SPECIAL NOTICE
D -- Notice of Intent to Sole Source - Comprehensive Financial Investigative Solution (CFIS) Deluxe
- Notice Date
- 6/10/2025 10:54:07 AM
- Notice Type
- Special Notice
- NAICS
- 513210
—
- Contracting Office
- OFFICE OF INSPECTOR GENERAL WASHINGTON DC 20005 USA
- ZIP Code
- 20005
- Solicitation Number
- 15G1AC25N00000003
- Response Due
- 6/13/2025 1:00:00 PM
- Archive Date
- 06/28/2025
- Point of Contact
- Johao Stewart, Phone: Email only, please.
- E-Mail Address
-
johao.stewart@usdoj.gov
(johao.stewart@usdoj.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Department of Justice (DOJ), Office of the Inspector General (OIG) intends to negotiate on a sole source basis with Actionable Intelligence Technologies, Inc. (AIT), utilizing a Federal Supply Schedule order procurement tool for a Firm Fixed-Price (FFP) contract. The purpose for this FFP contract is to establish a task/delivery order for a base period, along with four option periods, that will continue to provide the DOJ OIG the ability to access Comprehensive Financial Investigative Solution (CFIS) Deluxe. The application supports the OIG in completing its investigations in an efficient manner. The NAICS code for this contract action is 513210 - Software Publishers (SBA Size Standard: $47.0 Million). The Product Service Code for this action is DA10 - IT and Telecom - Business Application/Application Development Software as A Service. Based on market research, DOJ OIG has deemed that the items for the requirement being sought will need to be procured through AIT. The OIG requires a financial investigative system that performs rapid assembly and data capture of voluminous financial records. CFIS is the only software with this capability. CFIS has the capability to recognize over 20 different document types and 11,500+ document formats (including bank and financial statements in multiple languages and currencies, phone records, invoices, etc.). And, by linking documents together, CFIS can present analyzed data in numerous ways, such as, graphic visualization of transaction patterns, flow of funds, link analysis of transaction & support documents and color-coding chronologically combined accounts into one report. Comprehensive Financial Investigative Solution (CFIS) software is proprietary to Actionable Intelligence Technologies, Inc. (AIT). AIT is the only source for CFIS Deluxe Enterprise license. It is recommended that the requirement be procured via a Federal Supply Schedule order sole source Federal Supply Schedule order, utilizing authority found in FAR 8.405-6(a)(1)(i)(B). This notice of intent is not a request for quotations; Interested parties may express their interest by providing a capabilities statement no later than Friday, June 13, 2025 at 4:00 pm ET. The capabilities statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required equipment. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered. When responding to this announcement, respondents should refer to Announcement 15G1AC25N00000003. If by Friday, June 13, 2025 at 4:00 pm ET, no viable responses have been received in response to this announcement, DOJ OIG shall negotiate solely with Actionable Intelligence Technologies, Inc. Any prospective contractor must be registered in the System for Award Management (SAM), offer a product with the equivalent or additional features, or be an authorized distributor of Actionable Intelligence Technologies, Inc products in order to be eligible for award. Interested parties are encouraged to furnish information. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contracting Officer, Johao Stewart by email at johao.stewart@usdoj.gov. The capability documentation should include general information and specific technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements, including proof of training and certification for performing service support for the Actionable Intelligence Technologies, Inc manufactured equipment and/or services, as well as an authorized distributor letter from Actionable Intelligence Technologies, Inc should be submitted if you are not the manufacturer.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/83571a1e879944b5b369485949d07536/view)
- Place of Performance
- Address: Washington, DC 20002, USA
- Zip Code: 20002
- Country: USA
- Zip Code: 20002
- Record
- SN07471487-F 20250612/250610230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |