Notice of Intent to Sole Source - ScanWriter Software
ID: 192125XXXXXXXXXXXType: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS IMMIGRATION AND CUSTOMS ENFORCEMENTINVESTIGATIONS AND OPERATIONS SUPPORT DALLASDALLAS, TX, 75247, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Homeland Security (DHS), specifically the Immigration and Customs Enforcement (ICE), intends to procure ScanWriter Software from Personable.com, Inc., located in Fountain Valley, CA. This procurement will be conducted as a sole source under the authority of FAR 13.501(a), as the agency has determined that only one source can meet its specific requirements due to the unique capabilities of the software. The ScanWriter Software is essential for the agency's operations, facilitating efficient data processing and management. Interested parties may direct inquiries to the Contracting Officer, Michelle Levine, at michelle.levine@ice.dhs.gov or by phone at (214) 905-5573, as this notice serves informational purposes and does not constitute a request for quotes.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Homeland Security (DHS), specifically the Immigration and Customs Enforcement (ICE) Office of Acquisition Management, intends to procure ScanWriter Software from Personable.com, Inc., based in Fountain Valley, CA. This solicitation will follow the single-source procurement authority outlined in FAR 13.501(a). Under this process, only one source is deemed reasonable due to its specific capabilities that meet the agency's requirements. This notice serves informational purposes and does not constitute a request for quotes (RFQ), leaving the decision not to compete at the discretion of the Government Contracting Officer. Interested parties are encouraged to direct any inquiries to the Contracting Officer, Michelle Levine, via email or telephone. The document highlights the DHS's approach to procurement, emphasizing compliance with FAR Simplified Acquisition Procedures and maintaining transparency in contractual processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Notice of Intent to Sole Source - IT Investigative License & Support Services
    Buyer not available
    The U.S. Department of Homeland Security, specifically the Immigration and Customs Enforcement (ICE), intends to solicit IT Investigative License & Support Services from CACI International, Inc. under a sole source procurement strategy. This action is authorized under FAR 6.302-1 and will be negotiated in accordance with FAR Part 15, reflecting the need for specialized IT services critical to the department's enforcement operations. Interested parties are encouraged to direct any inquiries to Contracting Officer Greg Hermsen or Contract Specialist Michelle Levine via the provided email addresses, as this notice serves informational purposes only and does not constitute a Request for Proposal (RFP).
    ICE Facility Condition Assessments
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking qualified small businesses to conduct Facility Condition Assessments (FCA) for its owned facilities across the United States and its territories. The primary objective of this procurement is to evaluate the conditions of ICE facilities, establish maintenance and repair plans, and extend the lifespan of building assets, while ensuring compliance with American Correctional Association (ACA) standards. This initiative underscores ICE's commitment to maintaining secure and efficient facilities, emphasizing the importance of quality management and effective communication in government contracting. Interested firms must submit their qualifications, including relevant project experiences and a narrative approach, by February 18, 2025, to the designated DHS contacts, with no contract resulting from this sources sought notice.
    IMMIGRATION AND CUSTOMS ENFORCEMENT VENDOR ENGAGEMENT DAY
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), has announced the cancellation of the Vendor Engagement Day originally scheduled for December 17th. This event, which is an opportunity for vendors to engage with ICE, will be rescheduled for 2025, with a future notice to be posted on SAM.gov detailing the new date and time. Such engagement days are crucial for fostering collaboration and understanding the needs of ICE in relation to computer systems design and related services. For further inquiries, interested parties can contact Thomas Thompson at Thomas.Thompson@ice.dhs.gov or by phone at 202-834-3922.
    Senior Executive Services (SES) Support Services
    Buyer not available
    The Department of Homeland Security's Immigration and Customs Enforcement (ICE) is seeking support services for its Senior Executive Service (SES) program, aimed at enhancing the recruitment and management of senior executives. The procurement focuses on gathering insights from small business vendors regarding their capabilities in providing Human Capital and Training Solutions (HCaTS), specifically for SES recruitment and staffing procedures. This initiative is critical for ensuring that ICE effectively assesses, selects, and manages executive candidates, thereby maintaining a high standard of leadership within the organization. Interested vendors must submit their responses to the Request for Information (RFI) by February 12, 2025, with questions due by February 3, 2025. For further inquiries, vendors can contact Kelsey Nelson at kelsey.d.nelson@ice.dhs.gov.
    RFI for Content Asset Management Portal Support
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking information from vendors regarding support for a Content Asset Management Portal (CAMP). The primary objective of this Request for Information (RFI) is to gather insights on potential solutions for digital asset management, focusing on requirements such as multimedia file storage, robust searchability, user access controls, and compliance with FedRAMP security standards. This initiative is crucial for enhancing the efficiency and effectiveness of content management systems within the agency. Interested vendors are encouraged to reach out to Evan Strother at evan.strother@ice.dhs.gov or Kennedy McKay at Kennedy.McKay@ice.dhs.gov for further details and to submit their responses.
    Sole Source award to Crash Data Group for Bosch Crash Data software subscription
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking a sole source award for a subscription renewal of Bosch Crash Data software from Crash Data Group, Inc. This software is critical for the Office of Professional Responsibility to conduct investigations into traffic collisions involving CBP personnel, as it provides access to vital data from vehicle airbag control modules, enabling the assessment of factors such as vehicle speed and seatbelt usage. The estimated value of the software subscription is $18,900, which has been determined to be fair and reasonable based on previous purchasing history, and the acquisition is justified due to the lack of alternative suppliers capable of meeting the specific technical requirements. Interested parties can refer to the official notice for further details on the procurement process.
    Software Platform
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to negotiate a sole source procurement with Gladiator Forensics, LLC for a software platform. This procurement is conducted under the authority of FAR regulations, allowing other vendors to submit capability statements if they believe they can meet the DEA's requirements. The software platform is critical for the DEA's operations, and the agency anticipates awarding a firm fixed-price purchase order following Simplified Acquisition Procedures under NAICS Code 334290. Interested vendors must submit their capability statements electronically to Monica Gehrer at Monica.J.Gehrer@dea.gov by February 13, 2025, at 10:00 AM EST.
    Notice of Intent; VSC9000 PRO Video Spectral Comparator
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to award a sole-source contract for the procurement of a VSC9000 Video Spectral Comparator from Foster and Freeman USA, Inc. This acquisition aims to enhance the capabilities of the FBI's Questioned Documents Unit by providing advanced imaging features and specialized software for forensic document examination. The VSC9000 is critical for maintaining high standards in forensic analysis, and the contract is estimated to be less than $250,000, with a firm-fixed-price structure. Interested vendors may submit capability statements by 9:00 AM (EST) on February 14, 2025, to the primary contact, Bryan Lane, at bvlane@fbi.gov or by phone at 703-632-8071.
    PortData Source Enhanced Law Enforcement Platform Services
    Buyer not available
    The U.S. Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source purchase order for the renewal of the PortData Source Enhanced Law Enforcement Platform Services to iConectiv. This procurement is essential as it provides unique capabilities that are not available from any other entity in the United States, whether public, private, or governmental, and iConectiv does not permit third-party providers to offer these services. The contract will be executed in Arlington, Virginia, and interested parties can reach out to Calvin L. Jackson at calvin.jackson@usdoj.gov or 571-776-3383, or Ameka Ali at ameka.ali@dea.gov or 571-776-2420 for further inquiries.