SOURCES SOUGHT
99 -- Enterprise-Wide Marketplace
- Notice Date
- 2/27/2025 5:14:08 PM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- PBS R5 ACQUISITION MANAGEMENT DIVISION CHICAGO IL 60604 USA
- ZIP Code
- 60604
- Solicitation Number
- 02272025Marketplace
- Response Due
- 3/3/2025 1:00:00 PM
- Archive Date
- 03/18/2025
- Point of Contact
- Justin Costello, Krystal Blue
- E-Mail Address
-
justin.costello@gsa.gov, krystal.blue@gsa.gov
(justin.costello@gsa.gov, krystal.blue@gsa.gov)
- Description
- General Services Administration (GSA) Public Building Service (PBS) Enterprise-Wide Marketplace for Federal Office Space Optimization Sources Sought This Sources Sought Notice is for market research purposes only and does not constitute a solicitation, commitment, or obligation by the government to issue a future solicitation or award a contract. The government will not reimburse respondents for any costs incurred in responding to this notice. The North American Industry Classification System (NAICS) Code for the proposed acquisition is 541519 - Other Computer Related Services with a small business size standard of $34,000,000.00. 1. Introduction The General Services Administration (GSA) Public Buildings Service (PBS) is issuing this Sources Sought Notice to conduct market research to identify qualified firms capable of providing a federal government-wide, scalable marketplace solution to optimize the federal real estate portfolio. This effort aims to create a secure and efficient platform for sharing federal office space assets while integrating flexible commercial workspace solutions. 2. Purpose The purpose of this Sources Sought Notice is to: Identify vendors with the technical and operational capability to provide a scalable real estate optimization solution. Inform GSA�s phased implementation approach, including initial and possible future integration with federal enterprise identity management systems and other enterprise solutions. 3. Background & Project Overview GSA is seeking a cloud-based, enterprise-wide marketplace that allows federal agencies to efficiently manage and share existing office space while seamlessly integrating with commercial workspace options. This initiative aligns with GSA�s strategic goals of reducing costs, optimizing space utilization, and enhancing workforce efficiency. The pilot project will focus on federally owned and leased buildings in Chicago, IL, covering approximately 6.3 million square feet of office space across 89 buildings and serving approximately 48K users. If successful, the model may expand to other GSA cities and states. The pilot phase is anticipated to be one calendar year, with options for additional years based on program performance and agency requirements. Key capabilities required for the solution include: Workplace Management System: A platform for federal employees to reserve and manage space allocations, including an enterprise booking system and utilization reporting. Federal Workspace Exchange: A secure marketplace for underutilized office spaces. Flexible Office Space Access: Integration with commercial coworking space providers that comply with government policies. AI-Driven Portfolio Management: Advanced analytics to support cost optimization. Enterprise System Integration: Future-phase integration with HR and access management systems. Security & Compliance: Adherence to FedRAMP requirements and federal cybersecurity guidelines. To clarify the potential scale of the initiative, the pilot may expand to: Many locations in various regions of the Continental United States. Approximately 150 federally owned and leased buildings across the entire U.S. Daily or weekly workspace access through partnerships with commercial flexible office providers. 4. Phased Implementation Approach Deployment strategy will depend on the vendor�s product capabilities: Single-Phase Deployment: If a vendor offers a FedRAMP-approved product meeting all requirements, implementation will occur in one phase. Two-Phase Deployment: If a FedRAMP-approved product is unavailable, implementation will occur in two phases: Phase 1: Deploy a non-FedRAMP solution focused on space-sharing and workspace management. Phase 2: Achieve FedRAMP authorization within one year of the Notice to Proceed (NTP) and integrate with federal identity management systems. 5. Potential �Go or No Go� Decision List Please indicate if your firm can satisfy the below requirements. Existing Cloud-Based Marketplace: The contractor�s marketplace system must already exist and be deployable without additional development. Go: Contractor has an operational, off-the-shelf cloud-based marketplace ready for deployment. No-Go: Contractor�s system is still in development or not readily deployable. Ability to Meet Deployment Deadline: The system must be deployed and fully operational by March 31, 2025. Go: Contractor can commit to delivering a working system by that deadline (with a clear project plan to meet it). No-Go: Contractor cannot guarantee deployment by March 31, 2025. Past Performance (3+ Years Experience): Contractor must be able to provide at least three years of relevant past performance with similar projects for other customers (note: past performance does not need to be provided at this time). Go: Contractor has 3+ years of documented experience in providing similar services (with references or case studies). No-Go: Contractor lacks sufficient experience or verifiable past performance. FedRAMP Compliance: Contractor must be either FedRAMP compliant at the time of award or able to obtain compliance within one year of Notice to Proceed (NTP). Go: Contractor is currently FedRAMP compliant or provides a documented plan to achieve compliance within one year of NTP. No-Go: Contractor is not FedRAMP compliant and does not have a clear path to compliance within the required timeframe. To receive further consideration, all �Go� factors must be met. 6. Vendor Qualifications & Response Requirements Interested vendors should submit responses addressing the following areas: Project Approach: Describe your firm�s strategy for meeting the goals and services outlined in this notice. Provide synopses of relevant corporate or public-sector projects with similar goals and/or solutions. Corporate Capabilities: Demonstrate experience with large-scale federal and commercial real estate management. Technical Solution: Provide an overview of platform capabilities, security compliance, and FedRAMP readiness. Business Size: Indicate business size. If small business, please identify any small business representation(s): 8a, HUBZone, Service-Disabled, Veteran-Owned, Woman-Owned, etc. 7. Submission Details Interested vendors should submit responses electronically to both: Krystal Blue � krystal.blue@gsa.gov Justin Costello � justin.costello@gsa.gov Submission Deadline: Monday, March 3, 2025 @ 3:00 pm CST This Sources Sought Notice is for market research purposes only and does not constitute a solicitation, commitment, or obligation by the government to issue a future solicitation or award a contract. The government will not reimburse respondents for any costs incurred in responding to this notice. The North American Industry Classification System (NAICS) Code for the proposed acquisition is 541519 - Other Computer Related Services with a small business size standard of $34,000,000.00. 8. Disclaimer This is not a request for proposal, request for quotation, or invitation for bid. Responses to this notice are voluntary and will be used for information-gathering purposes only. Any proprietary information should be marked accordingly. Responses to this notice will not be returned and respondents will not be notified of the results of this market research.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1153999d21974e25b04891707e5f466f/view)
- Place of Performance
- Address: Chicago, IL, USA
- Country: USA
- Country: USA
- Record
- SN07356724-F 20250301/250227230045 (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 |