SPACE MANAGEMENT AND RELATED SUPPORT SERVICES
ID: 50310225R0013Type: Combined Synopsis/Solicitation
Overview

Buyer

SECURITIES AND EXCHANGE COMMISSIONSECURITIES AND EXCHANGE COMMISSIONSECURITIES AND EXCHANGE COMMISSIONWASHINGTON, DC, 20549, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Securities and Exchange Commission (SEC) is seeking proposals for Space Management and Related Support Services through a combined synopsis/solicitation (RFP 50310225R0013). The contractor will be responsible for providing Space Planning, Integrated Workspace Management Systems (IWMS), and Facilities Operations Help Desk Support, primarily for the SEC Headquarters in Washington, D.C., and its ten regional offices. This procurement is critical for optimizing space utilization and ensuring efficient facility operations, with a contract duration of one year and four optional one-year extensions, totaling five years. Interested offerors must submit their technical and price proposals by the specified deadlines, with the anticipated award date set for November 29, 2025. For inquiries, contact J. Christie Branham at branhamj@sec.gov or Gabriel G. Aviles at Avilesg@sec.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Non-Disclosure Agreement (Contractor Entity) is a crucial federal government document designed to protect the confidentiality of sensitive information handled by contractors working with the Securities and Exchange Commission (SEC). This agreement outlines the contractor's obligations to safeguard confidential or non-public SEC information, including corporate financial data, investigation details, and personally identifiable information (PII). It explicitly prohibits unauthorized disclosure, personal profit from such information, and outlines strict compliance with SEC regulations and federal laws like the Government Trade Secrets Act. The document specifies who is considered an “unauthorized person” and mandates a need-to-know basis for information sharing. Penalties for violations include administrative, civil, or criminal action, contract termination, and debarment from future federal contracts. The agreement also includes provisions for safeguarding PII, assigning royalties from violations to the U.S. Government, and addressing potential conflicts of interest, ensuring transparency and accountability in handling SEC data.
    This government file outlines the process and requirements for federal employees to report information concerning prohibited personnel practices, whistleblower protection, and other violations. It details specific regulations from Title 5, Code of Federal Regulations, and other relevant acts, encouraging employees to report waste, fraud, and abuse. The document emphasizes the confidentiality and protection afforded to whistleblowers, including safeguards against retaliation. It provides instructions on how to submit information, required documentation, and contact details for the Merit Systems Protection Board (MSPB). The file also includes a questionnaire for federal employees to ascertain if they have been subjected to prohibited personnel practices, ensuring compliance and accountability within federal agencies.
    This Non-Disclosure Agreement (NDA) for Contractor Personnel outlines the obligations of individuals granted conditional access to confidential or non-public SEC information. The agreement defines what constitutes confidential information, including financial data, investigation details, and PII, and specifies that access is solely for performing duties under an SEC contract. It prohibits the improper use and unauthorized disclosure of such information, personal profit from contract opportunities, and requires sharing information only with authorized persons on a need-to-know basis. The NDA references various federal laws and regulations that prohibit disclosure, such as the Government Trade Secrets Act and sections of the Securities Exchange Act, and warns of administrative, civil, or criminal actions for violations, including contract termination and debarment. It also addresses the safeguarding of Personally Identifiable Information (PII) and includes addendums regarding conflicts of interest and whistleblower protections.
    The U.S. Securities and Exchange Commission (SEC) requires contractor support for Space Management and Related Support Services. This Statement of Work outlines the need for Space Planning, Integrated Workspace Management Systems (IWMS), and Facilities Operations Help Desk Support. Key labor categories include Senior and Mid-level Space Management Advisors, Space Management/Relocation Coordinators, and Help Desk Specialists. Contractors will primarily support the SEC Headquarters in Washington D.C., with some tasks for ten regional offices. The scope involves space utilization monitoring, maintenance, and management. Contractors must ensure smooth transitions, provide qualified personnel, and maintain professional standards. The document details specific duties for each labor category, including IWMS administration, space planning, project coordination, and help desk operations. Deliverables include various reports, drawings, and logs. Contractors must adhere to SEC policies, security requirements, and identification protocols, with all generated materials becoming U.S. Government property.
    The provided document is a pricing schedule for Space Management and Related Support Services, outlining a base period and four option periods, each lasting approximately one year. The base period runs from November 29, 2025, to November 28, 2026, with subsequent option periods extending through November 28, 2030. Each period details specific labor categories, including Senior Space Management Advisor (SSMA), Mid-Level Space Management Advisor (SMA), Space Management/Relocation Coordinator (SMRC), Help Desk Specialist II (HDS II), and Help Desk Specialist I (HDS I). For each position, 1920 hours are allocated, with the rate and total cost listed as $0.00, indicating that these figures are to be filled in by the bidder. The document also mentions "Other Direct Costs (ODCs) 'Not to Exceed amount to be determined at the time of award,'" which will be specified later. This structure suggests a federal government Request for Proposal (RFP) or a similar procurement document for support services over multiple years.
    The United States Securities and Exchange Commission (SEC) Office of Acquisitions is seeking Past Performance Questionnaires for Space Management and Related Support Services. These services include space planning, integrated workspace management systems (IWMS), and facilities operations help desk support. The questionnaire emphasizes past performance as a key source selection factor. Offerors' past performance will be evaluated using a Performance Rating Form and an Additional Comment Form, with ratings of Exceptional, Acceptable, Marginal, Unacceptable, or N/A. The evaluation covers technical performance, timeliness, quality/customer satisfaction, and cost control. Completed forms must be submitted via email to J. Christie Branham (branhamj@sec.gov) and Gabriel Aviles (avilesg@sec.gov) by September 23, 2025, at 12:00 PM ET. The subject line of the email must include "50310225R0013 - Past Performance Questionnaire – Insert Evaluated Company’s Name." The evaluation also asks if the evaluator would do business with the contractor again.
    Attachment 6 outlines the IDIQ Task Order Procedures, specifying minimum and maximum quantities and detailing the ordering process. The contract's minimum quantity is the award of the first Task Order, with a guaranteed minimum of $1,000, excluding option periods and Other Direct Costs (ODCs). The maximum quantity is yet to be determined. All Task Orders will be Firm-Fixed Price, issued by a SEC Contracting Officer via written methods from the IDIQ award's effective date until its last day. Contractors are responsible for their quote preparation costs. No services or payments are authorized without a written Task Order, specifically an Optional Form 347. The IDIQ's terms and conditions supersede any inconsistencies in the Contractor's invoice.
    This government file details the purpose and routine uses of collecting personal information, specifically an individual's "SSM." The primary goal is to assist personnel in making informed decisions regarding suitability for security clearances and federal employment. While providing the SSM is voluntary, failure to do so may delay the processing and determination of suitability. The document outlines specific circumstances under which this information may be disclosed. These include sharing with federal, state, or local law enforcement for violations of law, courts for administrative proceedings, other agencies for employment or security clearance decisions, the National Archives for records management, the Office of Inspector General for fraud investigations, Members of Congress for inquiries on behalf of individuals, and authorized contractors or federal agencies assisting with program administration. All contractors are required to maintain Privacy Act safeguards. The information may also be disclosed in accordance with Office of Personnel Management published system of records notices.
    This government file outlines regulations regarding access to classified information and the handling of credit reports within federal government affiliations. It emphasizes that individuals cannot be granted access to classified information or occupy a sensitive position without a definitive decision or access to classified information. It also specifies that federal government employment or affiliation requires compliance with personnel management and reporting systems. The document details the types of information that may be collected for personnel security investigations, including financial, criminal, and personal data. It also states that a copy of a credit report or a written description of rights must be provided. The file also outlines the disclosure of information to federal agencies for program administration and to Members of Congress or congressional offices for inquiries. Importantly, it mandates that information contained in the document can be routinely disclosed for purposes of assisting the FBI in investigating allegations of fraud or misconduct, and to Members of Congress or a congressional office in response to an inquiry made on behalf of an individual. Finally, the document specifies that these conditions must be in accordance with the Office of Personnel Management's published system of records notice.
    This government file outlines the terms and conditions for using criminal history record information, specifically a Criminal History Record Information (CHRI) of the Federal Bureau of Investigation (FBI). It details that the undersigned's fingerprints will be used to check the CHRI, acknowledging that the information obtained will be used for authorized purposes only and will not be retained or disseminated in violation of federal statutes, regulations, or executive orders. If the CHRI reveals a criminal history, the individual will be provided with a copy of the record and given a reasonable amount of time to correct or complete it before a determination of fitness or suitability for employment or national security is made. The document also states that copies of the acknowledgment are as valid as the original and remain valid until the individual's affiliation with the FBI is terminated. Furthermore, it specifies that the information may be disclosed to authorized personnel for employment, contracting, or licensing decisions and emphasizes adherence to the Privacy Act of 1974 and other applicable regulations regarding the handling of such sensitive data.
    This document is a combined synopsis/solicitation (RFP 50310225R0013) for Space Management and Related Support Services for the SEC’s Facilities Branch, including facilities and asset management, and support services. It is an 8(a) competitive set-aside with NAICS code 541611 and a $24.5 million size standard. The contract covers a one-year base period and four one-year options, totaling five years, supporting the SEC Headquarters in Washington D.C., and ten regional offices. Required services include Space Planning, Integrated Workplace Management Systems (IWMS), and Facilities Operations Help Desk Support, with specific labor categories like Senior Space Management Advisor and Help Desk Specialist. Proposals will be evaluated based on a “best value” approach, prioritizing Technical Approach and Understanding, Management Approach and Capabilities, and Past Performance over Price. Offerors must submit separate technical and price proposals, including a completed FAR 52.212-3 (Offeror Representations and Certifications) and adhere to various FAR clauses outlined in the document.
    This document addresses questions regarding RFP 50310225R0013 for Space Management and Related Services. Key points include the incumbent contractor being Aleto, Inc. (contract SEC 50310221D0004, SBA 0353/21/2289) and the current vacancy of the Help Desk Specialist I position, for which offerors must still propose pricing. The SEC will cover mandatory contractor training. The primary duty station for contractors will be SEC Headquarters in Washington, D.C., with support to regional offices as needed, despite initial conflicting statements. The Service Contract Act does not apply. The Senior Space Management Advisor (SSMA) is distinct from the Program Manager, with the latter overseeing the contract and not being directly billable. Estimated hours for pricing are 1,920 per position, which offerors must use. Contractor personnel are expected to be onsite. A single 12-month task order is anticipated for Headquarters, starting November 29, 2025, with a 30-day transition. ODCs (travel and overtime) will not be used for evaluation. All contractor personnel require clearance. Technical submissions are limited to twenty one-sided pages, excluding the cover letter. Required electronic files for submission are the Technical Proposal, Price Proposal, and Pricing Schedule.
    The United States Securities and Exchange Commission (SEC), Office of Acquisitions (OA), is issuing Request for Proposal (RFP) No. 503102225R0013 for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. This contract, set aside for Small Business Administration 8(a) contractors, will support the SEC Facilities Branch, Office of Building Operations, by providing services related to Space Utilization, Office/Furniture Relocation, Facilities Helpdesk, and other related services under NAICS 541611. The procurement follows Federal Acquisition Regulation (FAR) SubPart 12.6 and FAR Part 15, with task orders issued on a Firm-Fixed Price basis. The anticipated award date is November 29, 2025, for a total duration of five years, including a one-year base period and four one-year option periods. Prospective offerors are encouraged to review the complete solicitation package and direct any questions to J. Christie Branham or Gabriel Aviles.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Market Information Data Analytics System (MIDAS)
    Buyer not available
    The U.S. Securities and Exchange Commission (SEC) is planning to award a sole-source contract to MayStreet Inc. for the development of the Market Information Data Analytics System (MIDAS). This system is essential for the SEC's mission to collect and analyze real-time and historical market data across various financial instruments, including equities, options, futures, and cryptocurrencies, with microsecond-level precision. MIDAS will serve as a highly performant, cloud-based data science platform, providing critical capabilities for market data analysis, program management, and cloud connectivity, which are vital for effective market oversight and regulation. For further inquiries, interested parties can contact John Ramsey at ramseyj@sec.gov or Ross Saxton at saxtonr@sec.gov.
    50310223D0002, Disgorgement and Penalty System (DPS)
    Buyer not available
    The U.S. Securities and Exchange Commission (SEC) is seeking continued support for the Disgorgement and Penalty System (DPS) through Contract 50310223D0002, which was awarded to CGI Federal, Inc. on May 15, 2023. The contractor is responsible for providing ongoing hosting, development, modernization, enhancement, and operations and maintenance support for the DPS, which includes all component software and interfaces integral to the system. This procurement is vital for ensuring the effective management and operation of the DPS, which plays a crucial role in the SEC's enforcement actions. For further inquiries, interested parties can contact Christine Dye at dyec@sec.gov or by phone at 202-551-3475.
    U.S Government Seeks to Lease Office and Related Space in Washington, DC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Washington, DC, with specific requirements for the space to accommodate government operations. The procurement involves a minimum of 15,050 ABOA square feet and a maximum of 17,000 RSF, with the lease term set for 10 years and an option for an additional five years. This opportunity is critical as it supports the GSA's need for compliant office space that meets various safety and accessibility standards, while also considering the economic advantages of alternative locations. Interested parties must submit their expressions of interest by December 11, 2025, at 3:00 PM, and can direct inquiries to Maurice Walker at maurice.walker@gsa.gov or by phone at 240-554-3022 x. 1.
    Notification of the SEC’s intent to award a sole source purchase order for subscription to international public records
    Buyer not available
    The Securities and Exchange Commission (SEC) intends to award a sole source purchase order for a subscription to comprehensive international public records coverage. This procurement aims to provide users with the capability to search for specific entities and individuals, allowing them to access their public records, which include both structured and unstructured data. The subscription is critical for enhancing the SEC's ability to conduct thorough investigations and maintain regulatory oversight. Interested parties can reach out to Jeremy Garrett at garrettj@sec.gov for further information regarding this opportunity.
    Integrated Security Services Contract 5 (ISSC)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking vendors for the Integrated Security Services Contract 5 (ISSC) to provide comprehensive electronic and physical security systems for various DoD facilities. This non-personal services contract is structured as a Firm Fixed Price Performance Based Indefinite Delivery/Indefinite Quantity (IDIQ) with a potential value not to exceed $475 million and a performance period of up to ten years, focusing on maintaining, repairing, installing, and supporting security systems such as access control, intrusion detection, and video surveillance. Interested firms must possess a Top Secret Facility Clearance and submit capability statements by December 12, 2025, detailing their administrative information, technical capabilities, and subcontracting plans. For further inquiries, vendors can contact Saba Samuels at saba.samuels.civ@mail.mil or Roya Sterner at roya.m.sterner.civ@mail.mil.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    REQUEST FOR PROPOSAL; HMIS RFP# 386369 - Warehouse Space to Replace 2101M
    Buyer not available
    The Department of Energy, through Hanford Mission Integration Solutions, Inc. (HMIS), is seeking proposals for a Request for Proposal (RFP 386369) to lease warehouse space as part of its exit strategy from an outdated facility. The procurement requires a minimum of 30,000 square feet and a maximum of 215,000 square feet of contiguous warehouse space, along with at least 5,000 ABOA square feet of office space, all located in a modern building with a minimum clear ceiling height of 20 feet and additional laydown yard space. This initiative is critical for supporting the Hanford cleanup operations, ensuring compliance with federal, state, and local regulations, and maintaining high standards of safety and quality. Interested offerors must submit their proposals by December 29, 2025, and direct any inquiries to Kristina Hamby at kristinaghamby@rl.gov or by phone at 509-376-3011.
    Facilities Maintenance and Management Services
    Buyer not available
    The Department of Energy is seeking qualified contractors to provide Facilities Maintenance and Management Services at its Headquarters Complexes located in Washington, DC, and Germantown, MD. The procurement encompasses a range of services including recurring work and preventative maintenance, daily operations management, limited Energy Management Control System (EMCS) operations, service calls, safety and fire outage management, work control permit management, and hazardous materials management. These services are crucial for ensuring the efficient operation and safety of the facilities, which support the Department's mission. Interested parties can contact Dremayne T. Doyle at dremayne.doyle@hq.doe.gov or by phone at 240-220-1498 for further details.
    Lease of Office Space within Silver Spring, MD
    Buyer not available
    The General Services Administration (GSA) is seeking to lease between 3,000 and 3,150 ABOA square feet of contiguous office space located on the second floor or higher in Silver Spring, Maryland. The procurement requires that the offered space meet specific criteria, including the ability to accommodate two means of egress, a private in-suite restroom, and a finished ceiling height of 9 feet throughout, with at least 10 feet in a designated area. This lease is crucial for government operations and must comply with various safety, accessibility, and sustainability standards, while also avoiding locations near law enforcement agencies or residential buildings. Expressions of interest are due by December 15, 2025, and should be directed to Mary Harris, Lease Contracting Officer, at mary.harris@gsa.gov, including detailed property information and compliance documentation.
    General Services Administration (GSA) seeks to lease the following space:
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space at Metro III, located at 6525 Belcrest Road, Hyattsville, Maryland, for the Department of Defense (DOD). The procurement involves a sole-source succeeding lease for 9,885 ABOA SF/11,367 RSF of office space, with a firm term of 10 years and an option for a 5-year renewal, commencing January 1, 2023. This lease is critical for accommodating DOD operations, and the estimated total contract value for the 15-year term is $3,959,978.63. Interested parties can contact Timothy M. Mazzucca at timothy.mazzucca@gsa.gov or Bryant F. Porter at bryant.porter@gsa.gov for further details.