 1757206 Physical Access Control Systems - Nationwide
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to provide an Enterprise Physical Access Control System (EPACS) as part of a nationwide solicitation (RFQ 1757206). The Office of Facility Management & Security Services (FMSS) requires these systems to enhance security and access control across its facilities. This procurement falls under the NAICS code 334290, focusing on Other Communications Equipment Manufacturing, and is crucial for maintaining secure environments within government operations. Interested small businesses must submit their quotes through the GSA eBuy website by the estimated closing date of June 9, 2025, and can direct inquiries to Katie Marrette at katie.r.marrette@irs.gov.
    PROTECTS II
    Buyer not available
    The Department of the Treasury, through the Internal Revenue Service (IRS), is seeking industry feedback for the PROTECTS II initiative, aimed at enhancing cybersecurity resilience within the Treasury's operations. This Request for Information (RFI) invites capable vendors to provide insights on their technical capabilities, particularly in relation to federal cybersecurity services, innovative technologies, and operational strategies that align with the Treasury's objectives. The initiative is critical for ensuring robust cybersecurity measures to protect sensitive financial information against evolving threats, with a focus on governance, risk management, and compliance with federal standards. Interested parties must submit their responses, including questions and comments, via GSA eBuy by June 10, 2025, at 10 AM EST. For further inquiries, contact Jon Carney at jonathan.w.carney@irs.gov.
    25-25
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking information from qualified firms to provide Graphic Design Services in support of the Taxpayer Advocate Service (TAS). The objective of this procurement is to gather insights on firms capable of creating publications and documents, as well as other design projects that align with TAS's mission of assisting taxpayers and ensuring fairness in the tax system. This opportunity is critical for enhancing TAS's communication efforts, including the production of mandated reports such as the Annual Report to Congress, while adhering to government standards and accessibility guidelines. Interested firms must submit their responses by May 27, 2025, and can direct inquiries to Jonathan Brown at Jonathan.L.Brown@irs.gov or Ashley Halbash at ashley.m.halbash@irs.gov.
    Subject 7 Enterprise-User Subscription License and Maintenance
    Buyer not available
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, intends to award a sole-source contract to Alamo City Engineering Services, Inc. for the Subject 7 Enterprise-User Subscription License and Maintenance. This procurement aims to enhance the Bureau's software testing capabilities by providing a tool that facilitates functional test automation without the need for coding expertise, thereby improving efficiency in application functionality and error detection. The contract will cover a 12-month base period with the option for four additional one-year extensions, starting on June 26, 2025, and interested vendors must submit their capability statements by May 26, 2025, to purchasing@fiscal.treasury.gov. For further inquiries, vendors can contact the primary contact, Purchasing, at 205-912-6441.
    IRS E-178 Envelopes
    Buyer not available
    The United States Government Publishing Office is seeking qualified vendors to produce IRS E-178 envelopes, which are critical for processing time-sensitive taxpayer correspondence. The procurement involves various operations, including reproducibles, printing, construction, packing, and distribution of these envelopes, with an emphasis on complete production and timely delivery to avoid stock outages and costly work stoppages at IRS processing centers. Interested parties can reach out to primary contact Tetyana Rudenko at trudenko@gpo.gov or 202-512-1247, or secondary contact Michael Sommer at msommer@gpo.gov or 614-488-4616 x2 for further details. The opportunity is categorized under the NAICS code 32311 for Printing and PSC code T001 for PHOTO/MAP/PRINT/PUBLICATION- ARTS/GRAPHICS.
    Oracle Reseller
    Buyer not available
    The U.S. Department of State is seeking responses from qualified companies to participate in a Request for Information (RFI) regarding the procurement of Oracle products and services as authorized Federal resellers. The objective is to evaluate the capabilities of potential resellers to provide a comprehensive range of Oracle offerings, including renewal processing for existing products, thereby enhancing the Department's IT services across its global operations. This initiative is crucial for ensuring that the government can efficiently leverage Oracle's cloud infrastructure and database solutions to support its mission. Interested vendors must submit their responses electronically by May 20, 2025, at 3:00 p.m. EST, and can direct inquiries to John K. Warner at WarnerJ1@state.gov or Andrew Rothstein at RothsteinAT@state.gov.
    INVS Gold Service FLIR Latitude Software Licensing Maintenance Support
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the procurement of INVS Gold Service FLIR Latitude software licensing maintenance support, scheduled for the period from July 1, 2025, to June 30, 2026. This total small business set-aside contract requires brand name only solutions to ensure effective monitoring of vessel traffic in key waterways, emphasizing the importance of maintaining operational readiness and compliance with federal standards. Interested vendors must submit written offers by May 22, 2025, at 10:00 AM EST, and are required to register with the System for Award Management (SAM), including necessary identifiers such as UNIQUE ENTITY IDENTIFIER, Federal Tax Identification Number, and CAGE CODE. For further inquiries, potential offerors can contact Contract Specialist Brianna Riffle at Brianna.Riffle@uscg.mil or Contracting Officer Mark Rushing at Mark.A.Rushing@uscg.mil.
    Consumable Repair and Spare Parts for Physical Vapor Deposition (PVD) System
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing, is seeking qualified vendors to provide consumable repair and spare parts for its Physical Vapor Deposition (PVD) system. This procurement aims to acquire commercial spare parts essential for maintaining the operational efficiency of the PVD system, which is critical for various manufacturing processes. The opportunity is set aside exclusively for small businesses, reflecting the government's commitment to supporting small enterprises in federal contracting. Interested parties should note that the solicitation was issued on May 13, 2025, with quotations due by June 13, 2025, and can contact Erica Hemphill at erica.hemphill@bep.gov for further details.
    6HQOIG-25-A-0009 - United States Postal Service Office of Inspector General's IT Managed Service Desk Solution Requirement
    Buyer not available
    The United States Postal Service (USPS) Office of Inspector General (OIG) is seeking proposals for a managed Information Technology (IT) Service Desk solution under a Full and Open Competition. The selected supplier will serve as the Single Point of Contact (SPOC) for all customer IT-related incidents and service requests, ensuring compliance with privacy protections and safety standards. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a budget ranging from $10,000 to $9,000,000, will be effective from December 31, 2025, to December 30, 2030, with the initial task order serving both the USPS OIG and the Peace Corps. Proposals must be submitted by June 26, 2025, at 1700 ET, and interested parties can contact Monica Hurui at mhurui@uspsoig.gov for further information.