i2 Analyst Notebook
ID: 2023H2-25-Q-00026Type: Solicitation
Overview

Buyer

TREASURY, DEPARTMENT OF THEINTERNAL REVENUE SERVICESPECIAL OPERATIONSNEW YORK, NY, 10007, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7J20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 4:00 PM UTC
Description

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.

Point(s) of Contact
Rickey N Lawrence II
rickey.n.lawrenceii@irs.gov
Files
Title
Posted
Apr 25, 2025, 4:05 PM UTC
This document presents a schedule template related to the procurement of the i2 Analyst's Notebook, specifically focusing on the annual subscription and support for concurrent users. It specifies a quantity of 130 units, although the per-unit price and total cost are not detailed within the document. The repeated listing of the same item suggests a emphasis on the necessary subscription and support services for several concurrent users. This type of information is typically found in Requests for Proposals (RFPs) or procurement documents addressing federal, state, and local agencies seeking technical solutions in data analysis tools. The purpose of this content is likely aligned with fulfilling a governmental need for enhanced analytic capabilities and support services for user groups across various projects. The structure of the document is straightforward, making it easy to understand the primary item being requested.
Apr 25, 2025, 4:05 PM UTC
The IRS seeks to acquire a five-year subscription for i2 Software, specifically the i2 Analyst Notebook, through a Justification for Other Than Full and Open Competition (JOFOC). The unique software is essential for IRS Criminal Investigation (CI) to create, manage, and visualize investigative data, particularly for manipulating proprietary file formats used in ongoing criminal cases. The contract is structured as a Firm Fixed Price agreement with an estimated total cost of $2,442,101.05 across five years. The justification emphasizes that i2 is the only responsible vendor capable of providing the required software, as it can handle specific file types (.anb, .anx, and .ant) crucial for collaborative investigations with other federal law enforcement agencies. Market research suggested that no alternative products exist that meet these needs. Efforts to solicit offers were made through Requests for Information (RFIs), revealing limited competition due to the software's proprietary nature. The need for this contract arises from the expiration of an earlier contract, underlining both the urgency and critical nature of these tools for ongoing investigations and support within federal prosecutions. The request reflects a commitment to uphold investigative efficacy while addressing procurement standards.
Apr 25, 2025, 4:05 PM UTC
The Internal Revenue Service (IRS) Criminal Investigation (CI) is seeking proposals through a Request for Quote (RFQ) for the procurement of i2 Analyst Notebook Desktop Software, a tool essential for law enforcement's data analysis and collaboration efforts. This procurement will involve a firm fixed price delivery order covering a base year (03/15/2025 - 03/14/2026) and four optional years, with a total estimated cost of $2.4 million for 130 annual subscriptions and support. Vendors must be authorized i2 resellers and adhere to applicable Federal Acquisition Regulations (FAR) and IRS security and compliance standards, particularly regarding Section 508 for accessibility. Delivery is required within 30 days of the award, and interested parties must structure their submissions according to outlined provisions, including invoicing procedures. The contract emphasizes the need to maintain secure environments for sensitive data and outlines procedural requirements for contractors, including mandatory training and adherence to security protocols. The solicitation highlights the IRS's commitment to enhancing its analytical capabilities through technology while ensuring compliance with federal standards and fostering collaboration with other federal law enforcement agencies utilizing i2 systems.
Apr 25, 2025, 4:05 PM UTC
The Internal Revenue Service (IRS) Criminal Investigation (CI) is issuing a Request for Quote (RFQ) for the procurement of i2 Analyst's Notebook software, crucial for law enforcement data analysis. This contract will include a firm fixed price for the base year and four optional renewal years, focusing on enhancing the capacity for data visualization and analysis necessary for investigating criminal networks. The RFQ is open to authorized i2 resellers and mandates compliance with federal regulations regarding small business participation and accessibility standards (Section 508). The period of performance is set from May 1, 2025, to April 30, 2030, with delivery expected within 30 days post-award. The awarded contractor is required to provide specific software, ensuring that it meets IRS security awareness training requirements. Additionally, the contract details stipulate protocols for electronic invoicing via the IRS Invoice Processing Platform, highlighting the need for accurate, timely submissions to facilitate prompt payments. This solicitation reflects the IRS's commitment to improving investigative capabilities through advanced technology, while maintaining compliance with federal procurement standards.
Lifecycle
Title
Type
i2 Analyst Notebook
Currently viewing
Solicitation
Similar Opportunities
Subscription Services CDM
Buyer not available
The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to provide subscription services as outlined in the Certent Disclosure Management License Support Statement of Work. This procurement is a total small business set-aside, emphasizing the importance of supporting small enterprises in the federal contracting space. The solicitation (RFQ 2032H5-25-Q-00026) is expected to be released around the second week of April 2025, with a closing date anticipated on or about April 18, 2025. Interested parties should monitor the NASA SEWP website for updates and are encouraged to direct any inquiries to Christopher Monosiet at christopher.monosiet@irs.gov.
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.
UC Cabinet and Power Distribution Units Brand Name
Buyer not available
The Department of the Treasury's Internal Revenue Service (IRS) is seeking a qualified small business to provide specific brand-name cabinets and power distribution units (PDUs) to support its Unified Communications (UC) infrastructure in Memphis, Tennessee. The procurement focuses on acquiring Panduit server cabinets and ServerTech PDUs, which are essential for the deployment of advanced UC technologies that facilitate voice, video, and collaboration services. This firm-fixed-price contract will adhere to strict security requirements and is intended for a one-time purchase with no options for extension, with the performance period set from May 15, 2025, to May 14, 2026. Interested vendors should contact Michelle McGibbon at michelle.m.mcgibbon@irs.gov for further details and must submit proposals through the designated platform by the specified deadline.
International Identity Operations-RFI
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking responses to a Request for Information (RFI) regarding its International Identity Operations, aimed at enhancing capabilities for capturing mobile biometric data related to transnational organized crime and terrorism. The FBI requires hardware and software solutions for collecting and transmitting biometric information, including fingerprints, palm prints, iris, and facial recognition, ensuring compliance with FBI standards and security measures for data integrity. This initiative is critical for addressing evolving threats and improving the FBI's operational effectiveness in identifying and tracking criminal and terrorist activities. Interested vendors should submit detailed capability packages to Tyler Cutright at tbcutright@fbi.gov or Harriett Williams at hlwilliams2@fbi.gov, adhering to the specified guidelines and deadlines, as responses will inform future procurement decisions but do not guarantee contracts.
D--Integrated Reporting of Wildland Fire Information
Buyer not available
The Department of the Interior (DOI) is seeking industry feedback through a Request for Information (RFI) regarding the Integrated Reporting of Wildland Fire Information (IRWIN) system. This procurement focuses on three key areas: Operations and Maintenance (O&M), Development, Modernization, and Enhancement (DME), and Transition and Migration Services, aimed at improving the management and integration of wildfire data across various agencies. The IRWIN system is crucial for enhancing decision-making and resource allocation during wildfire incidents by providing a unified framework for real-time data collection and dissemination. Interested vendors must submit their feedback by May 6, 2025, and can direct inquiries to Matthew Mosellen at matthewmosellen@ibc.doi.gov or by phone at 703-964-4804.
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.
Nlyte Software Licenses for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for Nlyte Software Licenses for its Office of Information Technology (OIT), with a focus on engaging Indian Small Business Economic Enterprises (ISBEEs). The procurement aims to secure a Firm-Fixed-Price purchase order for software licenses, along with associated support and maintenance services, emphasizing compliance with federal contracting regulations. This initiative is crucial for enhancing the Bureau's IT capabilities and ensuring efficient management of software resources. Proposals are due by April 9, 2025, and interested parties can contact Maggie Main at maggie.main@bia.gov for further 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.
Solutions Solicitation: Intelligence Community (IC) Data Consortium (ICDC)
Buyer not available
The Office of the Director of National Intelligence (ODNI) is soliciting proposals for the Intelligence Community Data Consortium (ICDC) to address challenges related to commercial data acquisition and management. The initiative aims to unify fragmented data procurement processes, reduce duplicative purchases, and streamline access to commercially available information (CAI) across the Intelligence Community (IC). This project is critical for enhancing the IC's data capabilities while ensuring compliance with privacy and civil liberties standards, ultimately fostering a more cohesive and cost-effective data acquisition model. Interested respondents must submit their proposals electronically by May 5, 2025, to dni-ot-2025@iarpa.gov, with evaluations based on technical merit, understanding of project goals, flexibility, and cost-effectiveness.
RFI - DOJ CGI Momentum Financial & Acquisition Software Alternatives
Buyer not available
The Department of Justice (DOJ) is conducting a Request for Information (RFI) to explore alternatives to CGI Federal's Momentum Financial and Acquisition software products. The primary objective is to identify viable enterprise-wide solutions that can match or exceed the functionality of the existing Momentum software while offering enhanced flexibility, innovation, and cost efficiency. This initiative is crucial for ensuring that the DOJ's technology investments deliver maximum value and adaptability in meeting their evolving financial and acquisition system needs. Interested vendors are encouraged to submit their responses by May 6, 2025, at 12 PM EST to Cindy L. Gold at Cindy.L.Gold2@usdoj.gov, with no funds available for response preparation.