SOURCES SOUGHT
70 -- RFI Strategic Replatforming and Modernization of GSA's Real Estate Technology Portfolio
- Notice Date
- 9/30/2025 3:54:59 PM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- OAS OFFICE OF INTERNAL ACQUISITION WASHINGTON DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- 47QACB25N0001
- Response Due
- 11/3/2025 7:00:00 AM
- Archive Date
- 11/18/2025
- Point of Contact
- Daniel Ortiz, Micheal Scott
- E-Mail Address
-
daniel.ortiz@gsa.gov, micheal.scott@gsa.gov
(daniel.ortiz@gsa.gov, micheal.scott@gsa.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- OBJECTIVE: Strategic replatforming and modernization of GSA�s real estate technology portfolio to support PBS�s enterprise business capabilities using modern, scalable, secure, and interoperable commercial technologies. This RFI/Sources Sought seeks vendor input on commercial Software-as-a-Service (SaaS) platforms and implementation approaches that can consolidate and streamline PBS business processes, improve data visibility and integration, and enhance user experience across the real estate lifecycle. SCOPE: GSA/PBS is conducting market research to identify experienced systems integrators and solution providers capable of delivering best-in-class, modular, and interoperable real estate technology solutions. Responses should address how proposed solutions support PBS�s business capabilities (e.g., acquisition and contract lifecycle management, lease lifecycle management, space planning, asset/facilities operations, project/capital delivery, portfolio planning and performance, customer engagement, compliance/risk, market intelligence/knowledge management, enterprise financial operations, and real property disposal management). Period of Performance (PoP): Not applicable for this RFI/Sources Sought (market research only). Any subsequent solicitation will define PoP and contract type. Requirements The Government anticipates any future award to align with the following requirements and principles: SaaS-first, cloud-native solutions supporting scalability, elasticity, high availability, and Section 508 digital accessibility. API-first, extensible architectures enabling modularity and future integrations; interoperable with PBS and enterprise platforms. Process integration and functionality consolidation to reduce manual effort and duplicate data, and to streamline workflows. Workflow automation and configurable (not customized) business processes aligned to PBS operations; auditable with version control. Data visibility and integration strategy that eliminates silos and supports analytics and secure data/document sharing across divisions. Security and compliance with Federal standards (e.g., FISMA); FedRAMP Ready/Authorized solutions preferred. Artificial Intelligence to enhance efficiency, forecasting, and decision support across the real estate lifecycle. CURRENT TECHNOLOGY LANDSCAPE (CONTEXT) To inform responses, the following systems are representative of PBS�s current environment. Respondents should describe how proposed solutions integrate with, enhance, or replace these capabilities where appropriate: IBM Maximo � building asset management and maintenance operations. IBM Tririga � real estate portfolio management, lease administration, capital project tracking. Kahua � project and construction management for capital improvements. Salesforce CRM � customer and stakeholder engagement. Appian � workflows supporting acquisitions and lease management. Databricks � enterprise data & analytics platform for unification, advanced analytics, and AI/ML. BidHom � property disposal lifecycle and public auction management. ArcGIS � geospatial analysis and mapping of real estate assets. Inclusion of the above does not imply exclusivity or guaranteed retention. PBS is open to improved, consolidated alternatives aligned to modernization goals in a hybrid retain-and-acquire model. RFI RESPONSES: Vendors shall submit responses to the RFI via email, no later than 10:00AM ET, Monday, 03 Nov 2025. Vendors shall submit responses via email to the Points of Contact no later than 10:00 AM ET, Wednesday, 15 Oct 2025. Written responses shall not exceed ten (10) pages (8� x 11), excluding cover page. Use 12-point Times New Roman or Arial and submit in MS Word or PDF format. Submission Artifacts: Written Response Document (required): Overview of proposed solution(s), capability alignment, unique differentiators, and high-level pricing. Response Template Content (suggested): Company overview and relevant experience; solution overview & mapping to PBS business capabilities; high-level cost estimates/licensing models; unique differentiators; demonstration of end-to-end efficiencies. Optional Video Demonstration (optional, ?10 minutes): Show how the solution supports business capabilities and technical requirements. The Vendor must address in their response the following: Small Business socioeconomic status; Cage Code and Unique Entity ID; pre-established contract vehicles (Schedule/Contract #). Solution overview and mapping to PBS business capabilities; identification of any third-party tools or integrations. Capability to deliver SaaS-based, interoperable solutions meeting the Requirements section above. Data integration strategy and approach to eliminating duplicate entry and improving data visibility. Security posture, FedRAMP status (Ready/Authorized), FISMA compliance approach, and Section 508 conformance. High-level (non-binding) pricing models, including licensing approach and associated services (implementation/migration). Unique differentiators and proven outcomes in government or large real estate organizations. GENERAL QUESTIONS AND FEEDBACK: Vendors are encouraged to submit general questions and feedback to help GSA strengthen its requirements. Questions and feedback shall be limited to one (1) page and must be submitted no later than [Insert Q&A Deadline, Eastern Time]. The Government reserves the right to not respond prior to the RFI close date. What are the common risks and issues encountered when implementing the proposed solution(s)? What information/data points should GSA include in a future solicitation to support an implementation plan, timeline, and risk mitigation plan? For which areas of real estate management can Artificial Intelligence most effectively increase efficiency? Which of your proposed solutions are in use by other government agencies or large real estate organizations? How does your solution reduce manual effort or repetitive tasks across the real estate lifecycle? Are your solution(s) FedRAMP Ready or FedRAMP Authorized? PUBLIC RECORDS AND REQUESTS FOR CONFIDENTIALITY: Any document submitted that contains confidential information must be watermarked as containing confidential information, and each page upon which confidential information appears must be marked as containing confidential information. The confidential information must be clearly identifiable to the reader wherever it appears. COPYRIGHTS By submitting a response, the vendor agrees that the government may copy the response for purposes of facilitation of review or to respond to requests for public records. The vendor certifies that such copying will not violate any copyrights in the materials submitted. CONTENT OF RESPONSES Responses should be based on the material contained in this RFI and any other relevant information the vendor thinks is appropriate. Responses will not be returned. COST TO VENDORS The government is not responsible for any costs incurred by a vendor in relation to the preparation of a response to this RFI. NO OBLIGATION TO ISSUE REQUEST FOR QUOTE This Request for Information (RFI) is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP), Request for Quote (RFQ), Solicitation, or a promise to issue an RFP, RFQ, or Solicitation in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Unsolicited proposals will not be accepted. Interested parties are advised that the Government will NOT pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expenses. Not responding to this RFI does not preclude participation in any future Solicitation, if issued. It is the responsibility of the interested parties to monitor the official Government Points of Entry for additional information pertaining to this requirement. The information provided in this RFI is subject to change and is not binding on the Government. No commitment is being made to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Proprietary information, if any, should be minimized and must be clearly marked. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned in any format or manner.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/848ab5a036a3491aaae0cf39b2d3132c/view)
- Place of Performance
- Address: Washington, DC 20405, USA
- Zip Code: 20405
- Country: USA
- Zip Code: 20405
- Record
- SN07609031-F 20251002/250930230042 (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 |