SPECIAL NOTICE
70 -- Intent to Award Sole Source Modification - Unison PRISM order
- Notice Date
- 9/22/2025 7:43:25 AM
- Notice Type
- Special Notice
- NAICS
- 513210
—
- Contracting Office
- BUREAU OF THE FISCAL SERVICE
- ZIP Code
- 00000
- Solicitation Number
- SS-ARC-25-076
- Response Due
- 10/22/2025 9:00:00 AM
- Archive Date
- 11/06/2025
- Small Business Set-Aside
- NONE No Set aside used
- Description
- INTENT TO SOLE SOURCE UNITED STATES DEPARTMENT OF THE TREASURY, BUREAU OF THE FISCAL SERVICE UNISON PRISM ACQUISITON MANAGEMENT SYSTEM SS-ARC-25-076 Under the authority of FAR 6.302-1 and in alignment with Treasury Class Deviation No. 2025-00010 (implementing the RFO FAR Part 6 model text, Competition Requirements, �6.103-1 Only One Responsible Source, and �6.104 Justification and Approval), the United States Department of the Treasury, Bureau of the Fiscal Service (Fiscal Service) intends to modify task order 2033H622F00156 with Unison Software, Incorporated, 21251 Ridgetop Circle, Suite 100, Dulles, VA 20166 for the Unison PRISM Acquisition Management System (contract writing system). The purpose of this sole source modification is to incorporate supplemental PRISM licenses and support services and supports the Department of Treasury goal of uniting all Treasury contracting professionals under a single contract writing system. Estimated Value: The anticipated value of this modification is $21,338,873.00, disclosed per RFO 2025 and Treasury Deviation No. 2025-00016 (FAR Part 5, Publicizing Contract Actions, posting requirements in Table 5-1). Fiscal Service will consider written responses received no later than 12:00pm ET on Wednesday, October 22, 2025, to purchasing@fiscal.treasury.gov. Responses shall reference �SS-ARC-25-076, ATTN: JJ/MW� in the subject line of the e-mail response, and responses shall include clear and sufficient evidence that clearly shows the qualified contractor is capable of providing a commercially available off-the-shelf (COTS) product and services that will satisfy Fiscal Service�s needs. If no written response is received, or a response is received that clearly and sufficiently does not demonstrate the qualified vendor�s ability to meet all Fiscal Service�s needs for a contract-writing system by the aforementioned deadline, Fiscal Service will make award on a sole-source basis to Unison Software, Incorporated. Please see Appendix A of this posting for Fiscal Service�s sole-source rationale. Qualified vendors shall provide the following information: 1. Company name and location, contact information, and business size (large business, small business, small disadvantaged business, 8(a), service-disabled veteran-owned small business, woman-owned small business, economically-disadvantaged woman-owned small business, HUBZone, etc.) based on NAICS code 513210 (formerly 511210, size standard $41.5 million). Qualified vendors shall ensure that contact information includes the name, e-mail address, and telephone number of their points of contact, should the Government have questions regarding individual responses. 2. UEI Number. 3. Specific details of the product(s) that your company offers regarding this notice. 4. Whether the qualified vendor�s products and services are available through a Government contracting vehicle or via open market; if the products and services are available through a Government contracting vehicle, the qualified vendor shall provide the name of the Government contracting vehicle and the contractor�s contract/schedule number on such a vehicle. 5. A capabilities statement, not to exceed five (5) pages, that includes a description of the company's standard line of business and as a list of customers to which the qualified contractor provides the products and services described in this notice. Fiscal Service cannot accept, and will not consider, documents and application materials that are submitted with the following file extensions: .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 Microsoft Office-compatible non-macro-enabled documents are acceptable. ADDITIONAL INFORMATION REGARDING THIS NOTICE IS NOT AVAILABLE. A SOLICITATION IS NOT AVAILABLE. A REQUEST FOR MORE INFORMATION WILL NOT BE CONSIDERED AN AFFIRMATIVE RESPONSE TO THIS NOTICE. TELEPHONE RESPONSES OR INQUIRIES REGARDING THIS NOTICE WILL NOT BE ACCEPTED. This notice does not restrict the Government to an ultimate acquisition approach. All vendors responding to this notice are hereby advised that their responses DO NOT constitute requests that will be considered for contract award. If the Government decides to go forward with a solicitation, interested parties shall respond separately to the solicitation in accordance with the terms and conditions of such a solicitation. APPENDIX A � RATIONALE FOR INTENT TO SOLE SOURCE UNITED STATES DEPARTMENT OF THE TREASURY, BUREAU OF THE FISCAL SERVICE The proposed products identified in this Intent to Sole Source posting have the following salient functional or performance characteristics that satisfy the Government�s needs. Based on market research conducted between [dates], including review of GSA Advantage, NASA SEWP, and consultation with other civilian agencies, no other products provide the required PRISM-Oracle integration and AI-enabled modules. This summary is included in accordance with FAR Part 10 (Market Research) and Treasury Class Deviation No. 2025-00010 (Part 6, Competition Requirements): 1. PRISM supports an ARC-created custom bidirectional middleware solution that transfers data to and from ARC�s Oracle Federal E-Business Suite solution. 2. PRISM supports a custom bidirectional solution that integrates PRISM with Oracle�s manufacturing modules to support customer manufacturing functions. 3. PRISM supports API integrations to migrate customer requisition, award and supporting documentation into the ARC PRISM solution. 4. PRISM supports the need to segregate customer data by Federal agency, which allows Fiscal Service to provide a shared-services solution for multiple Federal agencies in one database. The data from multiple customers resides in this single database; segregation of the data by agency allows multiple agencies to be set up in the database while simultaneously limiting data access to the data owner. 5. Editable fields allow freeform data entry of FPDS-NG document information for documents created and reported outside of ARC PRISM. 6. The system integrates the Oracle Business Intelligence Enterprise Edition (OBIEE), an external reporting tool, to generate reports from both PRISM and Oracle Federal E-Business Suite databases as separate or combined data. 7. The system supports the ability to designate whether the commitment/obligation amount will integrate with ARC�s Federal E-Business Suite solution or a customer�s external financial system. 8. PRISM has a developed Web service that allows the import and approval of customer requisition data. 9. The system supports the export of customer award data from PRISM to the customer�s external financial system. 10. PRISM supports inspection-required functionality starting at the Oracle Manufacturing modules and continuing through the full procure-to-pay lifecycle. 11. PRISM will restrict the user from entering multiple manufacturing Unit Product Codes (UPCs) on a single award. 12. PRISM supports integration with the Federal Oracle E-Business Suite (EBS) for real-time funds checking and immediate funds reservation upon document approval for commitments and obligations. The proposed contractor�s unique qualifications and the nature of the acquisition requires use of the authority cited in 41 U.S.C 1901 as follows: 1. The proposed contractor developed and owns the propriety and patented hardware, software and algorithms that are used in these products and support the services specifically required for this acquisition; therefore, the proposed source has the sole unique technical capabilities and other resources required for this acquisition. 2. The Government currently uses the proposed contractor�s brand-name product hosted by Oracle Managed Cloud Services on data center servers located in Austin, TX; this brand-name product supports the Government�s need for continuity of operations in support of Fiscal Service�s Treasury and non-Treasury customers located across the United States of America. 3. The proposed contractor will not allow any other vendor to sell or support their solution. Alternatives Considered: Custom development, other COTS platforms, and hybrid middleware solutions were evaluated and rejected due to cost, schedule, and integration risks. Only Unison PRISM meets Treasury's requirements. Other reason(s): Key capabilities for the Initiatives & Pre-Award Templates and Proposal Evaluation modules highlight the essential features any AI tool must have to support Treasury�s efforts to modernize acquisition workflows (The following are unique to Unison�s solution): 1. Initiatives & Pre-Award Templates Module a. Unison�s platform is the only system that enables one-click document generation. Competing systems often rely on chatbots that require users to master prompt engineering�a skill that may be new to many personnel. These chatbot-based approaches typically involve multiple iterations to refine responses before arriving at a presentable draft. In contrast, Unison delivers fully formatted, high-quality outputs instantly, streamlining the document creation process. 2. Proposal Evaluation Module a. Unison�s solution offers AI-assisted source selection with integrated documentation, a capability not available in other systems. While others may present evaluation criteria in checklists or tabular formats, Unison maintains a unified workspace. Users have immediate access to key reference materials (e.g., Section L/M or FAR 52.212-1/52.212-2), the proposal under review, and an organized record of evaluator findings. The system automatically aggregates these findings into a consensus and�within a secure digital environment�generates critical documents such as Consensus Reports, SSEB Reports, and Price Negotiation/Business Clearance Memorandums with a single click. 3. Configurable and Flexible Evaluation Capabilities a. Unison�s platform is built to support both FAR and non-FAR-based methodologies. It adapts seamlessly across a wide range of acquisition scenarios�from straightforward RFQs for goods and services to complex, billion-dollar pre-alpha evaluations involving PWS reviews, video proposals, whitepaper abstracts, and multi-phase CSO/OT down selects. 4. Unison's solution is not a generic AI tool retrofitted for federal acquisition. It is a purpose-built, AI-powered contracting platform tailored specifically for government procurement workflows. A core strength of the system lies in its document automation engine�the same capability enabling the one-click generation of pre-award documents. It draws from historical acquisition data, agency-specific language, and relevant regulations to create consistent, high-quality outputs with minimal manual editing. This results in faster, more accurate procurement packages and significantly reduces the administrative burden on users. 5. During source selection, the system continues to deliver value by automatically compiling evaluator feedback into a consensus view and generating associated reports. 6. Both the Initiatives & Pre-Award Templates Module and the Proposal Evaluation Modules will be designed to work seamlessly within PRISM. With other AI tools, Unison would need to create the APIs from scratch just to integrate them with PRISM (other AI tools that meet the capabilities described above have not been identified). AI Compliance: Pursuant to RFO 2025 and Treasury AI Risk Management directives, Unison PRISM AI modules will operate with transparency, auditability, and human oversight. Treasury retains all ownership rights over data and outputs, with vendor lock-in mitigated through the Treasury Data Portability Clause. This aligns with FAR Part 39 revisions under the RFO and Treasury Deviation guidance.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3ed660b688de45bcad8cdc0c0c6afbab/view)
- Place of Performance
- Address: VA 20166, USA
- Zip Code: 20166
- Country: USA
- Zip Code: 20166
- Record
- SN07599463-F 20250924/250922230044 (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 |