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.