Courier Services
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), under the Department of the Treasury, is soliciting quotes for Courier Services in the Dallas/Fort Worth, Texas metropolitan area. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity to provide ongoing delivery of boxes and mail to various IRS offices and post offices. Quotes were due February 20, 2026.
Scope of Work
The contractor will provide all personnel, labor, equipment, supplies, vehicles, materials, and incidentals for commercial courier services. Key locations include 1100/1114 Commerce Street, Dallas; 4050 Alpha Road, Farmers Branch; and 5555 N. Beach Street, Fort Worth. Services involve daily pickup and delivery within a 60-mile radius of the Dallas office, including a continuous delivery/pickup route and "Hot Shot" services as requested. Box weight shall not exceed 50 pounds. Vehicles must be fully securable, steel-framed, have a 2,000-pound capacity, and be maintained in good condition. Contractor personnel require background investigations, and a Disaster Contingency Plan is mandatory. The Service Contract Act of 1965 applies, with minimum wage rates specified by Wage Determination No. 05-2513 (Rev.-13) and WD 05-2509 (Rev.-14).
Contract Details
- Contract Type: Firm-fixed price task order.
- Anticipated Period of Performance: A base year (March 1, 2026 – February 28, 2027) and four option years, with a potential six-month extension, totaling not to exceed 66 months.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) (FAR 19.14).
- NAICS Code: 492110 (Courier and Express Delivery Services).
- FSC: R602 (Courier And Messenger Services).
- Compliance: Adherence to FAR 52.219-14 (51% prime contractor performance for personnel costs) and safeguarding requirements for Sensitive But Unclassified (SBU) information, including Federal Tax Information (FTI) and Personally Identifiable Information (PII).
Submission & Evaluation
Quotes are evaluated based on Technical Acceptability (Pass/Fail) and Price. Technically acceptable offers will be awarded to the lowest total evaluated price, which includes the base period, all four option periods, and 50% of the last option period for FAR 52.217-8. Mandatory submissions include an Initial Staffing Plan (Attachment 3), evaluated for realism and compliance with the 51% prime performance rule. Monthly workforce reports (Attachment 4) are required post-award.
Key Clarifications & Amendments
Amendment 01 provided responses to vendor questions. No historical workload data (piece counts, weight, Hot Shot requests) is available. No economic price adjustment is permitted. An incumbent contractor is performing these services, and no transition period is anticipated. A new building at 5555 N. Beach Street, Fort Worth, will open in early April. The amendment confirmed that no further vendor questions will be accepted, and there will be no extension of the RFQ closing date.
Key Dates & Contact
- Quotes Due: February 20, 2026, 12:00 PM EST.
- Published Date: February 20, 2026.
- Primary Contact: Katie Marrette, katie.r.marrette@irs.gov, 904-661-3607.