U.S. Senate Web Dev 4

SOL #: 2026-R-038Solicitation

Overview

Buyer

The Legislative Branch
The United States Senate Sergeant At Arms
SENATE SERGEANT AT ARMS
Washington, DC, 20510, United States

Place of Performance

Washington, DC

NAICS

Custom Computer Programming Services (541511)

PSC

Support Services For Activities Involved With Application Development And Support To Include Analysis, Design, Development, Coding, Testing, And Release Packaging, As Well As Support Of Off The Shelf Business Applications. (DA01)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 3, 2026
2
Last Updated
Apr 3, 2026
3
Submission Deadline
May 4, 2026, 4:00 PM

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 United States Senate, Office of the Sergeant at Arms (SAA) is soliciting proposals for RFP 2026-R-038 Web Dev 4, seeking comprehensive website services. This is a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for the design, development, maintenance, and end-user support of public-facing websites within the senate.gov domain for Senate Offices and Committees. The opportunity is open to all eligible offerors, with proposals due by May 4, 2026, at 12:00 PM ET.

Scope of Work

Contractors will provide a range of website services, including:

  • Website design and development, adhering to Senate Web Development and Design Guides.
  • Ongoing website maintenance and end-user support, available on an hourly or monthly basis.
  • Training for designated Senate Office staff.
  • Content migration and development of specific website features as defined in Task Orders (TOPRs).
  • Mandatory compliance with Senate rules, regulations, policies, and cybersecurity standards (e.g., OWASP coding practices, NIST standards).
  • Adherence to accessibility standards, including Section 508, ADA Title II, and WCAG.
  • Use of approved technologies such as WordPress CMS and Adobe Analytics.
  • Rigorous testing and quality assurance processes, from unit testing to post-launch monitoring.

Contract & Timeline

  • Type: Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ)
  • Task Order Types: Firm-Fixed-Price (FFP) or Labor-Hour (LH)
  • Period of Performance: One-year base period (starting approx. January 1, 2027) with five (5) one-year option periods.
  • Maximum Ceiling: $5,637,600.00 per IDIQ contract. No guaranteed minimum.
  • Set-Aside: None specified (Open to all eligible offerors).
  • Technical & Administrative Questions Due: April 16, 2026, 12:00 Noon ET.
  • Proposals Due: May 4, 2026, 12:00 Noon ET.
  • Published: April 3, 2026.

Evaluation

Proposals will be evaluated on a best-value basis, considering:

  • Technical Capability
  • Past Performance (assessed via Attachments J-006 and J-007)
  • Key Personnel
  • Price Technical proposals are limited to 50 pages (excluding resumes).

Submission & Additional Notes

Proposals must be submitted electronically to Acquisitions@saa.senate.gov with the subject line “ATTN: Charles Blalock, 2026-R-038”. Early submissions are encouraged. The SAA anticipates making multiple contract awards, with Task Orders to be competed among the awarded IDIQ contract holders. Extensive attachments provide detailed guidelines on web development, design, testing, cybersecurity, and past performance requirements.

People

Points of Contact

SAA AcquisitionsSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Apr 3, 2026
Version 1
Solicitation
Posted: Apr 3, 2026
View