Fiserv Frontier Reconciliation Renewal
ID: 70Z03824PM0000034Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Aviation Logistics Center (ALC), is seeking to procure a one-year support contract for Fiserv Frontier Software Licenses. This procurement is essential for the USCG ALC's Information Systems Division (ISD) to continue reconciling general ledger accounts for Milpay monthly and to support Federal Payroll Tax payments, as the software is critical for these financial operations. Trintech, Inc. is the sole developer of the Fiserv Frontier Software, making them the exclusive provider capable of offering the necessary support and updates due to their ownership of the software's intellectual property. Interested parties can contact Corey Atkins at Corey.H.Atkins2@uscg.mil or Denise Davis at Denise.D.Davis@uscg.mil for further information regarding this opportunity.

    Files
    Title
    Posted
    The document outlines a justification for a sole-source procurement by the United States Coast Guard (USCG), specifically for a one-year support contract for Fiserv Frontier Software Licenses from Trintech, Inc. This procurement is necessary because Trintech is the sole developer of the software that the USCG's Aviation Logistics Center (ALC) currently utilizes for reconciling general ledger accounts and supporting Federal Payroll Tax payments. Extensive market research confirmed that Trintech is the only exclusive provider capable of offering the required support and updates due to their ownership of the software's intellectual property and the absence of any comparable software solutions that would meet the USCG's requirements. The document emphasizes that developing alternative software would be uneconomical, and it highlights the government's commitment to exploring other potential sources for future acquisitions after addressing barriers to competition. The contracting officer is required to sign off on this justification to ensure compliance with federal procurement regulations and to endorse the proposed action.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Repair of ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking to procure repair services for critical communication components of the MH-60T and MH-65 aircraft, specifically the ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel. The procurement is intended to ensure operational safety and system integrity, with repairs to be conducted in compliance with Original Equipment Manufacturer (OEM) standards, as Telephonics Corporation is the sole source for these components. The contract will span a base year with two optional one-year extensions, totaling approximately $3.9 million, and is crucial for maintaining the operational readiness of USCG aircraft. Interested vendors must submit their quotations by October 21, 2024, at 2:00 PM Eastern Daylight Time, with inquiries directed to Steven Levie at steven.a.levie@uscg.mil.
    Overhaul of Yaw Trim Servo
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the overhaul of Yaw Trim Servos utilized in the MH-60T aircraft under solicitation number 70Z03824QJ0000392. The procurement involves a sole-source contract anticipated to be awarded to Kearfott Corporation, the Original Equipment Manufacturer (OEM), for the maintenance and evaluation of these critical components, ensuring they meet airworthiness standards and are returned to a Ready For Issue (RFI) condition. This contract is vital for maintaining the operational readiness of U.S. Coast Guard aircraft, which play a crucial role in missions such as search and rescue and environmental protection. Interested parties must submit their quotations by October 16, 2024, with an anticipated award date around November 6, 2024; for inquiries, contact Trenton Twiford at trenton.c.twiford@uscg.mil.
    FSR Support Services and Repair/Overhaul of R391 Propellers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for FSR support services and the repair and overhaul of R391 propellers, specifically for the HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety by contracting GE Aviation Systems LLC, the sole source authorized to provide these critical services due to proprietary data restrictions and the nature of the components involved. The total estimated value of the contract is approximately $29.3 million, structured as an Indefinite Delivery Requirements contract with a one-year base period and four one-year option periods, lasting up to five years. Interested parties must submit proposals by September 18, 2024, with all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil by September 1, 2024.
    CG-4 Mission Support Business Model (MSBM)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is announcing a special notice regarding a contract modification for the Engineering and Logistics Directorate (CG-4). This modification aims to increase the contract ceiling for task order 70Z02321FPLM00200, awarded to Vector CSP LLC, by $3,916,251.73, raising the total ceiling from $12,083,652.00 to $14,775,660.03, with no updates to the Statement of Work. This contract, which was initially awarded on September 23, 2021, is crucial for supporting the logistics and engineering functions of the USCG and is set to expire on September 22, 2026, with a potential extension to March 22, 2027, if the agency exercises its options. Interested parties may contact Yvonne Green or Melony Suber for further information, and responses to this notice must be submitted by October 5, 2024, at 12:00 PM Eastern Standard Time.
    Purchase of Various Items
    Active
    Homeland Security, Department Of
    Sources Sought notice from the DEPARTMENT OF HOMELAND SECURITY's US COAST GUARD seeks information on the availability of various aircraft parts for the MH60T Aircraft. The procurement targets items listed in "Attachment 1 – List of Items"主要用于维修 and maintenance of the USCG's MH60T aircraft. The Coast Guard is conducting market research to identify potential sources, including large or small businesses, their NAICS code, and specific business classifications such as small, emergent, disadvantaged, Hub Zone, Woman-Owned, or Service-Disabled Veteran-Owned. Respondents should also indicate if their products are on a GSA schedule or have been used by other government agencies. The closing date for responses is 25 April 2024 at 2:00pm EDT, and interested parties must email MRR-PROCUREMENT@uscg.mil with the subject line "70Z03824IJ0000032".
    Coast Guard Cutter (WMSLs) Propulsion Control System Upgrades
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services and materials for propulsion control system upgrades on the 418’ Maritime Security Cutter-Large (WMSL) Class vessels, specifically hulls 750 through 758, as well as the Training Center Yorktown platform. The project aims to align the propulsion systems, including hardware and software components, with the configurations of the latest cutter, hull 759, ensuring operational efficiency and compliance with safety and environmental standards. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet and will be conducted on a sole-source basis with Rolls Royce Solutions America Inc., with a performance period anticipated to begin with a solicitation around December 2024 and contract award in early April 2025. Interested parties should submit their capabilities and relevant documentation to the primary contacts, Jaime Diaz and Andrew G. Jacobs, by September 26, 2024.
    CGC ALERT DS2 FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for the FY2025 dockside repairs of the USCGC ALERT (WMEC-630), which is home ported in Cape Canaveral, FL. The procurement aims to identify capable sources for a comprehensive scope of work that includes cleaning, inspecting, and potentially refurbishing various vessel components over a 59-day period starting May 5, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a significant role in maritime safety and security. Interested contractors should respond by September 30, 2024, and provide essential company information, including size classifications and necessary certifications, while ensuring they are registered with the System for Award Management (SAM). For further inquiries, contact Alissa Gavalian at alissa.gavalian@uscg.mil or Kaity George at kaity.george@uscg.mil.
    Various Items
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure various specialized items from Sikorsky Aircraft Corporation under a sole source Basic Ordering Agreement. The procurement includes essential components for the MH-60T aircraft, such as seals, panels, and yaw control boosters, with specific quantities and required delivery dates ranging from August 2024 to November 2025. This acquisition is critical for maintaining the operational integrity and reliability of USCG aviation logistics, as the items are uniquely available from the OEM due to proprietary technical data. Interested parties may submit quotations to Alisha Colson at Alisha.M.Colson@uscg.mil and mrr-procurement@uscg.mil by September 23, 2024, at 2:00 PM EDT for consideration.
    Main Gearbox, Gearbox Assembly, Input Module, Intermediate Gearbox, Tail Rotor Gearbox Accessory Drive Gearbox
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is conducting market research to identify potential sources for various helicopter gearbox components, including the Main Gearbox, Gearbox Assembly, Input Module, Intermediate Gearbox, Tail Rotor Gearbox, and Accessory Drive Gearbox. The USCG seeks suppliers capable of providing these items with traceability back to the Original Equipment Manufacturer, Sikorsky Aircraft Corporation. This sources sought notice is intended for information and planning purposes only, and responses are due by October 3, 2024, at 2:00 PM EDT. Interested parties should contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil, including the reference number 70Z03824IJ0000065 in the subject line.
    Aviation Availability: USCGC ALERT FY25 AA
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC ALERT (WMEC-210B) during fiscal year 2025. The procurement involves a range of maintenance tasks, including cleaning and inspecting aviation fuel tanks, conducting load tests on power supplies, and adhering to environmental regulations and safety protocols throughout the repair process. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with safety and operational standards set by the U.S. Coast Guard. Interested parties should contact Christin Hendrickson at Christin.A.Hendrickson@uscg.mil or 206-815-4330, with the performance period scheduled from January 6, 2025, to February 4, 2025, and a total small business set-aside designation under FAR 19.5.