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 seeking proposals for First Class Presort Services for its National Distribution Center (NDC) in Bloomington, Illinois. This is a Total Small Business Set-Aside combined synopsis/solicitation for commercial items. The contractor will provide services to process and enter First-Class Mail letters and postcards into the USPS mail stream. Quotes are due April 7, 2026, at 12:00 AM ET.
Scope of Work
The required services include, but are not limited to:
- Mail pick-up from the IRS NDC.
- Sorting, processing, and commingling of mail pieces.
- Application of Intelligent Mail Barcode (IMb) marking to ensure the lowest possible USPS Commercial First-Class Mail Rate.
- Preparation and entry of mail pieces into the USPS mail stream.
- Providing a minimum of three weekly mail pickups during standard business hours.
- Depositing all First-Class Mail and postcards into the USPS within two business days of pick-up.
- Managing and returning mail trays.
- Notifying the COR and NDC representative within two hours of weather conditions affecting performance.
Contract & Timeline
- Contract Type: Firm-Fixed Price.
- Period of Performance: One (12-month) base year with four (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 AM ET.
- Published Date: March 27, 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 every non-price factor to be considered for award.
Additional Notes
- The solicitation number is 2043FY-26-Q-00012.
- Offerors must submit a Quality Control Plan, an initial staffing plan within 30 days of award, and monthly workforce reports.
- 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 electronically in SAM.gov or complete relevant sections of the solicitation.
- Submission is via electronic email to the specified contacts.