Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 24, 2025 SAM #8733
SOURCES SOUGHT

99 -- Media Relations Tool

Notice Date
10/22/2025 7:53:18 AM
 
Notice Type
Sources Sought
 
NAICS
519290 —
 
Contracting Office
TAXPAYER FOCUSED SUPPORT Atlanta GA 30341 USA
 
ZIP Code
30341
 
Solicitation Number
5000220504
 
Response Due
10/27/2025 10:00:00 AM
 
Archive Date
11/11/2025
 
Point of Contact
Darnesha Kennedy
 
E-Mail Address
darnesha.l.kennedy@irs.gov
(darnesha.l.kennedy@irs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sources Sought Notice (SSN) ONLY. The Internal Revenue Service (IRS) has a requirement to obtain CisionOne, All-in-One Media Monitoring & Journalist Outreach Platform and is conducting market research to determine the availability of capable vendors that can perform these services. Interested vendors are requested to respond no later than 1:00PM (Eastern Standard Time), Monday, October 27, 2026 to Darnesha Kennedy, Darnesha.L.Kennedy@irs.gov. No phone calls will be accepted. No proprietary, classified, confidential, or sensitive information should be included in responses. The NAICS code assigned to this acquisition is 519290- Web Search Portal and All Other Information Services. The Government will use respondent information, in part, to determine whether a small business set-aside is appropriate for this acquisition. We encourage all small business concerns in all socioeconomic categories to identify their capabilities in meeting the requirement outlined below. DESCRIPTION: The Internal Revenue Service (IRS) seeks to acquire access to CisionOne: All-in-One Media Monitoring & Journalist Outreach Platform. CisionOne is an extensive and all-inclusive, real-time media monitoring and contacts database that will allow the Media Relations staff to effectively conduct targeted media outreach and monitoring activities. PERIOD OF PERFORMANCE: The anticipated period of performance is as follows: Base 11/15/2025-11/14/2026 Option Period One 11/15/2026-11/14/2027 Option Period Two 11/15/2027-11/14/2028 Option Period Three 11/15/2028-11/14/2029 Option Period Four 11/15/2029-11/14/2030 PLACE OF PERFORMANCE: The place of performance will take place virtually at the Contractor�s site. Travel is not authorized on this contract. Interested business concerns should provide a brief capabilities statement package (submissions are limited to no more than 10 pages in length demonstrating its capabilities in reference to this requirement. A generic capability statement is not acceptable. The Government prefers that your firm submits its response in Microsoft Word or Adobe Acrobat. The capability package shall be sent by email to the following: Darnesha.L.Kennedy@irs.gov and Your email subject line should reflect: Sources Sought Response for Media Analytics Tool In response to this source sought, please provide: (2 part) I COMPANY PROFILE � Cover Page Company Name and Address Company technical Point of Contact (POC) information to include name, title, telephone number, and email address. Applicable NAICS (North American Industry Classification System) Code List active governmentwide contracts related to the services required that your company has been awarded (GWACs, IDIQs, and BPAs � include applicable SIN) Business Classification / Socio-Economic Status (e.g., large, small, 8(a), women owned, hub-zone, SDB, Service-Disabled Veteran Owned) II CAPABILITY STATEMENT Interested business concerns should provide a brief capabilities statement package (submissions are limited to no more than 10 pages in length demonstrating its capabilities in reference to this requirement. A generic capability statement is not acceptable. The Government prefers that your firm submits its response in Microsoft Word or Adobe Acrobat. The capability package shall be sent by email to the following: Darnesha.L.Kennedy @irs.gov. DISCLAIMER: This notice is issued solely for information and planning purposes � it does not constitute a Request for Quotation (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice (SSN). The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ, IFB, or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The GPE is located at sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f7b26d24dbf64d41a2870e0e1830687c/view)
 
Place of Performance
Address: Lanham, MD 20706, USA
Zip Code: 20706
Country: USA
 
Record
SN07625827-F 20251024/251022230041 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.