SPECIAL NOTICE
R -- Business Intelligence Platform
- Notice Date
- 3/9/2026 12:44:41 PM
- Notice Type
- Special Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- INTERNAL REVENUE SERVICE
- ZIP Code
- 00000
- Solicitation Number
- 5000223390
- Response Due
- 3/11/2026 12:00:00 PM
- Archive Date
- 03/26/2026
- Point of Contact
- Kinyse Hailey, Donnell Nance, Phone: 2406139306
- E-Mail Address
-
kinyse.c.hailey@irs.gov, donnell.nancejr@irs.gov
(kinyse.c.hailey@irs.gov, donnell.nancejr@irs.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a Request for Information (RFI) ONLY. The Internal Revenue Service (IRS) The Statistics of Income (SOI) requires an access to Business Intelligence Platform. The access is essential for the collection, research, and validation of corporate and partnership tax return data. Interested vendors are requested to respond no later than 4:00PM (Eastern Standard Time), March 9, 2026 to Kinyse.C.Hailey, Kinyse.C.Hailey@irs.gov. Only electronic submissions will be accepted. The Government will use respondent information, in part, to determine whether a small business set-aside is appropriate for this acquisition. We encourage all small business concerns in all socioeconomic categories to identify their capabilities in meeting the requirement outlined in the attached draft STATEMENT OF WORK (SOW). No proprietary, classified, confidential, or sensitive information should be included in responses to this Notice, unless otherwise appropriately marked by the Respondent. The Government reserves the right to use any non-proprietary technical information received in response to this Notice in any resultant solicitation(s). The NAICS code assigned to this acquisition is 541611 Administrative Management and General Management Consulting Services, with a corresponding size standard of $24.5M. Interested business concerns should provide a brief capabilities statement package (submissions are limited to no more than 10 pages in length, single spaced, and 12 font minimum) demonstrating its capabilities in reference to this requirement. A generic capability statement is not acceptable. The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable. The capability package shall be sent by email to the following: Kinyse.C.Hailey@irs.gov. Your email subject line should reflect: Sources Sought Response for Business Intelligence Platform. In response to this source sought, please provide: Part I: COMPANY PROFILE Company Name and Address Company technical Point of Contact (POC) information to include name, title, telephone number, and email address. Applicable NAICS (North American Industry Classification System) Code List active governmentwide contracts related to the services required in the draft PWS that your company has been awarded (GWACs, IDIQs, and BPAs � include applicable SIN) Business Classification / Socio-Economic Status (e.g., large, small, 8(a), women owned, hub-zone, SDB, Service-Disabled Veteran Owned) Subcontracting/partnering/teaming possibilities PART II: CAPABILITY What current product offerings does your company provide that align with the end user�s needs? Please detail essential product elements in a chart or other aid showing essential elements are offered with the product. Since Artificial Intelligence (AI) is evolving at a very rapid pace to enhance speed and accuracy, what is your process for identifying, assessing, and integrating new practices, technologies, and other business and technical advances in this area? Please identify/demonstrate how the subscription utilized is updated to reflect the rapidly evolving ecosystem mentioned. Please clearly state whether the product offerings are a Commercial Off the Shelf Product (COTS) already deployed and in use by U.S. Government customers or whether any part of your product requires a development effort to meet the Statement of Work�s (SOW) requirements. Provide summary background on any existing innovative solutions you have deployed in government or industry addressing this or a similar type of requirement? Does your company have similar or previous experience with the type of work or equivalent outlined in the draft SOW? Is live training offered to new users, technical support, reporting options provided to admins displaying usage and access? Per the SOW, the end user is seeking a vast array with information to be utilized by users. Please identify primary and/or secondary sources that would be available. Additionally, Please list the types of information available and functionality offered. Would the Government have the ability to customize features to allow/disallow content from particular entities? Does the draft SOW contain adequate information that would enable you to adequately respond to a Request for Proposal (RFP)? Does your company have the capability to perform all required services or equivalent in the draft SOW? DISCLAIMER: This notice is issued solely for information and planning purposes � it does not constitute a Request for Quotation (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ, IFB, or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The GPE is located at sam.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/12050047cc984e6b9d21048e2ac79fb1/view)
- Record
- SN07737996-F 20260311/260309230038 (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 |