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
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.
Professional Services and Software Licenses
Buyer not available
The Drug Enforcement Administration (DEA) intends to negotiate a sole-source contract with BAE Systems for the acquisition of professional services and software licenses. This procurement aims to fulfill specific operational requirements essential for the DEA's mission, with the selected vendor expected to provide necessary expertise and software solutions. The acquisition will be conducted under the FAR Part 13 "Simplified Acquisition Procedures," and the NAICS Code applicable to this requirement is 334290. Interested vendors who believe they can meet the DEA's needs are invited to submit capability statements by April 25, 2025, at 10:00 AM EST, via email to Robert A. Jones at robert.a.jonesjr@dea.gov. Please note that this notice is not a request for competitive quotations, and a Justification for Sole Source will be posted 14 days after the award.
detection hardware and software licenses
Buyer not available
The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking to negotiate a sole source procurement for the renewal of detection hardware and software licenses, along with an annual maintenance agreement, from Dedrone Defense Inc. This procurement is critical for maintaining the DEA's capabilities in detection technology, which plays a vital role in their operations against drug-related activities. Interested vendors who believe they can meet the requirements are invited to submit a capability statement by April 24, 2025, at 10:00 AM Eastern Standard Time (EST), with submissions directed to Sonya Maxwell at sonya.l.maxwell@dea.gov. The anticipated award will be a firm fixed-priced purchase order, and the procurement will follow the FAR Part 13 Simplified Acquisition Procedures.
End-to-End Software Development
Buyer not available
The Department of Homeland Security, specifically the U.S. Secret Service, is seeking information through a Request for Information (RFI) regarding the development and modernization of its end-to-end human resources (HR) systems. The primary objectives include creating a comprehensive recruiting solution, managing job postings, enhancing candidate communication via SMS and email, and automating onboarding processes, along with capabilities for data analytics and document management related to hiring and employee relations. This initiative is crucial for streamlining HR operations while ensuring compliance with federal regulations. Interested parties must submit their responses by April 28, 2025, in an unclassified format not exceeding 10 pages, and should direct inquiries to John Akin at john.akin@usss.dhs.gov or Shauntynee Penix at shauntynee.penix@usss.dhs.gov.
RFI for FingerPrint Segmentation Software and Capture Analysis (FSSCA)
Buyer not available
The U.S. Department of Homeland Security, through the Customs and Border Protection (CBP), is issuing a Request for Information (RFI) for the development of fingerprint segmentation software and capture analysis. This software is intended to enhance the processing of grayscale captured fingerprint slap images, focusing on functionalities such as bounding box generation, quality analysis, handedness detection, and adaptability to various fingerprint qualities for identity verification and traveler registration at CBP entry points. The RFI is a preliminary step to gather vendor input and does not constitute a commitment to contract; responses are due by April 30, 2025, and interested parties should direct inquiries to Lanette M. Barnes or Claire A. Hamilton via their respective emails.
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.
Renewal of HighBond Audit Essentials Solution Software
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew its subscription for the HighBond Audit Essentials Solution Software, a proprietary tool essential for Governance, Risk Management, and Compliance (GRC) processes. This procurement involves a Firm-Fixed-Price purchase order for software and licenses that enhance audit management capabilities, including 12 professional user licenses and 25 business user licenses, which are critical for maintaining compliance with federal regulations. The HighBond software centralizes audit responses and artifacts, thereby improving system security and streamlining audit processes across NIH. Interested parties must submit a capability statement by April 28, 2025, and can contact Ryan K. Alexander at ryan.alexander@nih.gov for further information.
Information Analysis Directorate Advisory and Assistance Services
Buyer not available
The Department of Homeland Security (DHS) is seeking Advisory and Assistance Services (A&AS) to support its Countering Weapons of Mass Destruction (CWMD) Office's Information Analysis Directorate (IAD). The objective of this procurement is to provide comprehensive administrative, programmatic, systems engineering, and scientific support services aimed at addressing chemical, biological, radiological, and nuclear (CBRN) threats, including tasks such as biosurveillance analysis and threat detection. This initiative is crucial for enhancing national security through proactive threat analysis and collaboration with federal, state, and local partners to improve information sharing and operational efficiency. Interested parties can contact Benjamin Simmons at Benjamin.Simmons@hq.dhs.gov for further details, with the contract structured for a one-year base term and four potential extensions, primarily executed at DHS facilities in Washington, D.C.
U.S. Customs and Border Protection (CBP) Laboratory & Scientific Services (LSS) Forensic Laboratory Information Management System (FLIMS)
Buyer not available
The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is seeking proposals for a Forensic Laboratory Information Management System (FLIMS) to enhance its Laboratory and Scientific Services (LSS). The procurement aims to establish a comprehensive system that supports evidence tracking, case management, and compliance with federal security standards, thereby improving operational efficiency in forensic laboratory operations. This initiative is critical for ensuring the integrity of forensic processes and meeting legal scrutiny in handling controlled substances and digital forensics. Interested vendors must submit their proposals by April 23, 2025, and can direct inquiries to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov.
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.