Electronic Research Services (ERS) Tax Research Services
ID: 2032H8-24-R-00023Type: Solicitation
Overview

Buyer

TREASURY, DEPARTMENT OF THEDEPARTMENTAL OFFICESNATIONAL OFFICE - IRSNEW CARROLLTON, MD, 20706, USA

NAICS

Web Search Portals and All Other Information Services (519290)

PSC

SUPPORT- ADMINISTRATIVE: INFORMATION RETRIEVAL (R612)
Timeline
    Description

    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking proposals for Electronic Research Services (ERS) Tax Research Services through a full and open competition. The objective of this procurement is to establish a firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) contract that will provide a suite of electronic research services tailored to the IRS's unique tax, legal, business, and news research needs, supporting approximately 15,000 employees involved in tax analysis and customer service. Proposals must be submitted by April 1, 2025, with the contract term beginning on July 1, 2025, and lasting for one year, with options for four additional years. Interested vendors should direct inquiries to Brian Carter at brian.j.carter@irs.gov and ensure compliance with all submission guidelines outlined in the Request for Proposal (RFP).

    Point(s) of Contact
    Files
    Title
    Posted
    The Internal Revenue Service (IRS) seeks to acquire standardized electronic research services to support approximately 15,000 employees engaged in tax analysis, audits, and customer service. The Performance Work Statement (PWS) outlines the need for a comprehensive tax research library, integrating regulatory, judicial, and IRS-specific materials tailored to diverse user requirements. Proposals must detail how contractors will maintain consistent content availability, provide operational support, and implement a user-friendly electronic interface compatible with IRS technical specifications. Key components include a mandatory content checklist, such as the Internal Revenue Manual and various legal and administrative resources, as well as desirable features like advanced search capabilities and training support. Contractors should expect to engage in contract management activities, including quarterly reviews and reporting statistics on system usage. Overall, the initiative emphasizes quality case resolution and fair application of tax laws through improved access to research resources, underscoring the IRS's commitment to effective taxpayer service and compliance.
    The Quality Assurance Surveillance Plan (QASP) outlines standards and procedures for overseeing contractor performance related to tax research services as specified in the federal Performance Work Statement (PWS). Its primary aims include ensuring that the contractor meets performance standards and delivering services that adhere to government expectations. Key components include roles and responsibilities of the Contracting Officer (CO) and Contracting Officer’s Representative (COR), defined methodologies for assessing contractor performance through monitoring techniques like random sampling and customer feedback, and the establishment of acceptable quality levels (AQLs). Performance assessments will involve routine evaluations, with the COR responsible for documenting findings and potentially requiring corrective action plans if standards are not met. The QASP emphasizes customer satisfaction, outlines a feedback mechanism, and stipulates reporting requirements to track overall contractor performance. Overall, the QASP aims to facilitate effective monitoring and ensure the government only pays for the services received, establishing an accountability framework between the contractor and federal agencies.
    The document outlines a Past Performance Questionnaire intended for evaluating contractors in the context of federal and state local RFPs and grants. It requires detailed reference information about the contractor, such as contract type, performance period, total value, and client contact information. The questionnaire assesses the contractor’s past performance through a rating system (ranging from Excellent to Unsatisfactory) based on the consistency and quality of their work, compliance with contractual requirements, and risk evaluations for future performance. Key sections include assessing the level of service, satisfaction with the product, and ease of use. Respondents are asked to rate various aspects, including contractor support, training materials, billing procedures, user-friendliness, and reliability of data. Additionally, the questionnaire seeks insights into any downtime experienced and whether the reference would engage the contractor again. Overall, this document serves to gather objective data on contractors, helping decision-makers assess past performance to inform potential future engagements in government projects. Its structured format emphasizes the importance of systematic evaluations in selecting contractors for government contracts.
    The document outlines a government Request for Proposal (RFP) for Electronic Research Services (ERS) regarding Tax Law, structured over multiple years and option periods. It includes different quantities and pricing structures for user subscriptions, ranging from a base year with offerings up to 35,000 users to four subsequent option years, each mirroring the former in total quantities. Each option year consists of various Contract Line Item Numbers (CLINs) pertaining to user payment combinations, emphasizing scalability with added charges for users exceeding standard limits. Notably, the pricing details remain unspecified throughout, highlighting potential financial implications yet unmet and necessitating further clarification. Overall, the document underscores a demand for electronic resources compliant with tax law, indicating a systematic approach toward user management and fiscal planning in federal and state contexts, essential for potential contractors and stakeholders in government funding endeavors.
    The Internal Revenue Service (IRS) issued a Request for Proposal (RFP) to solicit bids for the Electronic Research Services (ERS) Tax Law, aiming to establish a firm-fixed-price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The RFP is intended for a suite of electronic research services to support the IRS's unique tax, legal, business, and news research needs. The procurement process is open to all qualified vendors under the NAICS code 519290, with an initial award planned for one contract. Interested parties must submit proposals by April 1, 2025. The contract term spans a base period from July 1, 2025, to June 30, 2026, with options for four additional years. The evaluation will prioritize technical approach, management strategy, past performance, and price in descending order of importance. The document includes detailed proposal submission instructions, relevant clauses, and provisions, underscoring compliance with industry regulations, assessment of offerors' capabilities, and the importance of timely and thorough proposal submissions. This RFP reflects the government’s approach to ensuring the IRS is equipped with robust research tools while adhering to federal contracting standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    IRS-OIT-VI-RFI
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), has issued a Request for Information (RFI) to gather insights for modernizing its virtualization infrastructure. The IRS seeks industry input on capabilities, services, and pricing to potentially replace its existing VMware-based system, which currently supports over 15,000 virtual machines across multiple locations. This initiative is crucial for enhancing the IRS's IT infrastructure while ensuring compliance with federal regulations. Interested vendors are encouraged to submit detailed information about their solutions, including managed software models and operational support, with submissions limited to 15 pages and sent electronically. For further inquiries, vendors can contact Ryan Dolan at Ryan.M.Dolan@irs.gov.
    Online Legal Research
    Buyer not available
    The Department of the Interior, specifically the Office of Natural Resources Revenue (ONRR), is seeking proposals for automated online legal and business research services to support a total of 37 users within its organization. The procurement aims to provide comprehensive access to U.S. Federal and state case law, legal research capabilities, and tailored support services for various user groups, including Appeals, Royalty Valuation & Regulations, EFC, Audit Compliance and Outreach, and Chief of Staff users. This service is crucial for enhancing the ONRR's legal research efficiency and effectiveness. Interested vendors must submit their quotations by March 25, 2025, and can direct inquiries to Heather Smith at heathersmith@ibc.doi.gov. The anticipated award will be a Firm-Fixed-Price Purchase Order for a one-year base period with four optional one-year renewals.
    Resource Scheduler Software Annual Maintenance Agreement.
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), intends to negotiate a sole source contract for the annual maintenance of the Resource Scheduler Software with FM:Systems Group LLC. This procurement, classified under NAICS code 541511 for Custom Computer Programming Services, is necessary to ensure the continued functionality of proprietary software, as FM:Systems is the only entity capable of performing the required maintenance and troubleshooting. Interested parties who believe they can meet the requirements are invited to submit their capabilities in writing to the primary contact, Michael Kreacic, at Michael.D.Kreacic@irs.gov, by April 1, 2025, at 12:00 PM ET, although this notice does not constitute a request for competitive proposals. The contract will include a twelve-month base period and three twelve-month option periods, with a determination on future competitive procurement based solely on the responses received.
    Energy and Regulatory Legislation Subscription Service
    Buyer not available
    The Federal Energy Regulatory Commission (FERC) is seeking proposals for an Energy and Regulatory Legislation Subscription Service under solicitation number 89603025Q0017. This service aims to provide comprehensive tracking and analysis of legislative developments related to energy bills, which is crucial for the agency's decision-making processes regarding budget and appropriations. The contract will span a base period from April 1, 2025, to March 31, 2026, with four optional one-year extensions available through March 31, 2030, and is set aside for various small business categories, including service-disabled veteran-owned and women-owned businesses. Interested bidders must submit their quotations by 5:00 PM EDT on March 19, 2025, and direct inquiries to Kevin Richards at kevin.richards2@ferc.gov or by phone at 202-502-6860.
    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.
    NRESS III Draft RFP 80HQTR25R7002
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking proposals for the NRESS III Draft Request for Proposal (RFP) 80HQTR25R7002, aimed at providing comprehensive research and education support services. The procurement focuses on administrative management and general management consulting services, which are critical for facilitating NASA's peer review processes and ensuring compliance with federal grant policies. This contract, structured as an 8(a) set-aside, has a minimum value of $5 million and a maximum of $365,208,886, with a performance period anticipated to span from April 15, 2027, to September 30, 2029. Interested parties should direct inquiries to Chanda Cannon at chanda.m.cannon@nasa.gov, with proposals due approximately 30 days after the final RFP release, expected on April 29, 2025.
    Library of Congress - Auditing Services IDIQ
    Buyer not available
    The Library of Congress is seeking qualified contractors to provide independent auditing and evaluation services through a Request for Proposals (RFP) for the Office of the Inspector General (OIG). The contract, which spans from May 12, 2025, to May 11, 2030, aims to conduct audits, evaluations, and inspections, excluding financial statement audits and IT-related reviews, with a maximum value of $5 million for all orders. This initiative is crucial for ensuring compliance with Government Auditing Standards and enhancing operational efficiency within the Library's programs, particularly focusing on projects like the Veterans History Project. Interested parties should contact Ramon Samuel at rsamuel@loc.gov or Moji Adejuwon at moad@loc.gov for further details, and must adhere to the proposal submission guidelines outlined in the solicitation documents.
    Library of Congress - IT Auditing Services IDIQ
    Buyer not available
    The Library of Congress is seeking qualified contractors to provide IT Auditing Services through a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective is to conduct independent audits, evaluations, and reviews of the Library's IT systems, focusing on areas such as software applications, infrastructure, and security, under the oversight of the Office of the Inspector General. This procurement is crucial for enhancing operational efficiency and ensuring compliance with federal standards, particularly in maintaining confidentiality and data security. The contract period spans from May 12, 2025, to May 11, 2030, with interested parties encouraged to contact Ramon Samuel at rsamuel@loc.gov or Moji Adejuwon at moad@loc.gov for further details. Proposals must include a completed Past Performance Questionnaire by April 7, 2025, and adhere to the pricing structure outlined in the provided documents.
    Warehouse Management System
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking information from suppliers for a Warehouse Management System (WMS) to enhance inventory management at its Western Currency Facility in Fort Worth, Texas. The system is expected to automate processes through the integration of barcode scanners and Robotic Process Automation (RPA), facilitating functionalities such as shipment record creation, inventory tracking, and real-time capacity monitoring of vault inventory. This initiative is crucial for improving operational efficiencies in currency production and distribution. Interested vendors should submit their technical details and company information by April 4, 2025, and can direct inquiries to Gladys Wilks at gladys.m.wilks@irs.gov.
    Bureau of Engraving and Printing (BEP) Request for Information (RFI) - R&D Hidden Machine-Readable Security Features
    Buyer not available
    The Bureau of Engraving and Printing (BEP) within the U.S. Department of the Treasury is issuing a Request for Information (RFI) to explore advancements in hidden machine-readable security features for U.S. currency. This initiative aims to gather insights on innovative technologies or materials that can effectively deter counterfeiting, with a focus on features that are discreet, difficult to replicate, and resilient against unauthorized duplication. The information collected will inform potential future solicitations, although this RFI does not obligate the government to award contracts or provide feedback. Interested parties are encouraged to submit preliminary samples and technical descriptions by October 9, 2025, and can reach out to Kevin Ibershoff or Falcon Albino via email for further inquiries.