Cryptocurrency Managed Services - Class 1

Agency:
State: Virginia
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159011138207551
Posted Date: Mar 12, 2024
Due Date: Apr 1, 2024
Source: Members Only
Follow
Cryptocurrency Managed Services - Class 1
Active
Contract Opportunity
Notice ID
15M50024QA4400002
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
US MARSHALS SERVICE
Office
DEPT OF JUSTICE-US MARSHAL SERVICE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 12, 2024 04:24 pm EDT
  • Original Published Date: Mar 04, 2024 04:13 pm EST
  • Updated Date Offers Due: Apr 01, 2024 04:00 pm EDT
  • Original Date Offers Due: Apr 01, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 16, 2024
  • Original Inactive Date: Apr 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code:
    • 523160 - Commodity Contracts Intermediation
  • Place of Performance:
    Arlington , VA 22202
    USA
Description View Changes

Amendment 003 to the Managed Cryptocurrency Services for Class 1 is to extend the deadline for questions submittal to 4:00PM EST Wednesday 3/13/2024.



Amendment 002 to the Managed Cryptocurrency Services for Class 1 is to correct the PoCs for this solicitation in Attachment #3 Instructions to Offerors, in the Section titled SOLICITATION TECHNICAL INQUIRIES AND QUESTIONS on page 3. The correction revises the addresses as follows:



eliana.york@usdoj.gov



christopher.ottie@usdoj.gov







Amendment 001 to the Managed Cryptocurrency Services for Class 1



The purpose of this amendment is to upload the updated Attachment #5 Offeror's Information Page. The amendment also clarifies the Agency identifier as 15M500 - USMS, AFD and replaces the incorrect 15M061 for USMS S/OH.





Cryptocurrency Managed Services – Class 1 IDIQ



PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This Solicitation is issued as a Request for Proposal (RFP) for Cryptocurrency Managed Services for Class 1, and the solicitation number is 15M50024QA4400002.

The U.S. Marshals Service (USMS) department of Justice (DOJ), on behalf of the Asset Forfeiture Division (AFD) has a requirement for managing and disposing of large quantities of popular cryptocurrency assets, known as Class 1 cryptocurrencies. This will require the use of multiple, industry leading, storage and liquidation techniques employed in a manner that is professional, lawful, and consistent with Department and USMS policy. This contract will also streamline custody, management, and disposal processes for cryptocurrency assets while allowing for the diversification of the type of cryptocurrency assets that can be managed and disposed of under the Government’s forfeiture programs.



The Acquisition Strategy is approved for a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract vehicle. The Product Service Code is: R499. The NAICS Code is 523160 Virtual Currency (Cryptocurrency) Dealing.



The IDIQ will have an Ordering Period of 5 years and will contain 52.217-8 Extension of Services which, if exercised, can add up to an additional 6 month of performance at the ordering level. The Government will select and award to one offeror whose proposal offers the “best value” to the Government, using the trade-off method.



This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-02 effective 22 December 2023, and the Department of Justice Regulations (DJAR). The complete text of any of the clauses and provisions may be accessed in full text at FAR.gov.



Complete instructions for submitting a response to this solicitation and applicable provisions and clauses are found in the solicitation and Attachment #3. All offerors are advised to pay careful attention to the proposal submission instructions as there are very specific instructions for a mandatory audit requirement capability. Please refer to the attached RFP and all attachments for a complete set of requirements and instructions.





NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database. Registration may be done online at: www.acquisition.gov or www.sam.gov. Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office at eliana.york@us.doj.gov , christopher.ottie@us.doj.gov and AFP.PROCUREMENT@usdoj.gov. No questions will be answered after 3/8/2024








Attachments/Links
Contact Information
Contracting Office Address
  • USM, S/OH, 460 JOSEPH C. KINNEARY US COURTHOUSE, 85 MARCONI BLVD
  • COLUMBUS , OH 43215
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >