Standard Contract Reconciliation Tool (SCRT)
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) is conducting market research through a Sources Sought notice to identify qualified System Integrators for a technical refresh of its Standard Contract Reconciliation Tool (SCRT). This effort aims to modernize the legacy PowerBuilder application to a cloud-native, secure, and adaptable solution. Responses are due March 31, 2026, at 12 PM ET.
Purpose & Scope
The SCRT is a critical client-server application used for contract reconciliation. DFAS seeks to migrate it to a modern, sustainable technology stack to enhance security, meet DoD mandates, and improve adaptability. The refreshed solution must achieve "like-for-like" functional parity, preserving core business value, user experience, and the existing 4-module structure (Registration, Compare, Adjustments, Reports). All identified PowerBuilder objects require technical refreshment.
Key Requirements & Prohibitions
- Technology Stack: Solutions must be built on a non-proprietary, object-oriented codebase. Low-code/no-code platforms (e.g., Appian) are strictly prohibited.
- Database: The new system must integrate with the existing Oracle 19c database, with openness to migrating to a cloud-native Oracle database.
- Cloud Deployment: Target solutions must be deployable on any IL4/IL5 cloud environment (e.g., AWS GovCloud, Azure Government).
- Security & Compliance: The solution must comply with all applicable DoD and DFAS cybersecurity mandates, including Zero Trust Architecture, DISA STIGs, NIST, DoD RMF, and ICAM with CAC/PKI authentication. The vendor will collaborate on RMF/ATO documentation.
- Development: A robust DevSecOps pipeline is required, including GitLab for source control and Fortify (or equivalent) for static code analysis.
- Interfaces: Interface specifications for 14 external systems will be provided post-award.
- UI Modernization: The refreshed UI should remain visually similar to the existing application, with exceptions for native user interface controls.
- Place of Performance: Remote work is allowed, but some travel (up to one week per month) may be required. All development must occur on Government Furnished Equipment within the DoW network.
Submission Details
Interested parties should submit a capability statement of no more than eight (8) pages. This statement should describe the proposed solution (technology stack, technical approach, security, compliance), a project plan, cost breakdown, recent relevant contracts, and address specific questions outlined in the Sources Sought notice. Rough Order of Magnitude (ROM) pricing is preferred at both the RFI and RFP stages. Minimum staffing expectations include software developers, a project manager, and an analyst.
Key Dates & Contact
- Questions Due: March 23, 2026, at 12 PM ET
- Responses Due: March 31, 2026, at 12 PM ET
- Contact: Chrissy Webb (chrissy.j.webb.civ@mail.mil)
Additional Notes
This is a market research request and not a solicitation. There is no incumbent contractor, and this is a new requirement, indicating a competitive landscape. The government will obtain unlimited rights to the resulting source code and functional application.