Incident Response Retainer
ID: 2032L225Q00003Type: Presolicitation
Overview

Buyer

TREASURY, DEPARTMENT OF THEINTERNAL REVENUE SERVICENATIONAL OFFICE - IRS DO/IT BRANCHLanham, MD, 20706, USA

PSC

IT AND TELECOM - SERVICE DELIVERY SUPPORT SERVICES: ITSM, OPERATIONS CENTER, PROJECT/PM (LABOR) (DD01)

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 an Incident Response Retainer, focusing on brand name Mandiant products and services. This procurement aims to enhance the IRS's capabilities in incident response and cybersecurity, ensuring compliance with the Department of Treasury's Statement of Work. The solicitation (RFQ 2032L225Q00003) is expected to be released in late July 2025, with quotes to be submitted exclusively through NASA SEWP, and the estimated closing date is early August 2025. Interested parties should monitor the NASA SEWP site for updates and can direct 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
    Presolicitation
    Similar Opportunities
    Correspondence Production Service Printer Refresh
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking information from small businesses regarding their capabilities to provide a printer refresh for the Correspondence Production Service (CPS) Branch. The project involves the acquisition of one Ricoh VC4000 high-speed continuous feed monochrome inkjet printer and four Ricoh Pro 8410 cut-sheet printers, along with associated services such as installation, configuration, testing, and training across three sites: Detroit, MI, Bloomington, IL, and Ogden, UT. This initiative is crucial for managing increased taxpayer correspondence efficiently, with a firm fixed price contract anticipated for a 12-month base period. Interested vendors must submit their responses, including a capabilities statement, by December 10, 2025, to Tonitta Jones at tonitta.l.jones@irs.gov.
    CI-Medical
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service's Criminal Investigation division, is soliciting proposals for a Firm-Fixed Price, Four-Year Indefinite Delivery Indefinite Quantity Contract for medical services. The contract aims to provide comprehensive medical evaluations and screenings for special agents, including applicant screenings, annual incumbent screenings, fitness-for-duty exams, immunizations, and breath alcohol testing, with a focus on adhering to IRS data safeguarding protocols. This procurement is critical for ensuring the health and fitness of law enforcement personnel, with the contract expected to run from October 1, 2025, to September 30, 2030. Interested contractors should contact Diana Vitenko at diana.vitenko2@irs.gov or 510-907-5083 for further details, as proposals will be evaluated based on a best-value trade-off approach emphasizing technical and management capabilities.
    Inflation Reduction Act (IRA) Digitalization Transformation (DT) SupportEnergy Security PMO
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking contractor support services for the development and implementation of an Energy Security Program as mandated by the Inflation Reduction Act (IRA). This initiative aims to create an enterprise-wide solution to manage the administration, eligibility determination, tracking, reconciliation, and distribution of approximately 15 energy credits, with urgent requirements impacting the 2023 Filing Season. The selected contractor will play a crucial role in ensuring compliance with legislative mandates, with initial support needed by March 1, 2023. Interested parties can contact Shantice Wright at shantice.m.wright@irs.gov or (240) 613-2500 for further details.
    Brand name - Ricoh Programming Services Hardware and Software Maintenance services to enhance the Notice Delivery System’s (NDS) Tax Correspondence Delivery Tracking (TCDT2)
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking to procure brand name Ricoh programming services for hardware and software maintenance to enhance the Notice Delivery System’s (NDS) Tax Correspondence Delivery Tracking (TCDT2). The objective of this procurement is to ensure the effective operation and administration of the NDS application, which is critical for the IRS's system-generated taxpayer mail production. This service is vital for maintaining the integrity and efficiency of IRS correspondence production services. Interested vendors can reach out to Vincent J. Hill at Vincent.J.Hill@irs.gov or by phone at 240-613-2098, or Tiffany Williams at tiffany.d.williams@irs.gov or 240-613-5039 for further details.
    Social Media Management Tool Sole Source Justification
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking to justify a sole source procurement for a Social Media Management Tool due to unusual and compelling urgency. This procurement falls under the category of IT and Telecom, specifically focusing on business application/application development software as a service. The tool is essential for managing the IRS's social media presence effectively, which is increasingly important for communication and engagement with the public. Interested parties can reach out to Joleen R. Dedmon-Rinato at joleen.r.dedmon-rinato@irs.gov or by phone at 520-271-6922 for further details regarding this opportunity.
    Social Media Recruitment Data Analytics
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking a contractor to provide social media recruitment data analytics services for its Large Business & International (LB&I) Division. The primary objective of this procurement is to enhance recruiting and direct hiring outreach to business professionals, as well as to develop customized industry reports that will aid in strategic planning based on data gathered from professional social media platforms. This initiative is crucial for the IRS to effectively attract talent and make informed decisions regarding workforce planning. Interested parties can reach out to Annette Jones at Annette.E.Jones@irs.gov for further information regarding this opportunity.
    IRS Memphis, TN Design/Build Replacement of Roofs, Electrical Breakers and Fire Alarm System Construction Project
    Buyer not available
    The General Services Administration (GSA) is seeking a qualified contractor for a Design-Build project to replace roofs, upgrade electrical breakers, and install a new fire alarm system at the Internal Revenue Service (IRS) Customer Service Center in Memphis, Tennessee. The project involves comprehensive repairs and replacements, including approximately 618,000 square feet of roofing with a 20-year warranty, refurbishment of 26 failed electrical circuit breakers with a 1-year warranty, and installation of a UL-certified fire alarm system, all adhering to current life safety codes. This procurement is critical for maintaining the operational integrity and safety of the IRS facilities, with an estimated contract value between $20 million and $25 million. Proposals are due by February 2, 2026, and interested parties can contact Joseph Ardoin at joseph.ardoin@gsa.gov or 404-772-8076 for further information.
    Facilities Technology Management
    Buyer not available
    The Federal Bureau of Investigation (FBI) is seeking industry feedback through a Request for Information (RFI) for its Facilities Technology Management (FTM) initiative. The primary objective is to gather insights and capabilities for contractor support related to TRIRIGA operations and maintenance until its End of Life in September 2027, as well as to conduct a comprehensive system assessment to optimize the FBI's facilities technology portfolio. This assessment will evaluate existing systems and market-available options, focusing on requirements alignment, cost analysis, and risk assessment to recommend optimal systems and develop an agile implementation plan for transitioning away from TRIRIGA. Interested vendors are required to submit a capabilities statement by December 19, 2025, and may have the opportunity to participate in a Reverse Industry Day for select vendors. For further inquiries, interested parties can contact Tammy Clark at tjclark2@fbi.gov or Marie Agrinzoni at meagrinzoni@fbi.gov.
    Desk Audits
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified contractors to conduct desk audits as part of their procurement process. The primary objective of this opportunity involves interviewing incumbents to gather detailed information regarding their duties and responsibilities. Desk audits are crucial for ensuring compliance and efficiency within the IRS's operations, thereby enhancing the overall effectiveness of human resource management. Interested parties can reach out to Kimberlee Brown at kimberlee.r.brown@irs.gov or by phone at 240-613-5068 for further information regarding this opportunity.
    F5 Renewal Software and Maintenance Support
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking to procure F5 Renewal Software and Maintenance Support. This opportunity involves a Justification and Approval process that restricts the number of sources eligible for consideration, indicating a preference for a brand-name solution in accordance with TSA procedures. The software and maintenance services are critical for the TSA's enterprise information technology operations, ensuring the continued functionality and security of their IT systems. Interested vendors can reach out to Michele Reeves at Michele.Reeves@tsa.dhs.gov or by phone at 609-813-3371 for further information regarding this procurement.