SOURCES SOUGHT
70 -- RFI - DOJ CGI Momentum Financial & Acquisition Software Alternatives
- Notice Date
- 4/16/2025 8:56:01 AM
- Notice Type
- Sources Sought
- NAICS
- 513210
—
- Contracting Office
- JMD-PROCUREMENT SERVICES STAFF WASHINGTON DC 20530 USA
- ZIP Code
- 20530
- Solicitation Number
- JMDPSS-250416
- Response Due
- 5/6/2025 9:00:00 AM
- Archive Date
- 05/21/2025
- Point of Contact
- Cindy L. Gold, Phone: 2025980002
- E-Mail Address
-
Cindy.L.Gold2@usdoj.gov
(Cindy.L.Gold2@usdoj.gov)
- Description
- Description DISCLAIMER: THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT OR A GUARANTEE THAT ONE WILL BE ISSUED IN THE FUTURE. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY. Section I: Introduction The Department of Justice (Department or DOJ) is issuing this Request for Information (RFI) as part of our comprehensive market research to further identify and evaluate viable, enterprise-wide alternatives that have been approved by the Financial Management Quality Service Management Office to CGI Federal products listed in Section III of this RFI. Responses to this RFI will directly inform DOJ�s future acquisition strategy. The DOJ is reviewing the marketplace to proactively examine all available options to ensure that the Department�s technology investments deliver maximum value, flexibility, and innovation today, and into the future. This effort represents an active exploration of alternative solutions that can meet or exceed current requirements while considering a shift away from long-standing single-vendor dependencies. Respondents are encouraged to submit detailed, comprehensive responses showcasing competitive solutions, enterprise-scale capability, and readiness to support DOJ�s evolving financial and acquisition system�s needs. All information submitted will become Government property and will not be returned. Interested parties should appropriately mark proprietary, restricted, or competition-sensitive information. Section II: Primary Objectives The DOJ�s primary objective in issuing this RFI is to identify and evaluate alternatives to the CGI-Federal�s Momentum Acquisitions Plus, Momentum Financial Plus, and other Momentum ancillary software bundles running on an Oracle database via an Amazon Web Services (AWS) platform. These license bundles represent tightly integrated ecosystems, and the DOJ seeks to better understand whether industry-leading alternatives can deliver comparable or superior enterprise functionality while offering greater flexibility, innovation, and cost efficiency. Section III: Sample Momentum Environment in Use: Momentum Environment: Enterprise License/Maintenance, Limited to 17,500 users both named and active for all DOJ organizations. Common products in both Momentum Acquisition Plus and Momentum Financial Management Plus: Momentum Planning, which provides tracking and management of operating plans Momentum Purchasing, which provides life-cycle management of pre-commitment transactions to receipt Momentum Accounts Payable, which provides recording of account payable activities Momentum Workflow, a rules-based routing, approval, and event handling in Momentum Momentum Acquisition Plus Management Suite License/Maintenance specific products: Momentum Contracts Management, used to manage the federal procurement life cycle Momentum Financial Management Plus Suite License/Maintenance specific products: Momentum Budget Execution, used to monitor and control federal budget execution Momentum Credit Card, used to manage and reconcile credit card activities Momentum Automated Disbursements provides disbursement of funds Momentum Accounts Receivables provides the management of accounts receivables Momentum General Ledger, where processed activities are stored in a Momentum External Reports, used to generate federal-specific reports such as the SF-133 Momentum GRPA/Work Counts, used to measure work performed with your agency Momentum Ancillary License/Maintenance products: Momentum Performance Budgeting provides budget preparation and management Momentum CCR/SAM Connector provides the ability to integrate SAM vendors into the Momentum platform Momentum Fixed Assets, used to track and managed fixed assets and other controlled property Momentum Project Cost Accounting, used to track revenues and costs related to projects Momentum Travel Accounting, used to track and manage travel-related activities Momentum Vendor Self-Service provides an online platform where agencies and vendors can participate in various acquisition activities such as solicitation posting, vendor solicitation responses, award/order postings, invoice submission, tracking payments, and vendor performance. Momentum Reports Portal provides users with a single location to generate and manage Momentum reports Section IV: DOJ Evaluation Approach for Alternatives The DOJ does not expect a one-for-one match with the products/features listed above. Instead, the DOJ is interested in: Understanding what each proposed solution or combination of solutions can do. Identifying potential gaps compared to our sample license bundles. Exploring the possibility of leveraging multiple technologies to deliver comparable capabilities through best-of-breed approaches. Exploring the availability and benefits of AI capabilities as part of a unified offering. Receiving recommendations on how to integrate and operationalize alternative solutions at scale. Section V: Vendor Response Request for Alternatives (10 pages or less) For each product/feature area listed above, please: Indicate whether your solution or combination of solutions offers comparable functionality. If there is no direct match, describe how your offering addresses the underlying business requirement or mitigates the gap through alternative tools or services. Highlight innovative products/features or differentiated value, including integrated AI, that your solution provides beyond the sample license bundle ecosystem noted above. If integration across multiple products is required, outline how seamless the integration would be, and provide examples of large-scale enterprise deployments. The DOJ is highly interested in creative, flexible, and enterprise-ready alternatives, including modular or hybrid approaches that may outperform the sample license bundle model in key areas such as security, cost-effectiveness, end-user experience, and innovation. Transition Strategy and Flexibility Requirements (15 pages or less): The DOJ recognizes that transitioning from a long-standing single-vendor enterprise environment to an alternative solution requires careful planning, thorough testing, and phased implementation to ensure operational continuity and minimal disruption. Respondents are requested to provide a detailed transition plan that includes the following: Proposed Transition Strategy: Approach for transitioning from CGI Federal Momentum licenses to the proposed alternative solution. Recommendations for pilot programs, phased rollouts, and parallel operations to support testing and validation prior to full deployment. Recommendation for providing operations & maintenance (O&M) for the proposed alternative solution. Strategies for mitigating end-user disruption and ensuring sustained productivity. Approach for end-user training, knowledge transfer strategies, and support mechanisms during and after transition. Flexibility and Collaboration: Description of how your company will work with the DOJ to adjust timing, scope, and milestones based on evolving agency needs and operational readiness. Willingness to collaborate on an extended transition timeline, if necessary, to accommodate comprehensive testing, security validation, and stakeholder feedback. Cost Flexibility: Options for flexible pricing models or cost structures that support staggered deployment and extended transition activities, as well as minimizing duplication of costs during a transition. Cost considerations for pilot phases, early testing environments, and scaling strategies. Terms and Conditions: Sample terms and conditions that speak to available pricing structures, payment schedules, increase/decrease license flexibilities, and ordering structure of available contract vehicles. Vendor Information (2 pages or less): Contractor Legal/DBA Name: Address and Website: UEI Number: Cage Code: Facility Clearance (if applicable): Applicable NAICS Codes: Company Business Size (as applicable): Number of years in business Points of Contact(s) (Please include Name, Email, and Phone Number) List of Existing Government Ordering Vehicle(s). (example: GSA Schedule and GWACs): Case Studies (not to exceed 4 pages): Respondents are requested to provide, as an attachment, at least one example of a successful large-scale transition from a Momentum-based solution to an alternative solution, including challenges encountered and how they were addressed. Response Guidelines and Deadline: There will be no question-and-answer period. Information provided in response to this RFI shall be submitted in accordance with the following instructions: Portable document format (PDF) or Microsoft Word Calibri 12-point-font size, 8� x 11-inch pages Responses shall be submitted via email. Emails cannot exceed 10mb Subject line of the Email shall include �Notice JMDPSS-250418 - (Firm Name)�. If your response contains proprietary information, place a notice of Proprietary Information after the Notice Number and mark submissions as �Proprietary Information� as applicable. No marketing materials are allowed as part of this Notice. It is the respondent�s responsibility to verify that the Department received and can view the email. Responses are due no later than 6 May 2025 at 12 PM EST via email to the following: Cindy.L.Gold2@usdoj.gov. Post-RFI Phase: Based on the results of this market research, the DOJ may issue future RFIs, RFQs, or RFPs via SAM.gov. It is the responsibility of interested parties to monitor SAM.gov for updates. No hard copies will be provided. All procurement documentation will be available electronically if a solicitation is issued.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/53fe0918ad174158a252333539cbde13/view)
- Place of Performance
- Address: Washington, DC 20002, USA
- Zip Code: 20002
- Country: USA
- Zip Code: 20002
- Record
- SN07411802-F 20250418/250416230055 (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 |