First Class Presort Services for IRS National Distribution Center (NDC)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Internal Revenue Service (IRS), specifically the Wage and Investment (W&I) Division, is soliciting proposals for First-Class Presort Services for its National Distribution Center (NDC) in Bloomington, IL. This Combined Synopsis/Solicitation seeks contractor support for processing and entering First-Class Mail into the USPS mail stream. This is a Total Small Business Set-Aside. Quotes are due April 7, 2026, at 12:00 PM ET.
Scope of Work
The contractor will provide comprehensive mail presort services, including:
- Mail pick-up from the IRS NDC.
- Sorting, processing, and commingling of mail pieces.
- Application of Intelligent Mail Barcode (IMb) marking to qualify for the lowest USPS rates.
- Preparation and deposit of mail into the USPS mail stream within two business days of pick-up.
- Management of mail trays and return of an equal number at subsequent pickups.
- Provision of a Quality Control Plan, weekly Service Reports, an initial staffing plan (within 30 days of award), and monthly workforce reports.
- Notification to the COR and NDC representative within two hours of any weather conditions affecting performance.
The Quality Assurance Surveillance Plan (QASP), added via amendment, outlines performance evaluation, including 100% inspection, unscheduled inspections, and customer complaints, with the Contracting Officer's Representative (COR) monitoring performance and the Contracting Officer (Patricia Brown) overseeing contract compliance.
Contract & Timeline
- Contract Type: Firm-Fixed Price
- Period of Performance: One (1) 12-month base year with four (4) 12-month option years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541519 (Size Standard: $21 Million)
- Questions Due: April 2, 2026, 12:00 PM ET
- Quotes Due: April 7, 2026, 12:00 PM ET
- Published Date: March 30, 2026
Evaluation
Award will be based on a Lowest-Priced Technically Acceptable (LPTA) approach. Proposals will be evaluated on past performance, experience, and operations. Offerors must receive an "Acceptable" rating in all non-price factors to be considered for award.
Additional Notes
This solicitation (2043FY-26-Q-00012) requires electronic submission of quotes via email. Applicable FAR clauses include 52.212-1, 52.212-2, 52.212-3, and 52.212-5, with an addendum to 52.212-4. Cybersecurity requirements, including FISMA and NIST standards, are detailed, and mandatory IRS security training is required for all personnel. Offerors must complete representations and certifications in SAM or relevant solicitation sections. An amendment (0001) added the Quality Assurance Assessment Plan, requiring contractors to sign and return a copy.