Brand Name or Equal ScanWriter AI
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 Internal Revenue Service (IRS), under the Department of the Treasury, is conducting a Sources Sought Notice (SSN) for market research to identify vendors capable of providing a Brand Name or Equal Multimodal AI Investigative Platform. This platform, currently exemplified by ScanWriter AI, is intended to support the IRS Criminal Investigation (CI) Division. Responses are due by May 5, 2026, at 2:00 PM Pacific Standard Time (PST).
Scope of Work
The IRS seeks an investigative data automation and analysis platform designed to process large-scale financial records and multimedia evidence. Key requirements include:
- Operational Independence: Full functionality on-premises and in disconnected, air-gapped environments without reliance on contractor-hosted services.
- Data Processing: Conversion of unstructured financial documents and large multimedia (>4GB) into structured, auditable datasets.
- Traceability & Provenance: Maintaining deterministic, immutable linkage between data elements and source artifacts, enabling one-click validation from analytics to original evidence.
- Multilingual Capabilities: Transcription and translation with preservation of timestamps and metadata.
- Human-in-the-Loop: Support for decision-making, explainability, and overrides for investigative triage.
- Data Ownership: Government retains full ownership of all ingested data, derived datasets, and custom models.
- Performance Standards: Expected 99.9% system availability, 100% user access for approximately 3,000 users, and high accuracy (>=95%) for data processing, transcription, translation, and financial extraction.
Contract & Timeline
- Opportunity Type: Sources Sought (SSN) – for information and planning purposes only; not a solicitation.
- NAICS Code: 541519 "Other Computer Related Services" with a $34.0 million size standard.
- Anticipated Duration: A base year (June 1, 2026 - May 31, 2027) with three option years.
- Place of Performance: Contractor's Facilities.
- Response Due: May 5, 2026, 2:00 PM PST.
- Published Date: April 29, 2026.
Submission Requirements
Interested vendors must submit a capability statement, limited to 6 pages (1 cover, 5 body/conclusion), single-spaced, Times New Roman 12pt font (8pt for drawings/diagrams). Submissions must be electronic (PDF or MS Word) and include:
- A completed Market Research Questionnaire (Attachment I_5).
- A cover letter with company name, address, Unique Entity Identifier (UEI), and Point of Contact details.
- Identification of associated Government Wide Acquisition Contract (GWAC) vehicles (e.g., GSA Schedule, OASIS+, NASA SEWP).
- Confirmation if items were manufactured in America.
- Confirmation of interest and intent to submit a quote/proposal if a solicitation is issued.
- Proprietary Information: No proprietary information should be included.
Special Requirements & Evaluation
The platform must operate at an UNCLASSIFIED Tier 4 security level, with personnel being U.S. citizens meeting suitability and investigative requirements. Compliance with PIV, IRM, TD P, and Federal regulations is mandatory. Protection of Sensitive but Unclassified (SBU), For Official Use Only (FOUO), and grand jury proceeding information is critical. Responses will be used for market research to inform future acquisition strategy; failure to provide complete and accurate information may result in a determination of a non-viable source.