1099 Replacement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Finance and Accounting Service (DFAS), under the Department of Defense, has issued a Sources Sought / Request for Information (RFI) for a 1099 Replacement software solution. This RFI seeks qualified vendors for a comprehensive, modern platform to replace the legacy Filing Information Returns Electronically (FIRE) system, transitioning to the IRS's new Information Returns Intake System (IRIS) A2A interface. Responses are due April 10, 2026.
Purpose & Scope
DFAS requires a cloud-native (SaaS), API-first software solution to manage over 130,000 information returns (e.g., W-2C, 1099-NEC, 1099-MISC). The solution must be deployed on a Government-provided JWCC environment, meeting FedRAMP Impact Level 4 (IL4) accreditation. Key functionalities include:
- Full compatibility with the IRS IRIS A2A platform, including XML generation and transmission.
- User-friendly, responsive interface with guided workflows and intelligent error handling.
- Data import/export (CSV, Excel), bulk editing, and state filing support (CF/SF program).
- Real-time TIN verification and integrated recipient delivery (print/mail and electronic).
- Secure RESTful API for vendor access to tax forms.
- Data migration capabilities for at least five years of historical FIRE system data.
Technical & Compliance Requirements
The solution must adhere to stringent DoD security mandates, including DoDI 8510.01 (RMF), DISA STIGs, NIST SP 800-53, FedRAMP Moderate baseline, CMMC Level 2, and Section 508 accessibility standards. It must support DoD Common Access Card (CAC)/PKI for Identity and Access Management (ICAM) and a Continuous Authority to Operate (cATO) through DevSecOps integration. The architecture must be non-proprietary, object-oriented, and explicitly prohibit low-code/no-code platforms. The Government will receive Unlimited Rights to all custom code. 24/7/365 customer support with defined SLAs is also required.
Period & Place of Performance
The anticipated contract includes a six-month base period for a Proof of Concept (POC), followed by one-year option periods contingent on performance. All work must be performed within the Continental United States (CONUS), District of Columbia, and outlying areas by U.S. Persons.
Submission & Evaluation
Vendors should describe their proposed solution, provide a project plan with a timeline for FY26 completion, a cost breakdown, and recent relevant contracts. Responses must address all items in Sections 3-6 of the draft PWS, not exceed 5 pages, and be emailed as a PDF or MS Word attachment. This RFI is for information and planning purposes only; it is not a solicitation, and responses do not constitute an offer.
Contact Information
- Primary Contact: Marlon Garcia (marlon.i.garcia.civ@mail.mil, 667-894-7151)
- Contracting Officer: Ms. Kristin Schoeck (kristin.schoeck.civ@mail.mil, 667-894-4695)