INTEGRITY IT Services
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: Jan 31, 2025 01:32 pm EST
- Original Response Date: Feb 07, 2025 12:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Feb 22, 2025
- Initiative:
Classification
- Original Set Aside:
- Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
- NAICS Code:
- 541511 - Custom Computer Programming Services
- Place of Performance: DC 20024USA
Description
Special Notice: Intent to Sole Source
Office of Government Ethics – INTEGRITY IT Services January 31, 2025 Contracting Office: Bureau of the Fiscal Service, 200 3rd St Parkersburg, WV 26101 SS-OGE-25-039
Upon final approval, the Bureau of the Fiscal Service, on behalf of the Office of Government Ethics (OGE) in Washington, D.C. intends to make an award on a sole source basis to TCG, Inc., 7348 Georgia Ave NW, Washington, D.C. 20012, under NAICs code 541511 for software services related to operations, development, and maintenance support for the INTEGRITY Public Financial Disclosure System.
INTEGRITY.gov was launched in 2015 to provide a secure, web-based system through which individuals may file executive branch public financial disclosure reports and ethics officials to assign, review and manage reports electronically. OGE has a continuous need for operations, maintenance, execution, and continuous improvement of the INTEGRITY system.
After conducting Market Research, it has been concluded the current service provider possesses unique, specialized expertise in Executive Branch Ethics requirements and computer programming experience. Due to the Presidential Transition and the annual financial disclosure filing requirements, selecting a service provider without direct experience with Federal Financial Disclosure requirements and the Stop Trading on Congressional Knowledge (STOCK) Act would be detrimental to the President’s ability to fill Senior Executive level positions, the Executive Branch as a whole, and the Public’s right to access timely filed Public Financial Disclosure. Per FAR 6.302-1(a)(2)(ii)(A), a new Contract provider would lead to a substantial duplication in costs, onboarding costs, and costs in educating new contract staff on Executive Branch Ethics requirements. Per FAR 6.302-1(a)(ii)(B), changing service Contract providers during a Presidential Transition year would also lead to unacceptable delays in filing OGE’s requirement for public financial disclosures.
The award will have a total Period of Performance from 06/08/2025 – 06/07/2028, inclusive of one (1) 12-month base period and two (2) 12-month option periods.
NO SOLICITATION IS AVAILABLE. A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Special Notice. Telephone responses or inquiries to this Special Notice will not be accepted.
All responsible sources shall submit a capability statement, which shall be considered by the agency. Fiscal Service will consider responses received no later than February 7, 2025, at 12:00 p.m. EDST. Responses shall be submitted electronically to purchasing@fiscal.treasury.gov, SS-OGE-25-039 /Attn: Kay MacDonald – Gregory Johnson. Responses must include sufficient evidence that clearly shows your company is capable of providing the requirement described in this notice, particularly the salient characteristics noted above. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no written response is received by the aforementioned deadline that clearly demonstrates an ability to meet all requirements, and that is more advantageous to the Government, Fiscal Service will make award on a sole source basis to TCG, Inc.
Qualified Contractors must provide the following:
1. The name and location of your company, contact information, and identify your business size (Small Business, Small Disadvantaged Business, 8(a), Service Disabled Veteran Owned Small Business, HUBZone, Women Owned Small Business, Other than Small Business etc.).
2. Please ensure contact information includes the name of the point of contact, email address, and telephone number, should the Government have questions regarding individual responses.
2. UEI Number registered in SAM.gov.
3. Specific details of the product(s) that your company offers in regard to this notice.
4. Whether your content is available through a Government contract vehicle or Open Market.
5. A brief capabilities statement (not to exceed 5 pages) that includes a description of your company's standard line of business, as well as a list of customers to whom your company currently provides the specific required content.
The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered:
.bat, .cab, .cmd, .com, .cpl, .dot, .dotx, .exe, .hqx, .hta, .mim, .mp3, .mp4, .pif, .rar, .scr, .vbs, .uu, .uue, .vbs, .wsf, xxe,.wmv, html, mhtml, and .zip files
The allowable Microsoft Office and Adobe PDF file types as follows:
Microsoft Office (.doc, .docx, .xls, .xlsx, .ppt, .pptx) and Adobe PDF (.pdf) are acceptable.
Responses may not exceed 5 pages (single spacing, 12 point font minimum).
No other information regarding this Special Notice will be provided at this time.
Attachments/Links
Contact Information
Contracting Office Address
- 200 THIRD STREET
- PARKERSBURG , WV 26101
- USA
Primary Point of Contact
- Kay MacDonald
- purchasing@fiscal.treasury.gov
Secondary Point of Contact
- Gregory Johnson
- purchasing@fiscal.treasury.gov
History
- Feb 22, 2025 11:55 pm ESTSpecial Notice (Original)