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
    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
    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
    Notice of Intent for SAS Software Licenses
    Buyer not available
    The U.S. Secret Service (USSS), part of the Department of Homeland Security, intends to award a sole source delivery order for SAS Software Licenses to Executive Information Systems, LLC. This procurement includes licenses for SAS Analytics and SAS/ETS for ten users each, along with annual maintenance, supporting the Office of Human Resources' Workforce Planning Division. The software is critical for the USSS's analytical operations, and the justification for selecting Executive Information Systems as the sole source is based on their status as the only authorized reseller of the required software. Interested parties who believe they can meet the requirements must submit written evidence of capability by 10:00 AM ET on February 24, 2025, to Theresa Williams at theresa.williams@usss.dhs.gov, as phone submissions are not accepted.
    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.
    Intent to Sole Source SEER Software
    Buyer not available
    The Library of Congress intends to execute a sole source contract for SEER Software licenses and related services, specifically with Galorath Incorporated. This procurement is justified due to the unique capabilities required for the Library's IT architecture, as the SEER software is integral to maintaining its standardized technology framework and operational efficiency. The contract will encompass software licenses, technical support, training workshops, installation assistance, maintenance, and remediation of software vulnerabilities, ensuring the Library's IT needs are met while fostering future competitive bidding opportunities. For further inquiries, interested parties may contact Charles Hertenstein at chertenstein@loc.gov.
    FY25 OPM OIG Data Warehouse Licenses
    Buyer not available
    The Office of Personnel Management (OPM) is seeking small business providers to submit proposals for the modernization of the Office of Inspector General's Data Warehouse through a Request for Quote (RFQ02212025). The primary objectives include enhancements in Business Intelligence System Architecture, Data Architecture, and Data Modeling, with a focus on providing brand name items as specified in the Bill of Materials (BOM). This procurement is crucial for improving data management and reporting capabilities within the OPM, ensuring compliance with Federal Acquisition Regulations (FAR) and robust data protection protocols. Interested contractors must sign a Non-Disclosure Agreement (NDA) to access the BOM and submit their proposals by March 11, 2025, with the contract period running from April 1, 2025, to March 31, 2026. For further inquiries, contact Charles Reilly at charles.reilly@opm.gov or call 202-294-2443.
    Mortgagee Compliance Manager 4.0 (MCM) Services
    Buyer not available
    The Department of Housing and Urban Development (HUD) is seeking contractor support for Mortgagee Compliance Manager (MCM) 4.0 services, aimed at enhancing the management of Single Family Real Estate-Owned (REO) properties. The contractor will be responsible for overseeing pre- and post-conveyance activities for REO assets, ensuring compliance with established standards, and providing real-time access to compliance documents, which is crucial for optimizing returns from the Federal Housing Administration's (FHA) insurance funds and promoting homeownership. This opportunity is set aside for small businesses, with a single fixed-price contract expected to span five years, including a base period and four optional periods, with the solicitation anticipated to be issued around November 29, 2024. Interested firms must register in the System for Award Management (SAM) under NAICS code 531390 and can contact Charles W. Hoyle Jr. at charles.w.hoylejr@hud.gov or Quotia Pitts at Quotia.C.Pitts@hud.gov for further information.
    Notice of Intent to Sole Source - USBP UGS Camera Sensors SC410 Upgrade
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), intends to award a sole source contract to Albers Aerospace for critical software upgrades to the SC-410 unattended ground sensor cameras. The procurement aims to integrate these cameras into the Government's Intelligent Computer Assisted Detection (ICAD) system, addressing software integration requirements that only Albers can fulfill, as they are the original manufacturer and sole provider authorized for these upgrades. The upgrades are essential for enhancing border security operations, ensuring that the UGS SC-410 cameras can be fully operational and effective. For further inquiries, interested parties may contact Frank S. Duarte at frank.s.duarte@cbp.dhs.gov; specific funding amounts and deadlines have not been disclosed.
    T--G&G Data Sole Source Redacted
    Buyer not available
    The Bureau of Ocean Energy Management, part of the Department of the Interior, is initiating a sole-source procurement for proprietary geological and geophysical (G&G) data essential for oil and gas exploration and production. This data is exclusively available to specific permit holders and cannot be competitively procured due to its unique nature, with TGS-NOPEC Geophysical Company identified as the sole vendor capable of providing it. The estimated cost for this procurement is between $15,000 and $16,000, with a performance period of 30 days following order receipt. Interested parties can reach out to William Rilee at William.Rilee@bsee.gov or by phone at 703-787-1757 for further information.
    OrcaFlex Software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for the procurement of OrcaFlex Software, specifically a single-user perpetual license with 12 months of maintenance and support. This acquisition is justified as a sole-source procurement due to the proprietary nature of the software, which is critical for high-precision hydrodynamic modeling and dynamic analysis in complex underwater marine mooring system projects. The OrcaFlex software, provided exclusively by Orcina Ltd., is deemed essential for meeting the technical and programmatic objectives of naval operations, with no comparable alternatives available. Interested parties must submit their capabilities statements by February 25, 2025, and can contact Tracy L. McDonough at tracy.l.mcdonough2.civ@us.navy.mil for further information.
    D--HUD IOO Cloud Service Provider
    Buyer not available
    The Department of the Interior, through the Interior Business Center, is seeking industry feedback for a cloud service provision opportunity for the Department of Housing and Urban Development (HUD) under the Request for Information (RFI) numbered DOIDFBO250017. The primary objective is to establish a hybrid multi-cloud operational environment that enhances HUD’s IT infrastructure, supporting its mission towards sustainable housing, with services including Infrastructure as a Service (IaaS) and Platform as a Service (PaaS) from providers like Microsoft Azure and AWS. Interested vendors are encouraged to submit their experiences and capabilities by following specific guidelines, with responses due by 2:00 PM Eastern Time on February 24, 2025, to Carla Mosley at cmosley@ibc.doi.gov. All submissions will become government property, and vendors should refrain from including sensitive information.
    Notice of Intent to Sole Source – TheraDoc subscription
    Buyer not available
    The National Institutes of Health (NIH) Clinical Center intends to award a firm fixed-price purchase order for subscription services related to the TheraDoc application, exclusively owned by Premier Healthcare LLC. This procurement aims to secure applications, support, maintenance, and training for the TheraDoc clinical surveillance solution, which is critical for enhancing healthcare delivery and patient safety. The acquisition will follow the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for a sole-source solicitation due to the unique nature of the services required. Interested parties may express their capabilities and submit comments to the NIH by November 21, 2024, with inquiries directed to Ryssa Nix at Ryssa.nix@nih.gov.