Intent to Sole Source Audit Analytics Dataset
ID: SS-OFR-25-051Type: Special Notice
Overview

Buyer

TREASURY, DEPARTMENT OF THEBUREAU OF THE FISCAL SERVICEARC DIV PROC SVCS - DOPARKERSBURG, WV, 26101, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

NEWSPAPERS AND PERIODICALS (7630)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 4:00 PM UTC
Description

The Department of the Treasury, specifically the Bureau of Fiscal Service, intends to contract with IVES Group, Inc. for the provision of Audit Analytics Datasets on a sole source basis. The datasets are essential for the Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC) to assess risks and controls in financial reporting, featuring critical elements such as audit fees, auditor changes, and financial restatements. This procurement is vital for the OFR's mission to deliver annual assessments of the U.S. financial system as mandated by the Dodd-Frank Act. Interested parties must submit their responses by April 24, 2025, demonstrating their capability to meet the requirements, with the total estimated value of the contract remaining below the simplified acquisition threshold. For further inquiries, contact April Rinehart at purchasing@fiscal.treasury.gov or by phone at 304-480-8472.

Files
Title
Posted
Apr 2, 2025, 6:05 PM UTC
The Bureau of Fiscal Service intends to sole source a contract with IVES Group, Inc. for Audit Analytics Datasets on behalf of the Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC). The contractor provides unique datasets essential for assessing risks and controls in financial reporting, including features such as audit fees, auditor changes, and financial restatements. The OFR aims to gain insights necessary for annual assessments of the U.S. financial system in compliance with the Dodd-Frank Act. The contract will span a base period of 12 months, with four additional option periods through 2025 to 2030, with a total estimated value remaining below the simplified acquisition threshold. Responses to this special notice must be submitted by April 24, 2025, and should demonstrate the capability to provide required content. The document outlines specific requirements for responses, including company details and capabilities, while emphasizing that informal inquiries will not be accepted. Failure to meet submission criteria will result in non-responsiveness. This document reflects standard practices in government procurement, particularly highlighting sole-source contracting when no competitive options are available.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
i2 Analyst Notebook
Buyer not available
The Department of the Treasury, specifically the Internal Revenue Service (IRS) Criminal Investigation (CI), is seeking proposals for the procurement of i2 Analyst Notebook software, a critical tool for law enforcement data analysis and collaboration. This procurement involves a firm fixed price contract covering a base year from March 15, 2025, to March 14, 2026, with four optional renewal years, and an estimated total cost of approximately $2.4 million for 130 annual subscriptions and support. The i2 software is essential for creating and visualizing investigative data, particularly for managing proprietary file formats used in ongoing criminal cases, thereby enhancing the IRS's analytical capabilities and ensuring compliance with federal standards. Interested vendors must be authorized i2 resellers and adhere to applicable Federal Acquisition Regulations, with submissions due by the specified deadlines; for further inquiries, contact Rickey N Lawrence II at rickey.n.lawrenceii@irs.gov or Alison Adamson at Alison.M.Adamson@irs.gov.
Scanwriter Premier Software
Buyer not available
The Bureau of the Fiscal Service, on behalf of the U.S. Department of Housing and Urban Development Office of the Inspector General (HUDOIG), intends to award a sole-source contract to Personable Inc. for its ScanWriter Premier Software. This software is crucial for converting significant volumes of physical text records into electronic formats using Optical Character Recognition (OCR) technology, particularly for analyzing financial documents such as bank statements and checks. The unique capabilities of ScanWriter, which include instant audit trails and handwriting conversion, have been determined to be unavailable from other providers, justifying the sole-source award under FAR 6.302-1(b)(1). Interested parties must submit a capability statement by September 19, 2024, to purchasing@fiscal.treasury.gov, and should include company details, UEI number, product offerings, and a brief capabilities statement, adhering to specified file formats.
Electronic Research Services (ERS) Tax Research Services
Buyer not available
The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking proposals for Electronic Research Services (ERS) Tax Research Services through a full and open competition. The objective of this procurement is to secure a comprehensive suite of electronic research services that will support approximately 15,000 IRS employees in their tax analysis, audits, and customer service efforts, ensuring fair application of tax laws. This initiative is critical for enhancing operational efficiency and taxpayer service quality, as it aims to provide standardized content, continuous updates, and user support tailored to the diverse needs of IRS staff. Proposals must be submitted electronically to Brian Carter at brian.j.carter@irs.gov by 12:00 P.M. EST on May 5, 2025, with a focus on technical approach, management strategy, and past performance. Interested parties should refer to the attached documents for detailed requirements and guidelines.
Notice of Intent to Award Sole Source - Universal Currency Authentication Sensor 3 (UCAS3) and GemVision Currency Sensor (UCAS3) Sensors
Buyer not available
The Bureau of Engraving and Printing (BEP) intends to award a sole source contract to Authentix, Inc. for the procurement of six Universal Currency Authentication Sensor 3 (UCAS3) and six GemVision Currency Sensor (GVCS) sensors. This procurement is essential for ensuring the integrity and reliability of currency authentication processes, as these sensors are critical for the agency's operations. The contract will be awarded on a noncompetitive basis under the authority of 41 U.S.C. 3304(a)(1), and interested parties who believe they can meet the requirements are invited to submit their capabilities by May 16, 2025. Responses must be sent via email to Naweed Nezam and Jeremy Boggs, and all interested entities must be registered in the System for Award Management (SAM) to be considered.
Renewal of HighBond Audit Essentials Solution Software
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew its subscription for the HighBond Audit Essentials Solution Software, a proprietary tool essential for Governance, Risk Management, and Compliance (GRC) processes. This procurement involves a Firm-Fixed-Price purchase order for software and licenses that enhance audit management capabilities, including 12 professional user licenses and 25 business user licenses, which are critical for maintaining compliance with federal regulations. The HighBond software centralizes audit responses and artifacts, thereby improving system security and streamlining audit processes across NIH. Interested parties must submit a capability statement by April 28, 2025, and can contact Ryan K. Alexander at ryan.alexander@nih.gov for further information.
NOTICE OF INTENT - SOLE SOURCE - 86614625Q00001 CyberFEDS Subscription
Buyer not available
The U.S. Department of Housing and Urban Development (HUD) intends to award a sole-source contract to LRP Publications, Inc. for CyberFEDS subscription services, which will provide essential legal information and analysis regarding personnel laws and related decisions to HUD's Office of General Counsel. The contract aims to deliver online access to a comprehensive database that includes materials from various federal agencies, ensuring that users can efficiently research federal human resources and employment law. This service is critical for maintaining compliance with legal standards and enhancing the operational capabilities of HUD's legal team. Interested parties must respond by May 6, 2025, demonstrating their ability to provide equivalent services, and can direct inquiries to Lorenzo B. Evans or Cathy Baker at CPOFTW@hud.gov.
Quicksilver III Notice of Intent to Award Sole Source
Buyer not available
The Department of the Treasury's Bureau of Engraving and Printing (BEP) intends to award a sole-source contract to SICPA Secureink Corp. for the continued research and development of overt security features for U.S. currency. This contract, valued at approximately $59.5 million over five years, aims to integrate proprietary optical technologies developed in previous phases into new banknote designs, enhancing their security against counterfeiting. The necessity of utilizing SICPA arises from their exclusive rights to the unique technologies required, confirming that no other sources can fulfill the agency's specific needs. For further inquiries, interested parties may contact Victoria Kennedy at victoria.kennedy@bep.gov.
Public-Facing Digital Certificate Products and Services
Buyer not available
The United States Department of the Treasury, Bureau of the Fiscal Service, is seeking information from vendors capable of providing commercial-off-the-shelf (COTS) public-facing digital certificate products and services. The primary objective is to enhance cybersecurity by enabling secure external access to government websites and ensuring trustworthy software signing through various types of digital certificates, including SSL/TLS and code-signing capabilities, along with automated retrieval and 24/7 support services. This Request for Information (RFI) is part of the government's proactive approach to securing digital communications and does not constitute a solicitation for proposals. Interested vendors must submit their responses by May 8, 2025, to purchasing@fiscal.treasury.gov, including a capabilities statement and relevant company information.
Intent to Sole Source: Implan Software Subscription
Buyer not available
The U.S. Department of Agriculture (USDA) intends to award a sole source contract to IMPLAN GROUP LLC for the acquisition of an updated Input-Output Modeling System (IOMS) and Impact Analysis for Planning (IMPLAN) software. This software is critical for providing comprehensive economic data and analysis, which supports the USDA's mission to enhance the sustainability and productivity of U.S. agriculture. IMPLAN has been established as the sole product capable of meeting these specific needs, having been developed over 50 years and utilized by multiple USDA agencies. Interested parties may submit evidence demonstrating that competition would be advantageous to the government, with responses due by 12:00 PM (EST) on April 28, 2025. For inquiries, contact Joel Miro-Marquez at joel.miro-marquez@usda.gov or Juan Rodriguez at Juan.Rodriguez9@usda.gov. The estimated acquisition cost for this contract is $135,061 for a one-year period of performance from May 2025 to May 2026.
Currency Package Film
Buyer not available
The Bureau of Engraving and Printing (BEP), part of the Department of the Treasury, is seeking to procure Currency Package Film for the packaging of U.S. currency at its facilities in Washington, DC, and Fort Worth, TX. This procurement will be executed through a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will span five years and include fixed price items, aimed at ensuring a continuous supply of high-quality packaging materials that meet stringent performance and safety standards. The films are critical for maintaining the integrity and security of currency packaging, adhering to federal regulations while supporting efficient operations within the BEP. Interested vendors must submit their capabilities and relevant information by May 20, 2025, at noon EST, and can contact Sharrion Mosley at sharrion.young-mosley@bep.gov or Susan Dela Cruz at susan.delacruz@bep.gov for further inquiries.