Notice and Posting of LSJ
ID: 5000200743Type: Special Notice
Overview

Buyer

TREASURY, DEPARTMENT OF THEINTERNAL REVENUE SERVICE

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - COMPUTE: MAINFRAME (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 28, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 28, 2024, 12:00 AM UTC
  3. 3
    Due Jan 28, 2025, 10:30 PM UTC
Description

The Department of the Treasury, specifically the Internal Revenue Service (IRS), has issued a special notice regarding the award of a delivery order for the SYSTRAN Translate Server 10 (STS10) and its maintenance services to Systran Software, INC., on a sole-source basis. This procurement is necessitated by the IRS's unique requirement for a high-volume translation solution that can efficiently process large quantities of data, which is critical for investigations related to international tax and money laundering crimes. The justification for this limited-source acquisition is based on the proprietary nature of the software and the vendor's unique capabilities, as confirmed by market research conducted from November 2023 to April 2024. For further inquiries, interested parties may contact Mach Ngo at mach.ngo@irs.gov.

Point(s) of Contact
Files
Title
Posted
Dec 28, 2024, 11:04 PM UTC
The document outlines a Limited-Sources Justification by the IRS Criminal Investigation Division (CI) for contracting with Systran Software, INC to acquire the SYSTRAN Translate Server 10 (STS10) and its maintenance services. The need for this acquisition arises from a unique requirement for a high-volume translation solution capable of processing large data quantities swiftly, essential for effectively investigating international tax and money laundering crimes. Systran is the only vendor capable of providing the proprietary software necessary for this task, which has been corroborated by market research conducted from November 2023 to April 2024. The justification indicates this limited-source acquisition is warranted under FAR 8.405-6(a)(1)(i)(B) due to the uniqueness of the services required. The Contracting Officer also determined that this proposal represents the best value for the government based on pricing and necessary features. Future acquisitions will seek competition as new vendors emerge, showing a commitment to transparency and improved sourcing in government contracts.
Lifecycle
Title
Type
Notice and Posting of LSJ
Currently viewing
Special Notice
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.
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.
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.
Executive Office for Immigration Review Interpretation Services
Buyer not available
The Department of Justice, through the Executive Office for Immigration Review (EOIR), is seeking contractors to provide comprehensive interpretation services, including on-site, telephonic, Video Remote Interpretation (VRI), and written transcription/translation for immigration court proceedings across the United States and its territories. These services are critical for facilitating effective communication during immigration hearings, ensuring that non-English speakers receive fair access to justice. The contract is expected to span a base period from September 1, 2025, to August 31, 2026, with a total funding amount of up to $700 million over the full term, including six additional option periods. Interested parties can contact Allison Polizzi at allison.j.polizzi@usdoj.gov or Pamela F Pilz at pamela.f.pilz@usdoj.gov for further details.
Notice of Intent to Award Sole Source - Universal Currency Authentication Sensor 3 (UCAS3) and GemVision Currency Sensor (UCAS3) Sensors
Buyer not available
The Bureau of Engraving and Printing (BEP) intends to award a sole source contract to Authentix, Inc. for the procurement of six Universal Currency Authentication Sensor 3 (UCAS3) and six GemVision Currency Sensor (GVCS) sensors. This procurement is essential for ensuring the integrity and reliability of currency authentication processes, as these sensors are critical for the agency's operations. The contract will be awarded on a noncompetitive basis under the authority of 41 U.S.C. 3304(a)(1), and interested parties who believe they can meet the requirements are invited to submit their capabilities by May 16, 2025. Responses must be sent via email to Naweed Nezam and Jeremy Boggs, and all interested entities must be registered in the System for Award Management (SAM) to be considered.
Quicksilver III Notice of Intent to Award Sole Source
Buyer not available
The Department of the Treasury's Bureau of Engraving and Printing (BEP) intends to award a sole-source contract to SICPA Secureink Corp. for the continued research and development of overt security features for U.S. currency. This contract, valued at approximately $59.5 million over five years, aims to integrate proprietary optical technologies developed in previous phases into new banknote designs, enhancing their security against counterfeiting. The necessity of utilizing SICPA arises from their exclusive rights to the unique technologies required, confirming that no other sources can fulfill the agency's specific needs. For further inquiries, interested parties may contact Victoria Kennedy at victoria.kennedy@bep.gov.
Worldwide Passenger Air Travel Data Database
Buyer not available
The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking information regarding the procurement of a centralized database for worldwide passenger air travel data. The IRS Criminal Investigations Division aims to identify potential data providers who can supply aggregated and searchable datasets, distinct from personally identifiable information (PII), to enhance their analytical capabilities. This Request for Information (RFI) is intended for planning purposes only and does not guarantee a future Request for Proposal (RFP); interested parties are encouraged to submit their capabilities documents via email to Adam R. Billmeier by April 25, 2025, at 4:30 PM EST. For further inquiries, respondents can reach out to the primary contact at the provided email or phone number.
Sole Source Special Notice for Maintenance and Service, Including all Parts and Labor, for one Rapiscan Systems Gemini X-ray System used in DOT’s Security-Screening-Process in D. C. Buildings
Buyer not available
The Department of Transportation (DOT) intends to award a sole-source contract to Rapiscan Systems, Inc. for the maintenance and service of a Gemini X-ray system utilized in the security screening process at DOT Headquarters in Washington, D.C. This contract will cover all necessary parts and labor, with an estimated annual value of approximately $10,600, and is expected to span from April 1, 2025, to March 31, 2030. The Gemini X-ray system employs proprietary Z-Backscatter technology, which is critical for detecting low atomic number materials that may pose security threats, necessitating that only certified personnel perform maintenance to avoid warranty voids and ensure safety. Interested parties may submit a Statement of Qualifications to challenge the sole-source decision by April 25, 2025, and should direct inquiries to James Mowery at james.mowery@dot.gov.
Notice of Intent to Sole Source
Buyer not available
The Department of the Treasury, specifically the Bureau of Engraving and Printing, has issued a Notice of Intent to Sole Source for the procurement of a Micro-Optic Stripe (MOS) feature to be applied to Type VI distinctive currency paper. This specialized feature is crucial for enhancing the security of the Catalyst Family Design Federal Reserve Note, ensuring that it is accurately registered with distinctive substrate watermarks during the paper-making process. The intended contractor for this project is Crane and Company Inc., and interested parties who believe they have the necessary technical capabilities are encouraged to submit documentation by 3:00 p.m. EST on April 25, 2025. All responses must be sent via email to the designated contacts, Benjamin Demeter and Chad Underwood, and interested parties must be registered in the System for Award Management (SAM) to participate.
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.