Private Counsel Debt Collection - Southern District of Texas
ID: 15JPSS24R00000004Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFOFFICES, BOARDS AND DIVISIONSJMD-PROCUREMENT SERVICES STAFFWASHINGTON, DC, 20530, USA

NAICS

Offices of Lawyers (541110)

PSC

SUPPORT- PROFESSIONAL: LEGAL (R418)

Set Aside

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

    The Department of Justice is seeking qualified law firms or solo practitioners to provide private counsel debt collection services in the Southern District of Texas. The procurement aims to engage contractors capable of collecting delinquent federal debts, including both secured and unsecured debts, through litigation and other legal means. This initiative is crucial for enhancing the efficiency of federal debt recovery efforts, as approximately 2,454 cases involving significant debt totals are referred for collection annually. Proposals are due by September 11, 2024, with the contract expected to be awarded for a five-year term starting February 1, 2025, and interested parties can contact Christina Y. Murray at christina.murray@usdoj.gov for further information.

    Point(s) of Contact
    Christina Y. Murray
    christina.murray@usdoj.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for private counsel services to assist the Department of Justice (DOJ) in collecting delinquent debts owed to the United States in the Southern District of Texas. Established under the Federal Debt Recovery Act, the program enables private attorneys to manage litigation and collection efforts for various federal agencies after traditional collection methods have failed. The contractor will handle both unsecured and secured debts, including bankruptcy and foreclosure proceedings, while complying with federal and local regulations. Requirements include a liaison with the Assistant U.S. Attorney, adherence to legal standards and ethical practices, and utilization of the DOJ’s electronic systems for case management. The contractor is instructed on payment processes, regulations governing contingency fees, and procedures for handling debtor communications and payment plans. The contract mandates maintaining accurate records and periodic reporting while outlining protocols for returning cases, legal actions, and compliance reviews. This initiative reflects the federal government's intention to enhance debt recovery efforts via privatized services, ensuring efficiency and adherence to legal frameworks while recovering funds for taxpayer use.
    The Quality Assurance Surveillance Plan (QASP) outlines the monitoring and assessment framework for the Debt Collection Management Staff's contract regarding debt collection services in the Southern District of Texas. Its primary objective is to ensure the contractor meets performance standards outlined in the Statement of Work (SOW) by establishing benchmarks and methodologies for performance evaluation. The government oversees quality assurance, while the contractor is responsible for management and quality control. The government's surveillance, conducted by the Contracting Officer’s Representative (COR), includes detailed knowledge of technical requirements and documented performance evaluations. Various surveillance methods, such as demonstration, inspections, and customer feedback, are employed to measure contractor performance effectively against standards including service quality, cost control, and regulatory compliance. Significantly, the QASP sets forth specific performance requirements, with acceptable quality levels mandated at 100%. The method of surveillance is primarily periodic inspection, where compliance is tracked through Contractor Performance Assessment Reporting System (CPARS) ratings. Ultimately, the QASP is designed to guarantee successful contract fulfillment, ensuring effective debt collection while adhering to federal regulations and standards.
    This document comprises a comprehensive list of acronyms relevant to federal government operations, specifically pertaining to requests for proposals (RFPs), federal grants, and state or local RFPs. Each acronym is associated with various governmental roles, procedures, and regulations, including key entities such as the Department of Justice (DOJ), the Internal Revenue Service (IRS), the Office of Management and Budget (OMB), and relevant laws like the Federal Acquisition Regulation (FAR) and Federal Debt Recovery Act (FDRA). The document serves as a reference tool for understanding the terminology frequently utilized in governmental contexts, particularly in relation to contract management and debt collection processes. This ensures clarity and coherence in communication among federal and state agencies, contractors, and legal representatives engaged in financial or contractual dealings. The structured format aids users in navigating the complexities of government documentation efficiently, supporting enhanced comprehension of the associated responsibilities and regulatory frameworks.
    This document outlines different Contract Line Item Numbers (CLINs) associated with the collection of unsecured and secured debts, as well as bankruptcy proceedings. Key points include contingency fee structures for debt collection, fixed hourly rates for legal services, and flat fees for handling foreclosures and evictions. Specific requirements for obtaining prior written approval from the Contracting Officer Representative (COR) or Assistant U.S. Attorney (AUSA) for ancillary legal activities are emphasized. Additionally, other direct costs related to foreclosures and bankruptcy are outlined, with reimbursement based on actual costs incurred. The final sections discuss travel reimbursement guidelines for contractors attending DOJ-approved training or engaged in debt collection activities. Overall, the document establishes compensation models for various legal and administrative services within the framework of government contracts, ensuring oversight and proper justification for expenses. It serves to clarify roles, responsibilities, and the reimbursement process for contractors operating under these government financial agreements.
    The U.S. Department of Justice's Confidentiality Agreement for Contractor Employees outlines the responsibilities and obligations related to data accessed during contract execution (Contract/Order No. 15JPSS). It emphasizes that "data" includes any information from the Government and any data produced by the Contractor under the contract. The agreement mandates that employees refrain from disclosing, distributing, or removing any data without prior written consent from the Contracting Officer or their representative. Additionally, it asserts that this confidentiality obligation remains in effect even after contract employment ends. All government-furnished data is categorized as property of the Government, which must be returned upon request. The agreement also clarifies that existing laws and regulations regarding classified information, whistleblowing, and communications to Congress remain applicable. Finally, modifications to the agreement can be made by the Government in response to legal or situational requirements. The document establishes a rigorous framework for protecting sensitive information within government contracts, ensuring compliance with legal standards and safeguarding national interests.
    The Department of Justice's (DOJ) Cybersecurity and Privacy Rules of Behavior (ROB) for General Users outlines the responsibilities and acceptable behaviors for all personnel with access to DOJ information systems. The document emphasizes the user's role in maintaining cybersecurity and protecting Personally Identifiable Information (PII). Users must comply with federal laws, DOJ policies, and specific cybersecurity directives while ensuring that information is accessed and shared responsibly. The ROB mandates training, proper handling of sensitive information, and adherence to guidelines concerning passwords, hardware, software, email use, and remote access. Users are instructed to safeguard DOJ data, report security incidents promptly, and avoid activities like unauthorized device connections or improper use of the internet. The document also covers specific protocols for classified systems, travel with mobile devices, and handling PII, including restrictions on disclosing such information and expectations of privacy within DOJ systems. Failure to comply may result in sanctions ranging from remedial training to civil actions. By acknowledging these rules, users affirm their understanding and commitment to the DOJ's cybersecurity standards, contributing to the overall safeguarding of federal information systems.
    The Consolidated Debt Collection System (CDCS) Rules of Behavior outline essential security protocols and user responsibilities for Department of Justice (DOJ) IT resources. This document serves as a comprehensive guide for all CDCS users, including DOJ employees, contractors, and private counsel, emphasizing accountability and compliance with federal laws such as OMB Circulars A-123 and A-127, along with the Financial Management Improvement Act. Users are subject to strict sanctions for noncompliance, including potential criminal prosecution for unauthorized access to sensitive information. The document details requirements for protecting personally identifiable information (PII), mandates reporting security incidents, and stipulates behaviors related to computer use, such as safeguarding sensitive data, proper handling of hardware, software restrictions, and guidelines for mobile computing. It underscores the importance of secure practices while traveling and using remote access and outlines protocols for dealing with classified information. Overall, the CDCS Rules of Behavior aim to create a secure information environment, demanding personal responsibility and adherence to outlined standards to mitigate risks associated with cybersecurity threats. Compliance is mandatory, and failure to adhere exposes individuals to severe penalties, highlighting DOJ’s commitment to protecting sensitive information amidst increasing cyber threats.
    The U.S. Department of Justice has issued Policy Statement 1400.03, which serves as guidance for various PC offices seeking clarification or raising inquiries regarding the policy. Stakeholders are encouraged to reach out to designated Points of Contact (POCs) for further assistance. The document includes contact details such as phone numbers and email addresses, along with the physical address of the agency in Washington, DC. Although specific names and titles of POCs are placeholder entries, the overarching theme focuses on facilitating communication and understanding of the policy among involved parties. The inclusion of multiple contact methods highlights the DOJ's commitment to providing necessary support and ensuring compliance with federal guidelines related to relevant programs and operations. This step is pertinent in the context of government RFPs and grants, where clear policy interpretation is crucial for effective execution of funded projects.
    The U.S. Department of Justice’s Instruction 1400.03.01 outlines procedures for managing debtor payments and refunds within the Bureau of Collections and Debt Collection Services (CDCS). Key steps include accessing financial transaction records, reviewing debtor history, and monitoring processed refunds through specific on-screen navigation. The document provides detailed instructions for identifying appropriate debtors and raising concerns about possible refund disputes, directing inquiries to the help desk and program points of contact (POCs) via email or telephone. These protocols emphasize the importance of systematic financial oversight in debt management and ensure proper handling of disbursement actions. The guidance reflects the government's commitment to transparency and effective financial management in its operations, particularly in context to federal grant and RFP mechanisms. The structure includes a clear sequence of operational steps and dedicated contact resources, reinforcing the document's purpose of facilitating efficient financial practices within the justice system while addressing potential issues proactively. Overall, this instruction serves as a critical reference for personnel involved in financial administration within the Department of Justice.
    The Combined Synopsis/Solicitation aims to procure private legal counsel for debt collection services for the Southern District of Texas, specifically supporting the United States Attorney’s Office. The solicitation number is 15JPSS24R00000004, and it is set as a total small business set-aside under NAICS code 541110 with a size standard of $15.5 million. Approximately 2,454 cases involving unsecured debts are referred for collection, with significant debt totals. The awarded contracts, anticipated to be up to two, will last five years starting February 1, 2025, extendable by six months if needed. Eligible offerors must be law firms or solo practitioners, proving bar admission and good standing, with detailed proposals required including technical and price components, past performance, and compliance with registration protocols. Evaluation will follow a two-phased approach, assessing qualifications, past success, and pricing, with technical criteria deemed most critical. The process emphasizes that proposals must reflect the best terms upfront, as discussions post-submission may not occur. Overall, this solicitation exemplifies the government's structured approach to acquiring legal services to efficiently manage federal debt collection activities.
    The document outlines a Request for Proposals (RFP) for Private Counsel Debt Collection services in the Southern District of Texas. The U.S. Attorney's Office seeks competent law firms or solo practitioners to collect delinquent debts owed to the government, particularly unsecured federal debts and related legal services. The RFP includes specific requirements such as mandatory registration in the System for Award Management (SAM) and practical experience relevant to the contract scope. Offerors must provide pricing based on various contract line items and submit technical proposals, past performance documents, and pricing by September 11, 2024. Evaluation criteria emphasize technical capability, past performance, and pricing, with a focus on debt collection experience and administrative attributes. Up to two contracts may be awarded, effective from February 1, 2025. The document reflects strict organizational procedures typical of federal contracting, ensuring compliance with relevant regulations while aiming to procure efficient debt collection services.
    The document pertains to a past performance proposal for the U.S. Department of Justice's Private Counsel Debt Collection Program in the Southern District of Texas, under solicitation number 15JPSS24R00000004. It outlines the requirements for vendors to provide client references relevant to debt collection work performed in the past three years. Each vendor must identify three clients, including contact information and a brief description of their responsibilities and services provided. The government will evaluate submissions based on the recency, relevance, and quality of past performance and may contact references for clarification. The proposal's validity is set for 180 days post-submission, underscoring the importance of demonstrating relevant experience for favorable evaluation. This document is structured to gather vital performance data from potential vendors as part of the procurement process, fundamentally aimed at ensuring that qualified firms are selected for government contracts.
    The document outlines the guidelines for a Present/Past Performance Questionnaire associated with the procurement of private legal counsel for debt collection in the Southern District of Texas, managed by the U.S. Department of Justice. Offerors seeking to provide debt collection services must complete Sections A and B, collecting references from clients of relevant past work performed in the past three years. The selected firm will provide legal services for collecting delinquent federal debts, encompassing both secured and unsecured debts, and will operate within specified judicial districts. The evaluation of the offeror is critical and should include assessments of quality, schedule adherence, cost control, management capabilities, small business subcontracting, and regulatory compliance, with a rating system ranging from "Exceptional" to "Unsatisfactory." Completed questionnaires must be submitted via email by a specified deadline to ensure a thorough evaluation process. This procurement reflects the DOJ’s effort to enhance efficiency and accountability in managing federal debt collections.
    The PRICE PROPOSAL for PRIVATE COUNSEL DEBT COLLECTION in the SOUTHERN DISTRICT OF TEXAS outlines various costs associated with unsecured debt collection and bankruptcy proceedings, designated under RFP number 15JPSS24R00000004. It specifies various billing arrangements, including a contingency fee for debt collection, hourly rates for attorneys and paralegals, and reimbursement at cost for other direct costs (ODCs) related to bankruptcy and case management. Key items include fees for bankruptcy proceedings and their associated materials, travel expenses, and miscellaneous costs. The proposal indicates that the document serves to solicit pricing information from potential contractors to support federal debt collection efforts, ensuring transparency and accountability in legal services provided to the government. The structured pricing categories facilitate the evaluation of bids for compliance with federal laws and budgeting requirements. This document is essential for enabling clear financial parameters in potential contractual agreements with private legal counsel.
    The document is a sample Employment Commitment Letter intended for a legal firm, indicating a commitment to employment contingent upon the firm's success in securing a contract related to Solicitation No. 15JPSS24R00000004. This contract pertains to Private Counsel Debt Collection services in the Southern District of Texas, supporting the Private Counsel Program. The letter requires the individual's printed name, signature, and the date, specifying their readiness to start employment once the contract is executed. This template illustrates typical procedural steps in government RFPs, where employment offers are often contingent on the successful acquisition of federal contracts, thereby showcasing the reliance on expert legal counsel to manage such obligations effectively. The commitment reflects a structured approach to engaging with federal contracts in legal settings, ensuring that firms have pre-established personnel ready to fulfill contractual obligations.
    The document outlines a Request for Proposal (RFP) for Private Counsel Debt Collection services in the Southern District of Texas, issued by the U.S. Department of Justice. Its primary goal is to engage a contractor to perform debt collection activities encompassing both unsecured and secured debts, with a focus on litigation when necessary. The contract duration spans five years, from February 1, 2025, to January 31, 2030, with a possible six-month extension. The RFP details various financial arrangements, incorporating fixed-price, labor-hour, and contingency fee structures for successful debt collections. Key provisions include reimbursement protocols for travel and direct expenses, the inspection and acceptance criteria for services rendered, and specific insurance and liability requirements for the contractor. Moreover, confidentiality and conflict-of-interest protocols are strictly mandated, ensuring protection of sensitive data and preventing potential ethical violations. The document emphasizes the government's oversight role in evaluating contractor performance and enforcing compliance with established guidelines and contractual obligations. Overall, this RFP highlights the U.S. government’s focus on efficient debt recovery while maintaining ethical standards in legal practices.
    This document serves as an amendment to a federal solicitation, detailing important updates regarding the submission of offers. It specifies that the deadline for offers has been extended, but certain requirements remain unchanged. Offerors must acknowledge receipt of this amendment by various methods before the specified deadline, ensuring their offers are considered valid. The amendment is issued by the U.S. Department of Justice and includes answers to questions arising from the solicitation, along with modifications listed in attached documents. It emphasizes that all remaining terms and conditions of the original solicitation are intact, thereby underscoring the continuous process of proposal management in federal contracting. The document is crucial for contractors as it governs important changes that can affect their proposals and compliance with the solicitation’s stipulations.
    The U.S. Department of Justice's solicitation document outlines a Technical Proposal for a Private Counsel Debt Collection Program in the Southern District of Texas. The proposal requires vendors to submit various documentation, including business data, prior debt collection experience, attorney qualifications, and administrative capabilities. Each vendor must detail their experience with debt collection, particularly unsecured debts, and their familiarity with litigating in federal, state, or local courts. The document emphasizes the need for qualified personnel and the structural organization of the vendor's office, including responses to potential increases in assigned case volume. Key criteria also center on compliance with multiple federal regulations, including proper representations and certifications related to business integrity and operations. Vendors are instructed to provide resumes of attorneys involved, along with their various qualifications, including certifications of good standing in state and federal courts. Additionally, the proposal requires submissions that demonstrate excellent administrative capabilities and case management processes that ensure responsiveness to the DOJ. Overall, this document serves as a formal invitation for vendors to propose their services for effectively assisting the DOJ in debt collection efforts, aiming for professionalism and compliance throughout the selection process.
    The RFP 15JPSS24R00000004 seeks proposals for private counsel debt collection services in the Southern District of Texas. Proposals are due by September 11, 2024. Bidders must adhere strictly to the solicitation requirements, including the use of a prescribed "Price Proposal Template" for fee submissions. Currently, the Department is satisfied with incumbent contractors' performances, but specific billing rates and past payment figures are confidential. Most accounts pertain to private consumers with debts from federal loan programs. The bidding process involves prior internal collection attempts, and contractors must comply with the Fair Debt Collection Practices Act. The document outlines expectations regarding the number and value of accounts placed with vendors but indicates that this data for historical rates of return or the anticipated outcomes are not tracked or predictable. Overall, the solicitation presents a structured inquiry process aimed at optimizing debt collection efficiency through qualified vendor responses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Day Reporting Center (DRC) Services Located Within McLennan County, Texas
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Day Reporting Center (DRC) services located in McLennan County, Texas. The primary objective is to procure comprehensive services that support the reintegration of adult offenders into society, focusing on reducing recidivism through case management, counseling, employment services, and coordination with community resources. These services are crucial for providing a structured environment that facilitates successful transitions for federal offenders reentering the community. Interested contractors must submit their proposals by June 6, 2024, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164. The estimated contract value is between $3 million and $5 million annually, with a potential for extensions.
    SYNOPSIS ONLY - Litigation Support Services
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking to procure Litigation Support Services (LSS) focused on electronic discovery (eDiscovery) solutions through a single-award contract. The primary objective is to enhance the OCC's capabilities in managing legal matters, including responses to subpoenas and civil litigation, by utilizing advanced technologies such as the RelativityOne Government tool for efficient data collection and processing. This contract will span five years, including four optional 12-month periods, with an anticipated solicitation release between October and November 2024. Interested parties can direct inquiries to Anethra Facione at Anethra.Facione@occ.treas.gov or by phone at 202-649-0000.
    Outside Counsel Real Property Legal Services
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Railroad Administration (FRA), is seeking quotes for outside counsel legal services to support complex property transactions under solicitation number 693JJ624Q000014. The primary objective is to establish multiple Blanket Purchase Agreements (BPA) for legal assistance related to significant transactions influenced by the Infrastructure Investment and Jobs Act, particularly concerning Amtrak-owned properties. This procurement is crucial as it addresses the anticipated increased need for legal support due to substantial federal funding for rail improvement projects. Interested parties must submit their quotes by September 30, 2024, and can direct inquiries to Koren Wheeler at koren.wheeler@dot.gov.
    FCC Beaumont - VT Program - Various Courses
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking proposals for a Vocational Training Program Provider for the Federal Correctional Complex (FCC) in Beaumont, Texas. The selected contractor will be responsible for delivering various vocational courses, including Basic Diesel Engine Repair, Culinary Arts, and HVAC, aimed at equipping inmates with skills for entry-level employment and industry-standard certifications. This initiative is crucial for enhancing rehabilitation opportunities within the correctional system, ensuring that inmates acquire marketable skills applicable in the workforce upon their release. Proposals are due by September 20, 2024, and interested parties should contact Sarah Burke at sburke@bop.gov for further information. The contract will span five years, starting January 1, 2025, with one base year and four optional renewal years.
    COMPREHENSIVE MEDICAL SERVICES - MDC LOS ANGELES
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Comprehensive Medical Services at the Metropolitan Detention Center (MDC) in Los Angeles, California. The procurement aims to secure a single award for a range of medical services, including inpatient and outpatient facility and physician services, with an emphasis on comprehensive proposals that meet all outlined requirements. This contract, structured as an indefinite delivery/requirements type with firm-fixed unit pricing, will cover a Base Year and four optional renewal years, with estimated service quantities specified for inpatient days, psychiatric days, and outpatient visits. Interested parties should monitor the official U.S. Government contract opportunities website for the solicitation release on or about November 13, 2024, and can direct inquiries to LaShundra D. Thomas at ldthomas@bop.gov or 202/598-6077.
    FY24 IOD-OMSU Quick Draw Medical Pack System
    Active
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for the procurement of a Quick Draw Medical Pack System and associated accessories, aimed exclusively at small businesses. This solicitation, numbered 15M10224QA4700343, requires compliance with Federal Acquisition Regulation (FAR) clauses and emphasizes the importance of submitting detailed proposals, including product photos and brochures, by the deadline of September 17, 2024. The procurement is critical for enhancing emergency management capabilities, ensuring that the USMS can effectively meet operational needs while promoting equitable participation in government contracting. Interested vendors should direct inquiries to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further information.
    EOIR Language Services
    Active
    Justice, Department Of
    The Department of Justice (DOJ), specifically the Executive Office for Immigration Review (EOIR), is seeking sources for comprehensive language services, including on-site and telephonic interpretation, Video Remote Interpretation (VRI), written translation, and transcription services for immigration court proceedings across the United States and its territories. The requirement anticipates a daily need for approximately 800 interpreters, with a significant portion required to be on-site, reflecting the critical role these services play in facilitating communication in judicial processes. This Request for Information (RFI) is not a solicitation for proposals but aims to assess the interest and technical capabilities of potential contractors, particularly small businesses, in preparation for a future Indefinite Delivery Indefinite Quantity (IDIQ) contract expected to span five years. Interested parties must submit their capabilities statements electronically by September 23, 2024, to Michael D. Jackson at michael.d.jackson@usdoj.gov.
    Solid Waste Disposal Services - MDC Guaynabo
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified contractors to provide Solid Waste Disposal Services for the Metropolitan Detention Center (MDC) located in Guaynabo, Puerto Rico. The procurement will involve an indefinite delivery/requirements contract with firm-fixed unit prices, covering a base period of 12 months and four optional one-year renewal periods at the government's discretion. These services are crucial for maintaining the cleanliness and operational efficiency of the facility, ensuring compliance with health and safety standards. The solicitation is expected to be released on or about September 25, 2024, and interested parties should monitor www.sam.gov for updates and further details. For inquiries, contact Sarah Burke at sburke@bop.gov.
    FCC Three Rivers - Grease Trap Service
    Active
    Justice, Department Of
    The Department of Justice's Federal Bureau of Prisons is seeking qualified contractors to provide grease trap cleaning services at the Federal Correctional Institution (FCI) and Federal Prison Camp (FPC) located in Three Rivers, Texas. The procurement involves a comprehensive service contract that includes preventative maintenance, quarterly inspections, and compliance with EPA and Texas regulations for grease trap management. This service is critical for maintaining sanitation and regulatory compliance within the correctional facilities. Interested parties must respond to the market research questionnaire by September 23, 2024, at 12:00 PM CDT, and can direct inquiries to Justin Wray at jwray@bop.gov or (202) 580-9405. All contractors must be registered in the System for Award Management (SAM) database to be eligible for consideration.
    Intent to Sole Source--Westlaw
    Active
    Energy, Department Of
    The U.S. Department of Energy (DOE) intends to exercise a sole source extension of a purchase order to Westlaw for online legal research services, ensuring continuity of critical legal support during a competitive procurement process. This extension is necessary to prevent disruption in access to essential legal resources, which are vital for ongoing litigation and legal matters within the DOE. The performance period for this award is set from October 1, 2024, through March 31, 2025, including a three-month base period and an option for an additional three months. Interested parties who believe they can fulfill these requirements are invited to submit a capability statement to Kelley Vandecoevering at kelley.vandecoevering@hq.doe.gov within 15 days of this notice.