Skip to content
Office Of Personnel Management

Integrated Security Management System (ISMS) Maintenance & Repair

Solicitation: SP-FSEM-30716
Notice ID: d1a5b7632deb4c55854e98ec1efbb6c4
TypeSources SoughtNAICS 561621PSCJ063Set-AsideNONEDepartmentOffice Of Personnel ManagementStateDCPostedMar 10, 2026, 12:00 AM UTCDueMar 17, 2026, 07:00 PM UTCCloses in 7 days

Sources Sought from OFFICE OF PERSONNEL MANAGEMENT • OFFICE OF PERSONNEL MANAGEMENT. Place of performance: DC. Response deadline: Mar 17, 2026. Industry: NAICS 561621 • PSC J063.

Market snapshot

Awarded-market signal for NAICS 561621 (last 12 months), benchmarked to sector 56.

12-month awarded value
$28,491,268
Sector total $1,390,027,899 • Share 2.0%
Live
Median
$37,273
P10–P90
$7,907$66,639
Volatility
Volatile158%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
2.0%
share
Momentum (last 3 vs prior 3 buckets)
+3090%($26,759,454)
Deal sizing
$37,273 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 • United States
State: DC
Contracting office
Washington, DC • 20515 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
Valerie Jerome
Email
valerie.jerome@opm.gov
Phone
2029361824
Name
Molly O'Keefe
Email
OPMContracting@opm.gov
Phone
2029362484

Agency & Office

Department
OFFICE OF PERSONNEL MANAGEMENT
Agency
OFFICE OF PERSONNEL MANAGEMENT
Subagency
OPM AGENCY WIDE DEFAULT
Office
Not available
Contracting Office Address
Washington, DC
20515 USA

More in NAICS 561621

Description

DISCLAIMER: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. It is for planning purposes only and shall not be considered as a Request for Proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government’s use of such information. Any information you submit in response to this notice is voluntary and will become the property of the Government. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Respondents will not be notified of the results of the evaluation. Submitting a response to this notice does not guarantee that your firm will be solicited for a proposal.

Purpose: The U.S. Office of Personnel Management (OPM) is seeking industry input on existing capability to perform Integrated Security Management Systems (ISMS) Maintenance, Repair, and Other Related Services at five OPM locations. 

Agency Information and Background:

Locations:  Washington, DC; Boyers, PA; East Butler, PA; Cranberry, PA; Macon, GA

The purpose of this notice is to obtain information regarding the availability and capability of qualified sources to provide ISMS maintenance, repair, licensing, and updates in order to maintain currency with the Federal Information Processing Standards (FIPS) - 201 and the Identity, Credential, and Access Management (ICAM) Roadmap.  OPM is interested in sources that can provide services to support the continuous improvement and reliability of existing ISMS at OPM, systems which provide personnel security, administrative security, and classified visit management programs. Specifically, experience with CCure and Victor client applications is preferred.

Performance period:  anticipated base period of one year and four one-year option periods.

Capability Statement Requirements:  Interested parties may submit a capability statement identifying their capability and experience maintaining Badging Workstations, Physical Access Control Systems (PACS), Closed-Circuit Video (CCV) systems, Control Panels, and workstations on a 24/7/365 basis.  OPM requests the following data within a 3 page limit:

  • Company name and address
  • Unique Entity Identifier
  • Size standard met for NAICS 561621
  • Recent (within the past three years) ISMS project information and locations. 
  • Recent (within the past three years) experience with CCure and Victor client applications.
    • Identify any SoftwareHouse CCure and Victor client applications training certifications earned.
  • Please identify if any experience is on a federal facility. 

Submission Instructions:  responses to this Sources Sought Notice/Request for Information must be submitted electronically to:  Valerie.jerome@opm.gov.  Subject Line:   Sources Sought Response – PWS Title – [Your Company Name]

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.