Peace Corp AI ChatBot
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 U.S. Department of the Interior, Interior Business Center (IBC), on behalf of the Peace Corps (PC), is soliciting quotes for Artificial Intelligence (AI) Chatbot Services. This opportunity aims to acquire a FedRAMP High authorized, commercially available SaaS conversational AI solution to enhance recruitment, outreach, and public engagement on peacecorps.gov. This is a Total Small Business Set-Aside. Quotes are due May 4, 2026, at 10:00 AM ET.
Scope of Work
The selected contractor will implement a public-facing, web-based conversational AI agent and integrate it into the peacecorps.gov website. Key requirements include:
- FedRAMP High authorization for the SaaS solution.
- Integration with peacecorps.gov and mobile optimization.
- Utilization of Retrieval-Augmented Generation (RAG) with a curated dataset.
- Continuous learning mechanisms and multilingual functionality.
- Advanced Natural Language Processing (NLP) capabilities.
- Seamless live agent or customer service transfer.
- Scalability for future features and increased user volume.
- Compliance with legal and ethical standards (e.g., AI in Government Act, privacy laws).
- Provision of comprehensive analytics and reporting, including a KPI dashboard.
- Deliverables include the Chatbot, Project Plan, Design and Architecture Documentation, Integration Plan, Test Plan, Training Materials, and a Final Chatbot Solution.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Purchase Order.
- Period of Performance: One-year Base Period (June 1, 2026 - May 31, 2027) with four (4) one-year Option Periods, for a total potential of five years.
- Set-Aside: Total Small Business.
- NAICS Code: 541519 – Other Computer Related Services (Size Standard: $34M).
- PSC Code: DA10 – IT and Telecom – Business Application / Application Development Software as a Service.
Submission & Evaluation
- Questions Due: April 10, 2026, 12:00 PM EST.
- Quotes Due: May 4, 2026, 10:00 AM ET.
- Submission Method: Email quotes to Michael McGuire and Jacqueline Hernandez.
- Quote Format: Separate volumes for Technical (20-page limit), Past Performance, Assumptions/Conditions/Exceptions, Draft Quality Assurance Surveillance Plan, and Price.
- Evaluation Factors: Technical Approach, Solution, Capabilities and Understanding; Past Performance; and Price. Technical and Past Performance are of equal importance and combined are more important than Price.
- Award Basis: Best Value to the Government.
Important Notes
Offerors must be registered and have an "active" status in SAM.gov. Late submissions will not be considered. The solicitation incorporates FAR Part 12 provisions and clauses by reference. Key attachments include the Performance Work Statement (PWS) and a template for Limitations on Subcontracting reporting.