The Department of Homeland Security (DHS), Office of Public Affairs (OPA), has a requirement to obtain Public Affairs Consulting Services.
(i) This is a combined synopsis/solicitation for commercial services, prepared in accordance with the format in Subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.
(ii) The solicitation number for this requirement is ROPA-25-00022 and is being issued as a Request for Quotation (RFQ).
(iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05.
(iv) This procurement is unrestricted. The North American Industry Classification System (NAICS) code is 541611 for Administrative Management and General Management Consulting Services, which has a size standard of $24.5 Million.
(v) The Department of Homeland Security (DHS), Office of Procurement Operations (OPO) intends to award a Firm-Fixed-Price (FFP) contract. The contract-line-item-numbers (CLIN) for this requirement are as follows:
CLIN Description
0001 Public Affairs Consulting Services
(vi) A description of the requirement can be found in Attachment I (Statement of Work) which will be incorporated into the awarded purchase order.
(vii) The period of performance for this purchase order is inclusive of a 6-month base period. The estimated start date is September 30, 2025.
(viii) FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2023) applies and is incorporated into this combined synopsis/solicitation.
(ix) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021), applies and is incorporated as follows:
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers are of equal importance: 1) in-depth knowledge of the current administration’s platform, policies, and priorities as well as the agenda and goals of the current Secretary of Homeland Security, 2) executive-level experience with current administration as well as the 2020 administration, 3) trusted network of media points of contact across all channels including television, print, social media, etc., 4) demonstrated ability to produce high-quality written deliverables, including position papers and media strategies, and 5) has held senior-level positions serving as a communications and media subject matter expert.
Technical factors when combined, are more important than price.
Preference will be given to Quoters with prior experience in Cabinet-level communications, particularly those who served in a cabinet agency during the first Trump presidency. The Quoter must demonstrate an established track record of promoting Trump administration policies in the media and have strong relationships with press outlets.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
(x) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Service (MAY 2024) applies and is incorporated into this combined synopsis/solicitation.
(xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Service (NOV 2023) applies to this acquisition.
(xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Service (JAN 2025) applies to this acquisition.
(xiii) There are no additional contract requirements, terms, and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices beyond what is incorporated in Attachment I (Statement of Work).
(xiv) The Defense Priorities and Allocations System (DPAS) is not applicable for this solicitation.
(xv) Quoters shall submit the following information to be considered for this opportunity: 1) Unique Entity Identifier (UEI), Business Address, Point of Contact (POC) and Email Address, 2) Confirmation that the Quoter has an active registration in SAM.gov at the time of submission, 3) description in no more than three pages the quoter’s technical approach, capabilities, and experience that demonstrate its qualifications with the factors listed in section (ix) , and 4) total firm-fixed price for CLIN 0001.
Quotes are due no later than Saturday, September 27 at 5:00 PM EST and shall be emailed to the Contracting Officer, Paula Nusbaum, at Paula.Nusbaum@hq.dhs.gov.
(xvi) For information regarding the combined synopsis/solicitation, please contact the Contracting Officer at Paula.Nusbaum@hq.dhs.gov.