SOURCES SOUGHT
R -- DHS Reverse Auction Tool II
- Notice Date
- 1/21/2025 9:15:33 AM
- Notice Type
- Sources Sought
- NAICS
- 455219
—
- Contracting Office
- USCIS CONTRACTING OFFICE(ERBUR) Williston VT 05495 USA
- ZIP Code
- 05495
- Solicitation Number
- 70SBUR25I00000010
- Response Due
- 1/31/2025 1:00:00 PM
- Archive Date
- 02/15/2025
- Point of Contact
- Kristyn Holsopple, Angela Hodges
- E-Mail Address
-
kristyn.holsopple@uscis.dhs.gov, Angela.D.Hodges@uscis.dhs.gov
(kristyn.holsopple@uscis.dhs.gov, Angela.D.Hodges@uscis.dhs.gov)
- Description
- REQUEST FOR INFORMATION � 70SBUR25I00000010 Reverse Auction Tool II This RFI is for informational and planning purposes ONLY and is NOT to be construed as a solicitation or a commitment to issue a solicitation. It is issued for the purpose of conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10, determine common and customary industry practices and to allow industry an opportunity to provide comments concerning this requirement. No solicitation is being issued at this time and the Government makes no assertion that a solicitation will be issued. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. GENERAL INFORMATION: Document Type: Request for Information (RFI) RFI No.: 70SBUR25I00000010 Description: Reverse Auction Tool II Posted Date: 01/21/2025 Response Date: 01/31/2025 @ 4:00pm ET Classification Code: R � [Professional, Administrative and Management Support Services] Product Service Code (PSC): R707 � [Support- Management: Contract/Procurement/Acquisition Support] North American Industry Classification System (NAICS) Code: 455219 � [Internet auctions, general merchandise (new and used), retail] BACKGROUND & SCOPE: The Department of Homeland Security and its components (collectively referred to as DHS herein) is responsible for the planning, negotiation, award, and administration of contracts of various types and sizes to support program offices within the organization. In pursuit of operational excellence and fiscal responsibility, DHS seeks to streamline the acquisition process by taking advantage of innovative eProcurement technologies. These technologies will assist DHS in leveraging limited resources, reducing administrative tasks, and lowering associated labor costs while ensuring stringent regulatory compliance, maintaining high levels of competition, obtaining fair and reasonable prices, and meeting the agency�s socio-economic Small Business goals. eProcurement technologies, such as reverse auctions, offer the Government the ability to conduct robust, real-time price competitions, which may allow for multiple �rounds of bidding� for continued price reduction. These interactive bidding processes not only strengthen competition but also promote transparency and facilitate participation from both small and large businesses, thereby ensuring a more inclusive and equitable procurement environment. To further enhance procurement efficiency and consistency across the Department, DHS has initiated an enterprise-wide acquisition for a standardized reverse auction tool and associated services. This initiative aims to establish a cohesive approach to reverse auctions, ensuring all components can uniformly benefit from its advantages. By implementing a Department-wide reverse auction tool, DHS aspires to achieve significant cost savings, improve procurement timelines, and enhance vendor engagement. DHS requires access to a full-service, web-based reverse auctioning solution that assists DHS buyers in soliciting, evaluating, and awarding multiple contract types for supplies and select services from established networks of vendors. The solution shall be based on an established commercial product, requiring little or no customization to meet DHS requirements. The solution shall be compliant with Federal Risk and Authorization Management Program (FedRAMP), Federal Information Security Modernization Act (FISMA) and any additional higher DHS security requirements. The solution must provide for real-time and multiple rounds of bidding for continued price reductions within the timeframe and conditions established in the solicitation. DHS desires a �white-label� solution having a DHS-branded front-end for both DHS buyers and bidding vendors that includes the Department�s logo and user information. APFS Record: F2024065858 Estimated Solicitation Release Date: 08/15/2025 Estimated Award Date: Q2 FY2026 Estimated Period of Performance (POP): 03/10/2026 � 03/09/2031 Place of Performance: The reverse auctioning system shall be hosted and operated at the Contractor�s facilities. All performance, data storage and processing must occur in the Continental U.S. or its territories. The Contractor may be required to perform training and related support services on-site at DHS facilities as specified in the agreement or order but will not be provided with permanent workspaces. INFORMATION SOUGHT: USCIS requests the following: Does the Cloud Service Offering (CSO) have a FedRAMP authorization? If not FedRAMP authorized, has the CSO been evaluated by a government or commercial cybersecurity auditor? How does your Reverse Auction Tool authenticate users? Do you offer a Reverse Auction Tool as a commercial product to the public (i.e., catalogue)? Or under a General Services Administration procurement vehicle (i.e., Multiple Award Schedule (MAS)? RESPONSE FORMAT AND GUIDELINES: Responses shall be in Microsoft Word and are due no later than January 31, 2025, by 4:00 pm ET. Responses shall be limited to one (1) page. All responses shall be submitted via email to Kristyn.Holsopple@uscis.dhs.gov AND Angela.D.Hodges@uscis.dhs.gov. Responses to this RFI provided via facsimile, hard (paper) copies, and telephone calls will NOT be accepted. Responses shall not include any proprietary information or pricing information. CONCLUSION: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. The information in this RFI is subject to change and is not binding on the Government. This RFI does not constitute a commitment to procure any of the items/services discussed, nor is it a commitment or authorization to incur cost for which reimbursement would be required or sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/314ecf0d7cf14000bb60fceb85c47554/view)
- Place of Performance
- Address: Camp Springs, MD, USA
- Country: USA
- Country: USA
- Record
- SN07318817-F 20250123/250121230109 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |