Skip to content
Department of State

Secure Content Management and Collaboration Platform

Solicitation: 101926A0161
Notice ID: 208d7e10c44c4ae5ab0b54c3ee0f84ff
TypeSources SoughtNAICS 513210PSC7A21Set-AsideNONEDepartmentDepartment of StateStateDCPostedApr 15, 2026, 12:00 AM UTCDueApr 24, 2026, 04:00 PM UTCCloses in 9 days

Sources Sought from STATE, DEPARTMENT OF • STATE, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 24, 2026. Industry: NAICS 513210 • PSC 7A21.

Market snapshot

Awarded-market signal for NAICS 513210 (last 12 months), benchmarked to sector 51.

12-month awarded value
$378,470,079
Sector total $570,363,489 • Share 66.4%
Live
Median
$475,000
P10–P90
$226,881$5,290,042
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
66.4%
share
Momentum (last 3 vs prior 3 buckets)
+190%($184,306,935)
Deal sizing
$475,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • 20006 United States
State: DC
Contracting office
Washington, DC • 20520 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Guiovanna Jacobs
Email
jacobsg@state.gov
Phone
Not available
Name
Kellie Herschler
Email
HerschlerKR@state.gov
Phone
Not available

Agency & Office

Department
STATE, DEPARTMENT OF
Agency
STATE, DEPARTMENT OF
Subagency
ACQUISITIONS - AQM MOMENTUM
Office
Not available
Contracting Office Address
Washington, DC
20520 USA

More in NAICS 513210

Description

This Request for Information (RFI) is issued as market research to determine industry’s capabilities to provide a secure content management and collaboration platform solution that will support the Department of State’s (State) global diplomacy mission and business processes.

The Government does not commit to award a contract on the basis of this RFI, or reimburse any costs associated with the preparation of responses.  This RFI is issued solely for information and planning purposes and does not constitute a solicitation.  All information received in response to this RFI that is marked “Proprietary” will be handled accordingly.  Responses to the RFI will not be returned.  In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.  Responses to this RFI will assist the Department in determining the potential level of interest, competition adequacy, and technical capabilities of commercial vendors to provide the required products and/or services.  The Government does not guarantee any action beyond this RFI.

The results of this market research will contribute to determining the acquisition plan and the method of procurement.  The anticipated North American Industry Classification System (NAICS) code assigned to this procurement is 513210 and Product Service Code (PSC), 7A21.

The Department's mission is to advance the interests of the American people, their safety, and economic prosperity by leading America’s foreign policy through diplomacy, advocacy, and assistance.  The mission of the Bureau of Diplomatic Technology (DT) is to provide effective management of State’s technical infrastructure, digital assets, and deployment of crucial technologies at home and around the globe to enable diplomacy at the physical and digital edge.  

To do this, DT requires a cloud-based solution that enables the secure creation, collaboration, sharing, storage, and management of digital content, both internally and with trusted external partners, to ensure that Department personnel can share, access, and control the information they need, when they need it, from anywhere in the world.  The platform must support controlled, role-based access to content, facilitate real-time collaboration, enable digital signature workflows, and provide centralized governance over documents, records, and other digital assets throughout their lifecycle.

To this end, DT is seeking input from industry to provide market-leading solutions capable of meeting the full breadth of functional requirements outlined in this RFI.  The Department requires access to a fully integrated platform that is compliant with current federal security requirements, is easy to use, flexible, scalable, customizable, and configurable to meet specific Department requirements as further detailed below.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.