D--LPIMS Solicitation 16PBGC25R0056
ID: 16PBGC25R0056Type: Special Notice
Overview

Buyer

PENSION BENEFIT GUARANTY CORPORATIONPENSION BENEFIT GUARANTY CORPORATIONPENSION BENEFIT GUARANTY CORPWASHINGTON, DC, 20005, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

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

    The Pension Benefit Guaranty Corporation (PBGC) is seeking proposals for Legacy PIMS Actuarial and IT Support Services through a combined synopsis/solicitation. The procurement aims to secure operations and maintenance support for the Legacy ME-PIMS and SE-PIMS models, which are critical for assessing financial risks related to pension plan insurances and ensuring compliance with statutory obligations. This contract, set aside for small businesses, will cover a three-year period from September 1, 2025, to August 31, 2028, and includes various services such as actuarial evaluations, technical assistance, and system modifications. Interested contractors should submit their proposals by May 22, 2025, and can direct inquiries to Tre Brummell or Frank Argenziano via their respective emails.

    Point(s) of Contact
    Brummell, Joseph
    BRUMMELL.JOSEPH@PBGC.GOV
    Files
    Title
    Posted
    The Legacy PIMS Fact Sheet describes the Pension Insurance Modeling System (PIMS) used by the Pension Benefit Guaranty Corporation (PBGC) to assess financial risks related to pension plan insurances. There are two main components: the Single-Employer (SE) PIMS and the Multiemployer (ME) PIMS, each functioning as stochastic simulation models evaluating potential future claims and financial liabilities. SE PIMS analyzes about 500 pension plans, incorporating economic variables, plan liabilities, asset levels, and sponsor bankruptcies over a 20-year simulation period to forecast PBGC’s financial standing. It is critical for meeting statutory obligations and informing legislative processes, aiding in understanding the potential impacts of policy changes on pensions and PBGC finances. ME PIMS, on the other hand, assesses the multiemployer pension plans, covering 1,400 plans and focusing on different failure patterns and funding mechanisms compared to single-employer plans. Both models are essential for PBGC's compliance with ERISA and help shape policy decisions related to pension funding and insurance. The fact sheet emphasizes ongoing updates and modernization efforts of the PIMS to enhance its functionality and address legislative needs, reflecting the complex interplay between various financial factors, legislative decisions, and the sustainability of pension programs.
    The file outlines the requirements and tasks associated with the Operation and Maintenance (O&M) of the PIMS (Pension Insurance Modeling System) models for the Pension Benefit Guaranty Corporation (PBGC). It details actuarial services, user support, analysis of policy impacts, system modifications, and project management. Key services include annual actuarial evaluations, legislative impact analysis, user technical support, root cause analysis, and disaster recovery testing. It emphasizes the need for compliance with IT standards, coordination among various teams, and clear documentation throughout the project lifecycle. A breakdown of labor categories and estimated hours for each task is provided to assist contractors in preparing proposals. The document serves as a Request for Proposals (RFP) for qualified contractors to provide essential support in overseeing and enhancing PBGC's operations and modeling projects.
    The document outlines a Team Workflow and Separation of Duties Chart, serving as a framework for organizing roles and responsibilities within federal and state grant processes and requests for proposals (RFPs). The chart aims to enhance efficiency and accountability in project management by clearly delineating tasks among team members, thereby mitigating risks of errors or conflicts. Key elements include identification of specific roles, maintenance of checks and balances, and ensuring compliance with regulations. This framework is critical in the context of government contracts, as it establishes a structured approach to managing projects, safeguarding public resources, and fostering transparency. Ultimately, the chart contributes to the successful execution of federal and state initiatives by streamlining workflows and promoting collaborative efforts among stakeholders.
    The document outlines the IT Risk Management Strategy and Process for the Pension Benefit Guaranty Corporation (PBGC), aiming to standardize the approach to managing IT risks across the organization. It establishes a structured risk management framework aligned with federal guidelines and best practices to ensure operational efficiency and compliance with control requirements. The strategy emphasizes the importance of identifying, assessing, and managing IT risks linked to CIO Programs, IT Programs, and Cybersecurity, highlighting roles and responsibilities for all staff from the CIO down to IT Risk Managers. The process includes defining IT risks, assessing their probability and impact, developing appropriate risk responses, and regularly reviewing risk statuses. An IT Risk Register is essential for documenting risks and responses, enabling ongoing monitoring and reporting to management, predominantly through established governance structures. This comprehensive risk management approach aims to mitigate interruptions, ensure data integrity, and enhance project delivery timelines within the PBGC’s operational environment.
    The document outlines a comprehensive framework for managing Information Technology (IT) programs within a governmental context. It details processes for planning, executing, and maintaining IT initiatives through the Integrated Program Team (IPgT) structure, highlighting roles such as Business and IT Program Managers, Chief Enterprise Architect, and various security and privacy officials. The plan emphasizes conducting Business Needs Analysis (BNA) and Alternatives Analysis (AA), followed by developing an IT Program Plan that aligns with strategic objectives, operational needs, and budget considerations. The framework includes steps for risk management, cybersecurity, continuous monitoring, and the management of change throughout the project's lifecycle. Critical deliverables are identified, including project schedules, requirements documentation, and security assessments. Ongoing governance through review boards and committees ensures adherence to IT standards and regulatory demands. Ultimately, this framework serves as a guideline for federal agencies to effectively manage IT projects, securing resources and ensuring compliance with security and privacy mandates, thus promoting operational efficiency and enhancing service delivery in government operations.
    The document outlines the Accessibility Requirements Tool for Information and Communication Technology (ICT) under Section 508 of the Rehabilitation Act, emphasizing the need for electronic content and hardware to be accessible to individuals with disabilities. Key accessibility standards, such as compliance with WCAG 2.0 criteria for public-facing and official business electronic content, are stipulated. The document specifies functional performance criteria for various disabilities, ensuring that ICT can be utilized without reliance on vision, hearing, speech, fine motor control, or cognitive skills. Instructions for offerors require the submission of an Accessibility Conformance Report (ACR) using the Voluntary Product Accessibility Template, detailing how ICT meets Section 508 standards, including usability scenarios for individuals with disabilities. The agency reserves the right to validate these claims through testing before acceptance of the offered ICT items. This framework reflects the government's commitment to ensuring equal access and usability of ICT solutions for all users, particularly those with disabilities, as part of federal and state/local grant and procurement processes.
    The document outlines a Request for Proposal (RFP) for Legacy PIMS Actuarial and IT Support Services, targeting a base period from September 1, 2025, to August 31, 2026. It details various task orders (CLINs) required for operations and maintenance of both the ME-PIMS and SE-PIMS models, which include technical assistance requests and projections report modeling. The base year consists of multiple tasks involving 12-month service periods and options for additional requests, which can be initiated at various points throughout the contract term. Each task includes specific quantities and units of service, indicating the volume of support necessary for the successful operation of the PIMS models. The RFP emphasizes the ongoing need for actuarial and IT support to ensure effective model maintenance and projection capabilities. Overall, this RFP seeks qualified vendors to offer comprehensive technical support under a structured framework conducive to ongoing evaluation and service improvement.
    The document outlines a Request for Proposal (RFP) for Legacy PIMS Actuarial and IT Support Services, detailing services required over three years, from September 1, 2025, through August 31, 2028. The RFP specifies operations and maintenance support for the Legacy ME-PIMS and SE-PIMS models, including Projections Report Modeling and technical assistance requests. It consists of multiple Contract Line Item Numbers (CLINs) for each year, indicating different services and quantities, with options for additional services. Each option year includes specific clauses for the continuation of services and potential for additional project requests. The document is structured by listing base years and optional periods with quantities, units, and total price estimates for clarity. The purpose of the RFP is to solicit contractors capable of delivering specialized support and maintenance services for these actuarial models, ensuring continued operational effectiveness and technical assistance in a structured, phased approach.
    The document appears to contain scrambled or corrupted text, making it unreadable and devoid of coherent information. As a result, identifying specific topics or key ideas is impossible. However, based on the context of government RFPs, federal grants, and state/local RFPs, it can be inferred that such documents generally aim to solicit proposals or allocate funding for various projects, possibly encompassing infrastructure development, community services, or health initiatives. These documents typically outline necessary qualifications, project guidelines, funding availability, deadlines, and evaluation criteria. In summary, while the content of the file is corrupt and unreadable, it likely pertains to governmental processes regarding request for proposals and grant distribution in public sectors. Without access to clear text, a comprehensive evaluation of specific details or requirements cannot be provided.
    The Pension Benefit Guaranty Corporation (PBGC) has issued a combined synopsis/solicitation for Actuarial and IT Support Services under solicitation number 16PBGC25R0056. This request specifically invites proposals from small businesses to provide maintenance and operational support for Legacy Pension Insurance Modeling Systems (PIMS). The contractor will be responsible for managing operations and maintenance, conducting actuarial evaluations, supporting projections report modeling, providing technical assistance, and executing special project requests. Services will be delivered via a firm-fixed-price contract, with a performance period spanning from September 1, 2025, to August 31, 2028. Key tasks involve supporting both single-employer and multiemployer PIMS models, which are crucial for PBGC's financial evaluations and compliance with ERISA regulations. Contractors must ensure deliverables meet specified criteria for timeliness, quality, and operational requirements. The document outlines a comprehensive performance work statement detailing operational, technical, and support requirements, along with evaluation criteria for contractor proposals. Ultimately, this procurement is vital for continued operational efficacy in safeguarding pension funds and enhancing actuarial accuracy within the PBGC.
    This document is a Combined Synopsis/Solicitation for commercial products and services under solicitation number 16PBGC25R0056, specifically targeting actuarial and IT support services for the Pension Benefit Guaranty Corporation (PBGC). It outlines a firm-fixed-price contract primarily involving operations and maintenance of the Legacy Pension Insurance Modeling System (PIMS) and related services. The proposal is set aside for small businesses under NAICS code 541511. Key requirements include support for single-employer and multi-employer PIMS models, development of actuarial evaluations, technical assistance for legislative inquiries, and project management tasks. The performance period spans from September 1, 2025, to August 31, 2028, with an emphasis on timely and quality deliverables, adherence to federal regulations, and proactive communication with stakeholders. The contractor is tasked with maintaining the operational functionality of PIMS, conducting regular updates, and ensuring compliance with quality standards. Performance will be assessed on timeliness, quality, and accuracy of deliverables, with a commitment to ongoing technical support. The document emphasizes the importance of collaborating with various project management teams to ensure successful outcomes as PBGC works toward modernizing its pension insurance programs.
    The document outlines the Request for Proposal (RFP) for Actuarial and IT support services related to the Legacy Pension Insurance Modeling System (PIMS) of the Pension Benefit Guaranty Corporation (PBGC). It specifies that the solicitation number is 16PBGC25R0056 and is set as a small business set-aside under the NAICS code 541511, with a deadline for proposals by May 15, 2025. The scope of work includes operations and maintenance of the Legacy SE and ME-PIMS models, projections report modeling, technical assistance requests, and management of special project requests. The contractor will be expected to provide a firm-fixed price contract with specific deliverables, timelines, and compliance standards. The performance requirements include timely and high-quality responses to requests, effective user support, and adherence to federal regulations and PBGC guidelines. Proposals must include past performance references and experience in similar work to meet the evaluation criteria. The document emphasizes the importance of a phased evaluation process for proposals, including acceptability, price, corporate experience, past performance, and overall assessment, culminating in the selection of the most advantageous proposal at a fair price. The overall period of performance ranges from September 2025 to August 2028.
    The PBGC document details responses to industry questions related to a Request for Proposal (RFP) for a contract that will succeed an existing one performed by Lynchval Systems Worldwide. The amendments and corrections noted clarify specifics about the scope of work, pricing, and contract procedural elements, including the transition from a labor-hour to a firm-fixed-price contract. Key points include the following: the solicitation has shifted to SAM.gov; remote work is approved for contractor personnel; the anticipated decommissioning of the SE PIMS system in late summer 2026; and the current workload and resource requirements. Additionally, details regarding Technical Assistance (TA) requests, user training sessions, and contractor responsibilities for audits are outlined. The document emphasizes that while multiple contractors are encouraged to bid, the proposal must meet specific criteria regarding corporate experience, past performance, and resource allocation. The PBGC confirms its openness to modernizing processes, including potential AI integration, and specifies preferred programming languages for the project. This document serves as a crucial guidance tool for potential bidders, encapsulating expectations and clarifying procurement processes in compliance with federal contracting standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Special Notice
    Similar Opportunities
    FEHB Protection Act
    Office Of Personnel Management
    The U.S. Office of Personnel Management (OPM) is seeking industry collaboration through a Request for Information (RFI) for the implementation of the FEHB Protection Act of 2025, which mandates a comprehensive audit of family member eligibility within the Federal Employees Health Benefits (FEHB) Program. The OPM is specifically looking for vendor capabilities to conduct large-scale automated verifications, integrate with federal and external data sources, develop web portals for document uploads, and ensure compliance with federal security standards, among other requirements. This initiative is crucial as it aims to enhance the integrity of the FEHB Program, which serves approximately 8.3 million individuals. Interested vendors must submit their responses by December 15, 2025, and can direct inquiries to Padma Shah at CEP@opm.gov.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a contractor, CoreSphere, to provide essential development, sustainment, and operations and maintenance services in response to a recent congressional mandate. This urgent requirement is driven by a public exigency as outlined in MMAR 6.302-2, necessitating immediate action to meet critical deadlines. The contract period is set from May 1, 2023, to April 30, 2024, with plans for a competitive follow-on requirement in the future. Interested parties can reach out to Dyeshia Sampson at dsampson@gpo.gov or call 202-320-0089 for further details.
    NFIP Actuarial Services
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for actuarial and geospatial support services for the National Flood Insurance Program (NFIP). The objective of this procurement is to acquire technical capabilities, analytics, and guidance related to ratemaking and insurance pricing, which are essential for maintaining a financially sound flood insurance structure. This full and open solicitation (RFP No. 70FA6025B00000004) includes a firm-fixed-price contract with a 12-month base period and four one-year options, with proposals due by January 7, 2026. Interested parties can direct inquiries to Alexander Ramirez at alexander.ramireztorres@fema.dhs.gov or Bryan Falcone at bryan.falcone@fema.dhs.gov, with key dates including a question submission deadline of December 3, 2025.
    RBG0001-26 RBG/ SBG Support
    Justice, Department Of
    The Department of Justice, through UNICOR, Federal Prison Industries, Inc., is seeking proposals for the RBG0001-26 RBG/SBG Support contract, which focuses on providing technical expertise and support for maintaining R2:V3 and RIOS certifications for their Recycling Business Group factories. The contractor will be responsible for various tasks, including product evaluation, sourcing, financial management, and inmate supervision within a correctional environment, requiring a minimum of two years of relevant experience in electronics recycling factory management. This opportunity is a total small business set-aside, with proposals due by December 16, 2025, at 2:00 PM EST, and all inquiries should be directed to Joshua Hassler at joshua.hassler2@usdoj.gov. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with mandatory security requirements and federal regulations.
    R - Notice of Proposed Contract Action (Treasury-wide) - Retirement Specialists Support (RSS)
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency, is seeking to establish a Retirement Specialists Support (RSS) vehicle to provide comprehensive advisory, counseling, records analysis, and Federal benefits retirement processing support across all Treasury Bureaus. This procurement is aimed at creating a single-award Blanket Purchase Agreement (BPA) with a performance period not exceeding five years, utilizing the GSA Multiple Award Schedule and is exclusively set aside for certified Small Businesses located within a 50-mile radius of the Washington, DC metropolitan area. The selected contractor will play a crucial role in enhancing the retirement services offered to Treasury employees, ensuring effective management of retirement-related inquiries and processes. Interested parties should contact Matthew Quinn at Matthew.Quinn@occ.treas.gov or by phone at 202-913-2418 for further details.
    R418--Caregiver Support Program Financial and Legal Services (CSP-FLS) (VA-25-00004108)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Caregiver Support Program Financial and Legal Services (CSP-FLS) under solicitation number 36C10X26R0001. This procurement aims to provide comprehensive financial and legal services to Primary Family Caregivers enrolled in the Program of Comprehensive Assistance for Family Caregivers (PCAFC), including services such as estate planning, debt management, and educational webinars. The contract will be awarded as a single firm-fixed price and time and materials agreement, with a base period of 12 months and four optional 12-month periods, emphasizing compliance with HIPAA and specific professional credentials. Interested parties must submit their proposals by January 8, 2026, at 10:00 AM Eastern Time, and can direct inquiries to Contract Specialist Brian Kadel at Brian.Kadel@va.gov or 240-215-1653.
    U.S. Embassy Iraq LES Global Medical Coverage (GMC) Health Insurance Services
    State, Department Of
    The U.S. Department of State is seeking a qualified contractor to provide Global Medical Coverage (GMC) Health Insurance Services for Locally Employed Staff (LES) at the U.S. Embassy in Iraq. The contract will cover an estimated total of 1,321 enrollees, including 571 LES employees and 750 independents, with an anticipated performance period of 12 months and four optional one-year extensions at the government's discretion. This health insurance service is critical for ensuring the well-being of embassy staff and their families while stationed in Iraq. Interested contractors should note that the presolicitation will be posted on www.sam.gov around December 22, 2025, and proposals will be due 30 days after the solicitation announcement closes. For further inquiries, contact Yang Zhang Monteiro at madsenyz@state.gov or the RSU Contracts team at rsu-amman-contracts@state.gov.
    Internal Audit Services
    Energy, Department Of
    The Department of Energy, through the Princeton Plasma Physics Laboratory (PPPL), is soliciting proposals for Internal Audit Services under Request for Proposal (RFP) 26-003. The objective is to ensure compliance with the Department of Energy Acquisition Regulation (DEAR) clause 970.5232-3, requiring the selected contractor to conduct annual risk assessments, develop audit plans, and execute audits in collaboration with Princeton University's Office of Audit and Compliance. This procurement is critical for maintaining operational integrity and compliance within federally funded research initiatives. Interested firms must submit their proposals by January 21, 2026, at 4:30 PM EST, and direct any inquiries to Cheryl Colan at ccolan@pppl.gov or (609) 243-3486. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a total value not exceeding $3 million over a potential five-year period.
    Data Access Program
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors for the Data Access Program, aimed at enhancing access to linked datasets for research on aging. The primary objectives include reviewing requests for CMS-linked datasets, conducting data linkage, maintaining data documentation, and providing technical assistance to researchers, all while ensuring compliance with security standards. This initiative is crucial for facilitating high-quality research on health care utilization and outcomes among older adults. Interested parties can contact Shaun Rostad at shaun.rostad@nih.gov or Linda Smith at linda.smith2@nih.gov for further information. The Request for Proposals (RFP No. 75N95023R00003) is expected to be released on or about January 26, 2026, with proposals due 45 days after the release date.
    FY2026 USPS OIG Broad Agency Announcement
    Postal Service
    The United States Postal Service Office of Inspector General (USPS OIG) is soliciting proposals through its FY2026 Broad Agency Announcement (BAA) for professional, consultant, and support services. This BAA, which supersedes all prior versions, aims to establish a pre-qualified pool of contractors to support various OIG offices, including General Counsel, Research Insight Solution Center, Investigations, Audit, Chief Information Officer, and Mission Support. Proposals will be accepted on a rolling basis until September 30, 2026, and must include a resume, position title, duty location, addressed evaluation criteria, and proposed pricing. Interested parties can contact Farzad Afrasiabi at fafrasiabi@uspsoig.gov for further information regarding this opportunity.