Electronic Postage Services
ID: 05GA0A25Q0018Type: Combined Synopsis/Solicitation
Overview

Buyer

GOVERNMENT ACCOUNTABILITY OFFICEGAO, EXCEPT COMPTROLLER GENERALUS GAO ACQUISITION MANAGEMENTWASHINGTON, DC, 20548, USA

NAICS

Postal Service (491110)

PSC

SUPPORT- ADMINISTRATIVE: MAILING/DISTRIBUTION (R604)
Timeline
    Description

    The U.S. Government Accountability Office (GAO) is seeking proposals for Electronic Postage (E-Postage) services to centralize and streamline its mailing and postage management needs. The objective of this procurement is to provide a comprehensive online system that allows for centralized tracking of postage costs and types, thereby eliminating the need for mail equipment purchases or rentals across various GAO offices nationwide. This initiative is crucial for optimizing the GAO's mailing operations while ensuring compliance with security standards such as FedRAMP and managing expenses effectively. Interested vendors must submit their quotations by April 3, 2025, with a firm-fixed price contract expected to cover a base period from July 1, 2025, to June 30, 2026, and four optional renewal periods extending through June 30, 2030. For further inquiries, potential bidders can contact Adrienne R. Washington at washingtona@gao.gov or call 202-512-7460.

    Point(s) of Contact
    Adrienne R. Washington
    (202) 512-7460
    washingtona@gao.gov
    Adrienne R. Washington
    (202) 512-7460
    washingtona@gao.gov
    Files
    Title
    Posted
    The document is an amendment to RFQ 05GA0A25Q0018 regarding Electronic Postage Services, focusing on the required security standards for vendors. It specifies that potential vendors must be FedRAMP Authorized or provide a System and Organization Controls (SOC 2) report, requiring an independent third-party attestation for compliance. The amendment clarifies that existing SOC 2 areas of focus include security, availability, confidentiality, processing integrity, and privacy, all of which are necessary for a valid proposal. Moreover, while the system must safeguard Personally Identifiable Information (PII) as per the Controlled Unclassified Information Registry, there is no obligation for the solution to be cloud-based or hosted in GovCloud. The document also notes that GAO adheres to NIST 800-53 guidelines and indicates the proposal is a recompete of a previous contract, providing the last award number for reference. Overall, the document establishes the essential compliance criteria for security and operational standards in the bid process for electronic postage services within government procurement frameworks.
    The document outlines Amendment 0002 to the Request for Quotation (RFQ) 05GA0A25Q0018 from the U.S. Government Accountability Office (GAO) regarding Electronic Postage services. Effective April 16, 2025, this amendment cancels the RFQ, which was originally intended to establish a Firm-Fixed Price contract for centralized mailing services over a base period and four option years, from July 1, 2025, to June 30, 2030. The envisioned services aimed to streamline postage management and reduce costs associated with mail equipment and meter rentals. The primary deliverables included an online system for tracking postage usage, compliance with security standards such as FedRAMP, and the capability to manage postage expenses for multiple GAO locations nationwide. All potential bidders were instructed to follow specific proposal submission guidelines, which included submitting their technical and pricing volumes separately. The amendment reflects the GAO's proactive approach to contract management and responsiveness to operational needs by effectively terminating the solicitation process to reassess requirements. Overall, this document illustrates government procurement processes, emphasizing compliance, cost-effectiveness, and efficient postal operations management.
    The document is an amendment to Request for Quotation (RFQ) 05GA0A25Q0018, issued by the Government Accountability Office (GAO), concerning Electronic Postage services. The primary aim is to extend the deadline for quotations from March 27, 2025, to April 3, 2025, at 10:00 AM EST. The contract involves a fixed-price agreement over a twelve-month base period (July 1, 2025 - June 30, 2026) and four optional periods extending through June 30, 2030. Services include centralized access for postage needs, expense tracking, and compliance with various regulations, with the goal of eliminating equipment rentals and maintenance costs. Quoters are required to submit a two-volume proposal, focusing on technical capability and pricing, and must provide their best terms upfront since discussions may not occur post-submission. Critical technical requirements include a FedRAMP-approved online system for postage management and centralized control of mailing expenses. The evaluation will weigh technical factors more heavily than price. Overall, this RFQ aims to secure a reliable vendor to enhance GAO's mailing processes while adhering to strict federal acquisition regulations and ensuring accountability in postage management.
    The U.S. Government Accountability Office (GAO) is issuing a Request for Quotation (RFQ) for Electronic Postage (E-Postage) mailing services intended to streamline management and tracking of postage costs. This solicitation requests a contractor for a firm-fixed price contract covering a base period from July 1, 2025, to June 30, 2026, with four optional renewal years. Vendors must provide comprehensive quotations, demonstrating their technical capabilities and pricing competitive enough to ensure best value. The E-Postage system will facilitate centralized control over postage transactions, ensure compliance with security standards (FedRAMP or SOC 2), and alleviate the need for maintenance and operational costs associated with traditional mailing systems. The expectations include online system access, technical support, training, and the provision of additional mailing equipment. Evaluation of vendor proposals will concentrate on technical capabilities, management approaches, and pricing, with an emphasis on cost-effectiveness relative to quality and feasibility, and awards will generally be made without further discussions. The RFQ submission deadline is set for March 27, 2025, and the final award decision will be influenced by the proposal's overall benefit to the GAO's operations.
    The E-Postage Mail Processing Services contract aims to centralize the Government Accountability Office's (GAO) mailing and postage needs, providing cost tracking and eliminating the necessity for mail equipment purchases or rentals. Each GAO office will have staff responsible for processing USPS mail via an online system linked to USPS, ensuring centralized management and monitoring of postage costs and usage. The proposal outlines essential functionalities, including FedRAMP compliance for security, technical support, account security, and the ability to print stamps and postage on demand. The contract is intended for various field office locations across the U.S., such as Atlanta, Boston, and Chicago, to facilitate efficient mail processing. The service will be active for a 12-month base period starting from July 1, 2025, with four additional optional extensions. Overall, this initiative aims to optimize the GAO's mailing operations while managing expenses effectively.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Government Publishing Office FY26 Equipment Inspection
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a NETA-certified vendor to provide inspection, testing, and repair services for electrical equipment at its Washington, DC campus, encompassing a total area of 1.5 million square feet. The procurement involves a Firm Fixed Price (FFP) contract for the inspection and maintenance of 96 low voltage and 52 medium voltage circuit breakers, as well as 26 protective relays, with the aim of ensuring reliable power control and mitigating risks associated with electrical failures. Interested vendors must submit their quotes electronically by December 15, 2025, at 5:00 pm EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) methodology, requiring an 'Acceptable' rating for the technical approach and 'Satisfactory' for past performance. For further inquiries, potential offerors can contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov.
    Financial Statement Audit Services for the U.S. Government Publishing Office (GPO)
    United States Government Publishing Office
    The U.S. Government Publishing Office (GPO) is seeking qualified Independent Public Accounting (IPA) firms to provide financial statement audit services for its consolidated financial statements for Fiscal Year 2026. The selected firm will conduct the audit in accordance with Generally Accepted Government Auditing Standards (GAGAS) and U.S. Generally Accepted Accounting Principles (GAAP), which includes evaluating internal controls, assessing compliance, and reviewing IT controls. This audit is crucial for ensuring the integrity and transparency of GPO's financial reporting and will involve a base performance period from April 2026 to April 2027, with options for four additional years. Interested firms must submit their capability statements by December 15, 2025, and can contact Tawanda Mizelle at tmizelle@gpo.gov or Jasmin Webb at jwebb@gpo.gov for further information.
    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.
    D951-M On-site Services (R-1) (A-1)
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for on-site services through a Multiple Award Task Order Contract (MATOC) under the D951-M (R-1) Umbrella Contract. This solicitation aims to qualify contractors capable of providing a range of services, including copying, printing, scanning, and mailing solutions, at various Federal Government facilities both within the contiguous United States (CONUS) and outside (OCONUS). The awarded contractors will compete for individual task orders, with the Government reserving the right to limit competition when deemed necessary. Interested contractors should designate a single point of contact for task order requests and can find complete specifications and additional details at the GPO's vendor website. For inquiries, contact Lauren Helming at lhelming@gpo.gov or APS/ACS at apsacs@gpo.gov.
    Aruba Network Hardware
    Government Accountability Office
    The Government Accountability Office (GAO) is seeking to procure Aruba Network Hardware through a sole-source justification to Hewlett Packard Enterprise Company (HPE) under the NASA Solutions for Enterprise-Wide Procurement (SEWP) V Government-Wide Acquisition Contract. This procurement aims to fulfill specific IT and telecom hardware needs, particularly in the area of servers and perpetual license software, which are critical for the GAO's operational capabilities. The justification for this sole-source order emphasizes the unique qualifications of HPE and the necessity of their products for the GAO's requirements. Interested parties can reach out to primary contact Mohamed Abdelghany at AbdelghanyM@gao.gov or secondary contact Cedric Mitchener at MitchenerC@gao.gov for further information.
    Postage Fee - Pitney Bowes Reserve Account
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is seeking to negotiate a contract with Pitney Bowes Reserve Account for postage fees required by the General Services Department. This procurement is classified under the NAICS code 532420, which pertains to Office Machinery and Equipment Rental and Leasing, and is intended to fulfill a unique need that Pitney Bowes is uniquely qualified to address. The opportunity is not a solicitation for bids, and interested vendors may submit capability statements by 10:00 AM (MST) on December 17, 2025, to the primary contact, Arlynda Largo, at arlynda.largo@ihs.gov or by phone at 505-786-2530.
    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.
    7520--NOI Equip Lease Pitney Bowes IDIQ#36C10X25D0005 Contract Delivery Order for Shreveport VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 16, intends to award a sole-source, firm-fixed-price contract to Pitney Bowes Global Financial Services, LLC for the leasing of digital mailing system equipment and software services at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The procurement aims to provide essential services such as metering mail, offering best-cost shipping options, and ensuring accurate reporting and traceability of mail and parcels, all in compliance with USPS and other shipping partner regulations. This contract, classified under NAICS code 532420, is critical for maintaining efficient mail processing operations within the VA system. Interested parties may submit a letter of interest demonstrating their capabilities by December 16, 2025, to the Contracting Officer, Le Kisha Douglas, at LeKisha.Douglas@va.gov.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    Enterprise-Wide Managed Print Services
    Library Of Congress
    The Library of Congress is seeking proposals for an Enterprise-Wide Managed Print Services solution to support its Print Management Program. This procurement includes the lease and maintenance of production equipment, administrative copiers, and reading room solutions, with a focus on establishing a centralized, secure print management system and providing on-site help desk services. The contract will cover a base period of nine months, starting February 1, 2026, followed by four one-year option periods, and emphasizes efficiency, cost reduction, and enhanced user experience for Library staff and researchers. Interested parties can contact Carrie Fairbanks at cfairbanks@loc.gov or Julia Davis at juhan@loc.gov for further details.