Search Contract Opportunities

Operational Efficiencies and Customer Experiences

ID: 140D0425R0138 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Sept. 9, 2025, 12:09 p.m. EDT
This amendment increases the shared ceiling value to $40M, increaes the maximum number of awardees, updates ordering procedures and adds information regarding the SHARE IT ACT. Changes are noted in red. Please disregard the SF30 attachment document titled SOL-140D0425R0138 Amd 0003. The system will erroneously transmit this document to SAM.
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Solicitation Number 140D0425R0138 is hereby issued as a Request for Proposal (RFP). Amendment 0001 is issued effective August 22, 2025.
This requirement is being issued by the United States Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD) in accordance with Federal Acquisition Regulation (FAR) Parts 12, 15, 16 and 19.
This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05, Effective August 7, 2025.
This is 100% set aside for eligible 8(a) participants. The North American Industry Classification System (NAICS) code applicable to this requirement is 541512, Computer Design Services. The size standard for the applicable NAICS is $34M. The product service code (PSC) code is DF01 IT and Telecom IT Management Support Services (Labor).
This is a commercial multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract with a total shared ceiling of $40M. The Government will award up to 7 awards based on proposals received.
The IDIQ Performance Work Statement (PWS) provided at Attachment 1 sets forth the description of services that may be ordered under this IDIQ and each Task Order (TO) will be accompanied with its own PWS, Statement of Work (SOW) or Statement of Objectives (SOO) specific to that requirement.
The total ordering period for the IDIQ contractors shall be 3 years. It is anticipated contract award will be made on or around August 31, 2025. The primary place of performance is the Contractors facility, or alternate Contractor designated location within the fifty (50) United States and official U.S. territories.
Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, and its addendum applies to this acquisition. See Section 3 and 4 of this RFP for additional information.
Provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. The Government will award contracts resulting from this solicitation to the responsible offerors whose proposals are the most advantageous and provides the best value to the Government, price and non-price factors considered. See Section 5 of this RFP for additional information.
Offerors shall ensure all representations are completed in their System for Award Management (SAM) registration at sam.gov and FAR Provision 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. See Section 4 of this RFP for additional information.
Clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, and its addendum applies to this acquisition. See Section 3 of this RFP.
Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. Of those FAR clauses cited in this clause, those annotated with an X are applicable to this acquisition. See Section 3 of the RFP.
Proposals are due no later than 4:00 PM Eastern Time, August 28, 2025. Responses shall be emailed to Stephanie Mccullough, Contracting Officer, at Stephanie_Mcculough@ibc.doi.gov.
Questions. Questions related to this RFP package must be submitted via email to Stephanie_Mccullough@ibc.doi.gov, no later than 12:00 PM Eastern Time, August 18, 2025. All questions must be received in writing. No oral questions will be accepted. All e-mail inquiries must have Questions RFP 140D0425R0138 in the subject line.
Posted: Aug. 28, 2025, 11:33 a.m. EDT
Posted: Aug. 22, 2025, 10:47 a.m. EDT
Posted: Aug. 13, 2025, 8:59 p.m. EDT
Background
The United States Department of the Interior (DOI), specifically the Interior Business Center (IBC) Acquisition Services Directorate (AQD), is issuing Solicitation Number 140D0425R0138 as a Request for Proposal (RFP) for commercial products or services. This contract aims to enhance operational efficiencies and customer experiences within the DOI. The solicitation is set aside for eligible 8(a) participants, with a total shared ceiling of $13.5 million for multiple awards, reflecting the government's commitment to obtaining high-quality services at reasonable prices.

Work Details
The contract encompasses a range of tasks and services as outlined in the Performance Work Statement (PWS). Key responsibilities include:

- Providing an overview of technology solutions that enhance operational efficiencies.
- Staffing requirements for a Time and Materials (T&M) seed task order, including submission of resumes for key personnel such as a Senior IT Project Lead and Senior Analyst.
- Submission of an experience example detailing a technology solution implemented within 90 days, including implementation timeline, tools used, challenges faced, and measurable outcomes.
- A price summary statement indicating any assumptions or conditions related to pricing in compliance with the PWS or RFP.
- Completion of an IDIQ Pricing Sheet to propose labor rates for various labor categories over the three-year ordering period.

Period of Performance
The total ordering period for this IDIQ contract is three years.

Place of Performance
The primary place of performance will be at the Contractor’s facility or an alternate designated location within the fifty United States and official U.S. territories.

Overview

Response Deadline
Sept. 10, 2025, 12:30 p.m. EDT (original: Aug. 25, 2025, 2:00 p.m. EDT) Past Due
Posted
Aug. 13, 2025, 8:59 p.m. EDT (updated: Sept. 9, 2025, 12:09 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$34 Million
Pricing
Multiple Types Common
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
$20,000,000 (value based on agency estimated range)
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
70% of similar contracts within the Interior Business Center had a set-aside.
On 8/13/25 Interior Business Center issued Synopsis Solicitation 140D0425R0138 for Operational Efficiencies and Customer Experiences due 9/10/25. The opportunity was issued full & open with NAICS 541512 and PSC DF01.
Primary Contact
Name
McCullough, Stephanie   Profile
Phone
(703) 972-5862

Documents

Posted documents for Synopsis Solicitation 140D0425R0138

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 140D0425R0138

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 140D0425R0138

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 140D0425R0138

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 140D0425R0138

Additional Details

Source Agency Hierarchy
INTERIOR, DEPARTMENT OF THE > DEPARTMENTAL OFFICES > IBC ACQ SVCS DIRECTORATE (00004)
FPDS Organization Code
1406-00004
Source Organization Code
100185750
Last Updated
Sept. 9, 2025
Last Updated By
fbms_acq@ios.doi.gov
Archive Date
Sept. 25, 2025