Automated Retirement Benefits Software and User Subscriptions
ID: SS-FSA-25-047Type: Special Notice
Overview

Buyer

TREASURY, DEPARTMENT OF THEBUREAU OF THE FISCAL SERVICEADMINISTRATIVE RESOURCE CENTERPARKERSBURG, WV, 26101, USA

NAICS

Pension Funds (525110)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Treasury, specifically the Bureau of the Fiscal Service, intends to award a sole-source contract to Government Retirement & Benefits, Inc. for the provision of automated retirement benefits software and user subscriptions. This software will facilitate approximately 30,000 federal employees in accessing retirement information, calculating annuities, and managing related requests through a 24/7 automated self-service portal, which includes a comprehensive library of federal benefits and e-learning capabilities. The contract is expected to have a 12-month base period with four optional additional years, with an anticipated award date of May 26, 2025. Interested vendors must submit capability statements by May 15, 2025, to demonstrate their qualifications, as no solicitation will be available for this opportunity. For further inquiries, vendors can contact the Purchasing office at purchasing@fiscal.treasury.gov or reach out to Constance Cobb at constance.cobb@fiscal.treasury.gov.

    Files
    Title
    Posted
    The Bureau of the Fiscal Service plans to award a sole-source contract to Government Retirement & Benefits, Inc. for the provision of automated retirement benefits software and user subscriptions. This software will serve approximately 30,000 federal employees, enabling them to access retirement information, calculate annuities, and manage related requests online. Key features include a comprehensive library of federal benefits, an employee self-service portal, and case tracking systems for Human Resources. The contract anticipates a 12-month base period with four optional additional years, with an expected award date of May 26, 2025. Interested vendors must submit capability statements by May 15, 2025, detailing their qualifications and supporting evidence to demonstrate their capacity to meet the requirements outlined in the proposal. The document emphasizes that no solicitation is available and that responses must conform to specific submission guidelines, while noting important technical specifications for the software system. Overall, this RFP illustrates the government's intention to streamline retirement services and improve employee access to benefits information through a dedicated automated platform.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Justification for Limited Sources - Federal Retirement Calculator Subscription
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking to procure a subscription for a Federal Retirement Calculator through a justification for limited sources. This procurement is aimed at fulfilling specific operational needs within the Workforce & Enterprise Operations office, ensuring that TSA personnel have access to essential retirement planning tools. The justification has been approved in accordance with TSA policies and the Federal Acquisition Regulation 8.405-6, indicating the importance of this software in supporting the agency's workforce management. For further inquiries, interested parties can contact Brandon Prindle at brandon.prindle@tsa.dhs.gov. The procurement does not specify a funding amount or key deadlines, as the government does not intend to respond to this publication.
    Citrix Universal Premium Concurrent Transition
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors for the procurement of Citrix Universal Premium Concurrent Transition Licenses. This requirement is part of the IRS's initiative to enhance its IT capabilities and will be governed by the Statement of Work provided by the IRS. The solicitation (RFQ 2032L226Q00009) is expected to be released in late December 2025 or early January 2026 and will be exclusively available through NASA SEWP, with a closing date anticipated in the first or second week of January 2026. Interested parties are encouraged to monitor the NASA SEWP site for updates and must submit their quotes through this platform; all inquiries should be directed to Christopher Monosiet at christopher.monosiet@irs.gov.
    DA10--26-SW0032 NewEra (SW5027, SW5028)-Recompete (Renewal) (VA-26-00000289)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a sole-source, firm-fixed-price contract for the renewal of NewEra software licenses and maintenance support, specifically for the NewEra Stand Alone Environment (SAE) and Image Focus Core (IFO) Subsystem software. This procurement is critical for maintaining the VA's IBM z/OS and IBM z16 mainframe environment, which supports essential applications such as the Financial Management System and Benefits Delivery Network. The contract, valued at $45,330.39, includes a 12-month base period and four 12-month option periods, with a requirement for 24/7 technical support and compliance with Section 508 accessibility standards. Interested parties can contact Contract Specialist Edward Olivo-Cruz at Edward.Olivo-Cruz@va.gov or by phone at 848-377-5099, with responses due by December 29, 2025, at 12:00 PM Eastern Time.
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to TransUnion Risk and Alternative Data Solutions, Inc. for continued access to the TLOxp platform, which is essential for investigative operations within the Office of Law Enforcement (OLE). This contract, valued at a firm fixed price with a base year and four option years, aims to modernize the procurement process while ensuring ongoing access to the proprietary TruLookup suite of investigative solutions that provide critical intelligence on individuals and businesses. Interested parties who believe they can meet the requirements are invited to submit a statement of capabilities to Lorenzo Aragon at lorenzoaragon@fws.gov, with no telephone inquiries accepted. The total contract value is expected to be under $250,000, and submissions must be made in writing as specified.
    Notice of Intent to Sole Source Actian Software Acquisition Justification
    Education, Department Of
    The Department of Education, specifically the Federal Student Aid office, intends to sole source the acquisition of Actian DataConnect software licenses and extended support for its Debt Management Collection System (DMCS). This procurement aims to secure subscription licenses for version 11.6 and an upgrade to version 12.0, which are essential for managing the Department's debt collection portfolio and facilitating integration with third-party entities such as Credit Bureaus and Private Collection Agencies. The one-year, firm-fixed price contract is crucial for ensuring real-time, accurate data management and workflow efficiency in debt collection processes. Interested parties can reach out to Pamerah Marksman at pamerah.marksman@ed.gov or call 202-805-7001 for further details, with the contract period set from May 22, 2023, to May 21, 2024.
    Intent to Sole Source: LegisPro BillCompare Licenses from Xcential Corporation
    Library Of Congress
    The Library of Congress intends to award a sole source contract to Xcential Corporation for LegisPro BillCompare licenses, as outlined in their notice of justification. This procurement aims to secure specialized software as a service that is critical for legislative comparison and analysis, which supports the Library's operational needs. The contract is expected to enhance the Library's capabilities in managing legislative documents effectively. Interested parties may submit a capability statement or proposal to the designated contacts, Quinn Cartheuser and Michael Schuman, by May 19, 2023, at 5 PM ET for consideration in the acquisition strategy.
    Residency Management Suite Software and Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    Notice of Intent to Sole Source - Accenture Federal Services, LLC BSS
    Commerce, Department Of
    The U.S. Department of Commerce (DOC) intends to award a sole-source contract to Accenture Federal Services, LLC for ongoing support of the Commerce Business Systems (CBS) and Core Financial System (CFS) applications. This contract will be structured as a one-year base period with three six-month priced options, leveraging Accenture's unique expertise and institutional knowledge gained from their incumbency in the CBS/CFS Program. The services provided are critical for maintaining the financial management and accounting capabilities essential to DOC operations, especially as the department transitions to a new Business Applications Solution (BAS) project set for completion in 2026. Interested parties may submit responses within 15 days of this notice to the primary contacts, Cameron Brooks and Brandon Harrell, via email, although no solicitation package is available.
    D--Prism Software Licenses
    Interior, Department Of The
    The Department of the Interior, through its Interior Business Center, intends to award a sole source Task Order to Unison Software, Inc. for Prism Software Licenses on behalf of the Peace Corps’ Office of the Chief Financial Officer (OCFO). This procurement includes a 12-month base period followed by three 12-month option periods, aimed at providing contract management software that integrates with the existing financial system, Oracle E-Business Suite/Odyssey. The software is crucial for maintaining continuity of services currently provided by Unison Software, Inc., and this opportunity is not open for competitive proposals; however, responsible sources may submit a capability statement by December 23, 2026, at 2 PM EST, referencing number 140D0426Q0053. Interested parties must include a Unique Entity ID (UEI) and ensure active registration in the System for Award Management (SAM).
    Notice of Intent to Sole Source Department of Defense Enterprise Software Initiative (DoD ESI) for Oracle
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center, Pacific (NIWC Pacific), intends to award a sole-source contract to Oracle America, Inc. for Oracle commercial products and services under Contract Number N66001-26-D-0020. This procurement aims to secure an indefinite delivery/indefinite quantity (IDIQ) agreement for Oracle software licenses, maintenance, hardware, support, and consulting services, which are critical for the operational needs of the entire DoD enterprise, the Intelligence Community, and the Coast Guard. The estimated value of this contract is approximately $7.13 billion, justified under 10 U.S.C. § 3204(c)(1) due to Oracle being the only responsible source, with a contract structure designed to provide significant discounts and efficiency. Interested parties may submit capability statements via SAM.gov by December 25, 2025, although the government retains discretion over the non-competitive decision, with an estimated award date set for January 2025. For further inquiries, contact Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474.