CASEWARE IDEA SOFTWARE
ID: REQCIO-25-00-042Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF THE INSPECTOR GENERALOFFICE INSPECTOR GENERALWASHINGTON, DC, 20528, USA

NAICS

Software Publishers (513210)

PSC

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

The Department of Homeland Security's Office of Inspector General (DHS-OIG) intends to award a contract on a sole source basis to CaseWare International, Inc. for the procurement of IDEA Software Licenses. This software is crucial for conducting financial and data analysis audits within the DHS OIG, as it is the only proprietary tool that meets their specific requirements for data analytics in financial audit activities. The contract is expected to cover a 12-month period with no options, and interested parties must submit their responses by 10:00 AM ET on April 3, 2025, to the primary contact, Irfan Ayub, at Irfan.Ayub@oig.dhs.gov. Responses should demonstrate the capability to meet the requirements outlined in the notice, as no solicitation will be available for this procurement.

Point(s) of Contact
Files
Title
Posted
The document outlines a Justification and Approval for Procurement Action by the Department of Homeland Security's Office of Inspector General (OIG) regarding the acquisition of CaseWare IDEA software licenses and technical support. The procurement is justified as other than full and open competition due to the unique proprietary nature of the software essential for conducting financial data analysis audits. The previous contract for this software expired on September 30, 2022, prompting the need for a new procurement action. Despite attempts to solicit bids from various vendors through the NASA SEWP GWAC portal, the OIG found that only CaseWare could provide the necessary software and support, as it is proprietary. Efforts to enhance competition included market research requests, but no viable alternatives surfaced. The document indicates that the planned contract will ensure fair pricing based on previous awards. The Justification reinforces that only CaseWare can satisfactorily meet the specific needs related to financial audits required by the OIG. Future procurement of this software is not anticipated, indicating a reliance on this proprietary source for necessitated audit functions.
Lifecycle
Title
Type
CASEWARE IDEA SOFTWARE
Currently viewing
Special Notice
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.
Pitchbook Software Licenses
Buyer not available
The Defense Counterintelligence and Security Agency (DCSA) intends to award a sole source purchase order for Pitchbook Software Licenses to Pitchbook Data Inc. This procurement aims to provide software access that enables users to search extensive private and public company data, including company profiles, deal data, market intelligence, and advanced search capabilities. The software is crucial for enhancing workflow efficiency and data visualization in the context of defense counterintelligence and security operations. Interested vendors must submit evidence of their capability to compete by 8:00 a.m. Eastern Time on April 18, 2025, as the government reserves the right to proceed with the award without further notice if no competitive responses are received.
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.
NOI to Sole Source - Qiagen IPA Analysis Match Software.
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract to Qiagen LLC for the procurement of Qiagen IPA Analysis Match Software. This software is crucial for the U.S. Army Medical Research Institute of Infectious Diseases as it facilitates the analysis and integration of complex biological data, including gene expression and proteomics, and is necessary for renewing five existing software licenses. Qiagen LLC is uniquely positioned to fulfill this requirement due to its proprietary capabilities and extensive knowledge database, which are essential for biomarker discovery in funded projects. Interested vendors may submit capability statements by April 21, 2025, to the designated contacts, Grant Gratton and Jayme Fletcher, via email, as no solicitation document will be issued.
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).
Purchase of Annual Software Maintenance and Support of CaPS Software for the HC-27J Aircraft
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure annual software maintenance and support for the CaPS software used in the HC-27J Aircraft. This procurement involves a sole source purchase from the Original Equipment Manufacturer, CarteNav Solutions Inc., for two annual maintenance and support plans, which are critical for ensuring the operational readiness and technical support of the aircraft systems. The contract is anticipated to be awarded pending the availability of funds, with a closing date for submissions set for April 17, 2025, at 4:00 PM EST. Interested vendors are encouraged to contact Allison T. Meads at allison.t.meads@uscg.mil for further details and must comply with specific shipping terms and federal regulations outlined in the solicitation documents.
Notice of Intent to Sole Source to Enterprise Management Solutions (EMS)
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to Enterprise Management Solutions (EMS) for the renewal and support of Prephix software subscriptions. This procurement aims to secure a user subscription license for Prephix updates and new features, along with one year of help desk support, which includes up to 40 hours of customer assistance. The contract is crucial for maintaining the operational capabilities of the software used by the Navy, ensuring continued access to essential updates and support services. Interested vendors must respond to this notice by 5:00 PM EST on April 16, 2025, and must be registered in the System for Award Management (SAM) to participate in the procurement process. For further inquiries, contact Jessica B. Lawless at jessica.b.lawless.civ@us.navy.mil or by phone at 843-218-4520.
LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
CMPRO Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software exclusively from Professional System Associates, Inc. This procurement is justified as a sole-source acquisition due to CMPRO being the only tool that meets the Navy's specific cybersecurity and operational requirements for the Unmanned Influence Sweep System (UISS) and Littoral Combat Systems. The contract will be awarded as a firm fixed-price purchase order, with interested parties invited to submit capabilities statements by 11:59 AM on April 15, 2025, to assess the potential for competitive procurement. Inquiries regarding this opportunity can be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil.
FY25 VMware Enterprise Software Maintenance BNJ
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking to renew VMware Enterprise software licenses and maintenance support as part of its FY25 procurement efforts. This requirement is based on the need for specialized software that is only available from a single manufacturer, justifying an exception to fair opportunity regulations under FAR 16.505. The procurement will utilize NASA's Solutions for Enterprise-Wide Procurement (SEWP) V contract, ensuring competition among certified resellers while maintaining compliance with competitive acquisition standards. Interested parties should note that the anticipated costs will be evaluated for fairness and reasonableness, and further market research will be conducted for future software needs.