Scanwriter Premier Software
ID: SS-HUDOIG-25-006Type: Special Notice
Overview

Buyer

TREASURY, DEPARTMENT OF THEBUREAU OF THE FISCAL SERVICE

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Sep 16, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 16, 2024, 12:00 AM UTC
  3. 3
    Due Sep 19, 2025, 4:00 PM UTC
Description

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.

Files
Title
Posted
Sep 16, 2024, 4:10 PM UTC
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 essential for converting physical records into electronic formats using Optical Character Recognition (OCR) technology, particularly for analyzing financial documents like bank statements. Market research indicated that Personable Inc. offers a unique solution not available from other providers, justified under FAR 6.302-1(b)(1). The contract will span 12 months, and interested parties must submit a capability statement by September 19, 2024. Specifications for submissions include company details, UEI number, product offerings, and a brief capabilities statement. Application materials must adhere to specified formats. The notice emphasizes that no solicitation will be provided and responses could influence the decision on the sole-source award.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Intent to Sole Source: Barclay Backstop Datasets
Buyer not available
The Department of the Treasury's Bureau of the Fiscal Service intends to contract with Backstop Solutions Group LLC on a sole source basis for access to the Barclay Hedges Global Enhanced and Graveyard Hedge Fund Database. The Office of Financial Research (OFR) requires comprehensive hedge fund data to assess the global hedge fund industry's total assets under management and related metrics, necessitating access to unique datasets that only Backstop can provide. This procurement is critical for regulatory and market analysis, with the contract expected to span one base year and four optional renewal years. Interested parties must submit capability statements by April 18, 2025, to purchasing@fiscal.treasury.gov, and are encouraged to demonstrate their ability to meet the OFR's specific requirements.
Notice of Intent to Award Sole Source - UnderCurrency S.A. de C.V
Buyer not available
The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), intends to award a sole source contract to UnderCurrency S.A. de C.V. for the procurement of a Banknote Accelerated Aging Device (BAAD™). This device is crucial for enhancing the evaluation and prediction of banknote durability in laboratory settings, thereby improving BEP's capabilities in this area. The Government's decision to pursue a non-competitive procurement is based on FAR 13.106-1(b), and interested parties are invited to respond to this notice by April 14, 2025, at 2:00 PM (EST). Responses must be submitted in writing via email to Naweed.Nezam@bep.gov, and respondents must be registered in the System for Award Management (SAM). All costs incurred in responding to this notice are the responsibility of the respondents.
Intent to Sole Source Audit Analytics Dataset
Buyer not available
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.
Renew 12 Month Full Coverage Warranty on existing Bookeye Scanner
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for the renewal of a 12-month full coverage warranty on an existing Bookeye 5 V2 Book Scanner, serial number BE5-V2-a8a159d1995a, to EME Corporation. This procurement aims to ensure ongoing technical support and comprehensive hardware and software coverage for the scanner, which is essential for maintaining its operational efficiency. The warranty renewal reflects the government's commitment to sustaining access to critical technology and continuous service for its operational needs. Interested vendors must respond with their capabilities by April 16, 2025, at 10:00 AM EST, and should direct inquiries to Shannon Wooten at shannon.cloud-wooten@navy.mil, ensuring they are registered in the System for Award Management (SAM).
Hyperspectral Imager System (HSIS)
Buyer not available
The Bureau of Engraving and Printing (BEP) intends to award a sole source contract to Headwall Photonics, Inc. for the procurement of calibration targets and lenses for the Hyperspectral Imager System (HSIS) utilized at the Eastern Currency Facility. The replacement parts are proprietary and can only be sourced from Headwall Photonics, necessitating this sole source determination in accordance with FAR regulations. The HSIS is critical for the Bureau's operations, emphasizing the importance of maintaining specialized equipment for accurate imaging and analysis. Interested parties must submit any comments or questions via email to Kendra Napper by April 23, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
SOLE SOURCE – CMM-MANAGER SOFTWARE
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure software maintenance services for CMM-Manager software, which is critical for inspection operations within the Navy. The procurement includes licenses for various CMM-Manager products, with specific part numbers and dongle serial numbers, and extends service periods through December 2029, allowing for optional renewals based on funding and equipment status. This sole-source procurement is directed to Omni-Tech Calibration Services due to brand-specific requirements, although other vendors may submit capability statements for consideration. Interested parties must submit their offers via email to Trista Ray by April 16, 2025, at 4:00 PM Eastern Time, and ensure they are registered in the System for Award Management (SAM).
Housing and Urban Development Mortgagee Compliance Management (MCM) Services
Buyer not available
The U.S. Department of Housing and Urban Development (HUD) seeks market intelligence from potential vendors for its Mortgagee Compliance Manager (MCM) role. HUD aims to manage compliance related to its acquisition of single-family homes through the Federal Housing Administration's (FHA) mortgage insurance program. This Sources Sought notice requests capability statements from vendors able to support pre- and post-conveyance services, including mortgage case management, administrative remedies, and customer service. Respondents should have a physical office and experience in mortgagee compliance to help HUD protect its interests nationwide. HUD emphasizes that this is a market research exercise with no financial commitment. Vendors are encouraged to respond by the deadline, providing a capability statement aligned with the draft Performance Work Statement. Contact Quotia Pitts or Charles W. Hoyle Jr. for more information.
D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Callyo 2009 Corp for specialized mobile device application software designed for field agent investigations. This software will enable agents to utilize temporary phone numbers and remotely monitor undercover calls, ensuring secure communication during investigations. The procurement is critical for enhancing law enforcement capabilities within the agency, as it provides essential tools for recording and monitoring conversations with cooperating witnesses. Interested parties may express their interest and capability to respond to this requirement by April 13, 2025, with inquiries directed to Melissa Niemi at melissaniemi@fws.gov.
hCpatcha Enterprise and Premium Support
Buyer not available
The Department of the Treasury, specifically the Bureau of the Fiscal Service, is seeking quotes for the procurement of hCaptcha Enterprise services and Premium Support on behalf of the Financial Crimes Enforcement Network (FinCEN). The primary requirements include 30 million yearly verifications of hCaptcha Enterprise along with associated premium support services for a contract period from April 27, 2025, to April 26, 2026. This procurement is a total small business set-aside under NAICS code 513210, emphasizing the government's commitment to enhancing its digital capabilities while supporting small businesses. Interested vendors must submit their questions by April 10, 2025, and proposals by April 15, 2025, with all submissions directed to purchasing@fiscal.treasury.gov.
Ellisys USB Protocol Analyzer - INTENT TO SOLE SOURCE
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole-source contract for the acquisition of an Ellisys USB Protocol Analyzer to support its Operational Technology Division. This specialized device must emulate various USB functions, support USB Spec version 3.1, and facilitate high-speed device communication, which is critical for ongoing development and sensitive investigations. The FBI has justified the limited competition due to the unique characteristics of the device, which enhance its utility in sensitive environments, and is committed to exploring broader vendor options for future acquisitions. Interested parties should contact Jennifer Frederick at Jwfrederick@fbi.gov by April 18, 2025, to express their interest, and must be registered in the SAM system to be eligible for the contract.