Skip to content
Department of the Treasury

Payment System

Solicitation: 2032L226N00005
Notice ID: ecdbb1cacde044a28c4cb4bb0b183dbd
TypeSpecial NoticeNAICS 522320PSC7A21DepartmentDepartment of the TreasuryAgencyDepartmental OfficesStateDCPostedMar 27, 2026, 12:00 AM UTCDueApr 13, 2026, 06:00 PM UTCCloses in 4 days

Special Notice from DEPARTMENTAL OFFICES • TREASURY, DEPARTMENT OF THE. Place of performance: DC. Response deadline: Apr 13, 2026. Industry: NAICS 522320 • PSC 7A21.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$533,953,549
Sector total $533,953,549 • Share 100.0%
Live
Median
$139,000
P10–P90
$30,125$967,312
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($533,953,549)
Deal sizing
$139,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • United States
State: DC
Contracting office
Not listed

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractService Contract Act
2015-4281 (Rev 35)
Match signal: state matchOpen WD
Published Dec 03, 2025District of Columbia, Maryland, Virginia • Alexandria, Arlington, Charles +9
01000
Administrative Support And Clerical Occupations 01011 - Accounting Clerk I
Base $21.83Fringe $0.00
01012
Accounting Clerk II
Base $24.50Fringe $0.00
+350 more occupation rates available in the full WD.

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: This wage determination does not apply to any individual employed in a bona fide executive, administrative, or professional capacity, as defined in 29 C.F.R. Part 541. (See 41 C.F.R. 6701(3)). Because most Computer Systems Analysts and Computer Programmers who are paid at least $27.63 per hour (or at least $684 per week if paid on a salary or fee basis) likely qualify as exempt computer professionals under 29 U.S.C. 213(a)(1) and 29 U.S.C. 213(a)(17), this wage determination may not include wage rates for all occupations within those job families. In such instances, a conformance will be necessary if there are nonexempt employees in these job families working on the contract. Job titles vary widely and change quickly in the computer industry, and are not determinative of whether an employee is an exempt computer professional. To be exempt, computer employees who satisfy the compensation requirements must also have a primary duty that consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). Any computer employee who meets the applicable compensation requirements and the above duties test qualifies as an exempt computer professional under both section 13(a)(1) and section 13(a)(17) of the Fair Labor Standards Act. (Field Assistance Bulletin No. 2006-3 (Dec. 14, 2006)). Accordingly, this wage determination will not apply to any exempt computer employee regardless of which of these two exemptions is utilized. 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the ""Service Contract Act Directory of Occupations"" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).

View more for this contract
3 more WD matches and 350 more rate previews.
Service Contract ActBest fitstate match
2015-4281 (Rev 35)
Open WD
Published Dec 03, 2025District of Columbia, Maryland, Virginia • Alexandria, Arlington, Charles +9
01000
Administrative Support And Clerical Occupations 01011 - Accounting Clerk I
Base $21.83Fringe $0.00
01012
Accounting Clerk II
Base $24.50Fringe $0.00
01013
Accounting Clerk III
Base $27.41Fringe $0.00
+349 more occupation rates in this WD

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: This wage determination does not apply to any individual employed in a bona fide executive, administrative, or professional capacity, as defined in 29 C.F.R. Part 541. (See 41 C.F.R. 6701(3)). Because most Computer Systems Analysts and Computer Programmers who are paid at least $27.63 per hour (or at least $684 per week if paid on a salary or fee basis) likely qualify as exempt computer professionals under 29 U.S.C. 213(a)(1) and 29 U.S.C. 213(a)(17), this wage determination may not include wage rates for all occupations within those job families. In such instances, a conformance will be necessary if there are nonexempt employees in these job families working on the contract. Job titles vary widely and change quickly in the computer industry, and are not determinative of whether an employee is an exempt computer professional. To be exempt, computer employees who satisfy the compensation requirements must also have a primary duty that consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). Any computer employee who meets the applicable compensation requirements and the above duties test qualifies as an exempt computer professional under both section 13(a)(1) and section 13(a)(17) of the Fair Labor Standards Act. (Field Assistance Bulletin No. 2006-3 (Dec. 14, 2006)). Accordingly, this wage determination will not apply to any exempt computer employee regardless of which of these two exemptions is utilized. 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the ""Service Contract Act Directory of Occupations"" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).

Davis-Baconstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD

Point of Contact

Name
Purchasing
Email
purchasing@treasury.gov
Phone
5555555555

Agency & Office

Department
TREASURY, DEPARTMENT OF THE
Agency
DEPARTMENTAL OFFICES
Subagency
Not available
Office
Not available
Contracting Office Address
Not available

More in NAICS 522320

Description

Request For Information (RFI) – Payment System

2032L226N00005

** This Notice is issued in accordance with Federal Acquisition Regulation (FAR) Part 10 for the purposes of market research and acquisition planning. It is intended to provide early notification of a potential requirement and to solicit input from industry to help shape the upcoming solicitation. This is not a Request for Proposal (RFP) or Request for Quote (RFQ), and no formal solicitation exists at this time. If and when an RFP/RFQ is released, its terms may differ from the information provided in this Notice. **

1. PURPOSE. This notice seeks industry feedback to refine the scope, structure, and solicitation approach for the U.S. Department of the Treasury’s anticipated acquisition to access commercial payment platforms that offer a secure, scalable, and fully integrated digital payment platforms designed to facilitate the collection, processing, settlement, and reporting of electronic payments across multiple channels. Treasury desires access to a system that is designed to deliver high availability, strong data protection, transparent reporting, and operational efficiency while providing a user-friendly experience for both payers and administrators. Treasury anticipates a streamlined solicitation process with a short response window, projected for release in March 2026.

A draft requirements document is included with this RFI notice for additional context about what is needed, and is intended to establish a baseline. Treasury is actively seeking feedback on areas that may be overly restrictive or limit commercial innovation.

The information below summarizes Treasury’s current thinking and is intended to facilitate informed and constructive industry feedback.

2. ANTICIPATED CONTRACTUAL MODEL. Any award to support this requirement will likely be procured in the following manner:

  • Treasury is primarily interested in direct relationships with payment platform owners rather than resellers, aggregators, or other intermediaries. However, Treasury may consider responses from other organizations that can demonstrate unique value in this space.
  • Small businesses that partner with or resell the required capabilities should clearly describe their value proposition and relationship structure with the OEM.
  • A multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, or a similarly flexible contractual vehicle, directly with payment platform owners. The contract(s) will be available for use across the Treasury enterprise and by other Federal entities.
  • The resulting award will likely include an onramp/offramp capability to ensure continued competition and access to cutting edge approaches/technologies in this space.
  • The anticipated period of performance is one base year with up to four option years.
  • Evaluation of the contracts (or orders) may use streamlined or alternative approaches, such as oral presentations, demonstrations, or comparative evaluations.
  • Treasury is particularly interested in pricing approaches that reflect direct OEM engagement, high-volume government usage, and provides the government with the most favorable economics relative to standard commercial offerings.

NOTE: There is no incumbent contractor currently supporting this effort.

3. APPLICABLE CODES

  • NAICS: 522320 – Financial Transactions Processing, Reserve, and Clearinghouse Activities
  • PSC: 7A21 - Business Application/Application Development Software as a Service

4. EVALUATION CRITERIA (ANTICIPATED). Quotes or submissions for any resulting solicitation may be evaluated based on some or all of the following criteria:

4.1 Technical Capability and Platform Maturity

Under such a factor, the Government may consider:

  • Breadth and maturity of payment processing capabilities, including support for required payment methods and transaction types;
  • Fraud prevention, risk management, and chargeback handling effectiveness;
  • Scalability and demonstrated ability to support high transaction volumes with consistent performance;
  • Quality and usability of reporting, reconciliation, and financial transparency features;
  • Ease of integration and flexibility of deployment options (e.g., APIs, hosted solutions);
  • Demonstrated experience providing similar payment processing services to organizations of comparable size and complexity.

4.2 Security and Regulatory Compliance

Under such a factor, the Government may consider:

  • PCI-DSS compliance status and overall security architecture;
  • FedRAMP authorization status (or clear path to authorization, if applicable);
  • Strength of encryption, access controls, monitoring, and incident response capabilities;
  • Ability to support audit, oversight, and regulatory reporting requirements.

4.3 Cost Efficiency and Pricing Structure

Under such a factor, the Government may consider:

  • Overall competitiveness of transaction-based pricing;
  • Transparency and clarity of all fees and cost drivers;
  • Pricing flexibility to accommodate varying transaction volumes;
  • Cost predictability over the period of performance.

4.4 Value-Added Capabilities and Innovation

Under such a factor, the Government may consider:

  • Enhanced fraud analytics or risk intelligence tools;
  • Advanced reporting, dashboards, or data insights;
  • Support for emerging payment methods or technologies;
  • Tools that improve user experience or reduce administrative burden;
  • Continuous improvement and product enhancement roadmap.

4.5 Implementation and Transition Approach

Under such a factor, the Government may consider:

  • Proposed implementation methodology, including timeline and key milestones;
  • Approach to migrating existing payment processes, accounts, and historical data (if applicable);
  • Identification and mitigation of transition risks;
  • Testing, validation, and cutover strategy;
  • Training and onboarding support for users and administrators;
  • Ability to minimize operational disruption during implementation.

5. INFORMATION TO INCLUDE IN A RESPONSE TO THIS NOTICE. Vendors responding to this notice are asked to provide the following:

  • Company name;
  • Unique Entity ID (UEI);
  • Business size (and socio-economic status, if applicable);
  • Existing government contract vehicles, if any, through which your company currently provides access to Payment System functionality;
  • Questions, clarification needs, or recommendations to refine the requirement or contractual approach (limited to 30 questions and up to 25 recommendations);
  • Identification of potential barriers to participation;
  • Responses to the following question (limited to 1 page per question) – brevity and clarity are encouraged and tables and diagrams may be used within the specified page limit:
  • Describe your end-to-end payment processing capabilities, including authorization, settlement, funding, reconciliation, refunds, and chargeback management.
  • Identify all payment methods supported and note any limitations relevant to large federal or enterprise customers.
  • Describe your experience supporting federal agencies or organizations of similar size, complexity, and transaction volume.
  • Provide representative peak and sustained transaction volumes currently supported in production environments, including examples of similarly scaled customers (anonymized if necessary).
  • Provide your current PCI-DSS certification level and FedRAMP authorization status (if applicable). If not authorized, describe the feasibility and anticipated timeline for achieving FedRAMP authorization.
  • Describe your hosting environment (cloud/on-premises), multi-tenant or dedicated architecture, and data segregation model.
  • Describe available integration methods (e.g., APIs, hosted payment pages, SDKs) and the typical level of effort required to onboard a large organization.
  • Describe your transaction pricing structure in sufficient detail to allow Treasury to estimate total cost of ownership under varying transaction volumes and payment method mixes. Identify variables that most significantly impact cost (e.g., card mix, ACH ratio, interchange variability, chargeback rates), and indicate whether pricing can be normalized across large federal customers.
  • Indicate whether your solution is offered as a standard commercial service and identify typical contracting vehicles used by public sector customers.
  • Describe data ownership, reporting export capabilities, and transition considerations at contract end.
  • Identify any capabilities in the draft requirements that your platform cannot currently support without material modification.
  • Identify whether your platform is purpose-built for government use or adapted from commercial offerings, and describe any material differences in architecture or compliance posture for federal customers.
  • Identify any capabilities that materially distinguish your platform from competitors serving large public-sector customers.
  • Based on your understanding of the draft requirements, are there any elements that would materially limit competition within the commercial payment processing market? If so, identify the specific requirement and explain why.
  • Identify any requirements that may be achievable through alternative commercial approaches that differ from the draft requirements, and describe those approaches.
  • Describe your funds flow model, including whether you operate as a processor, intermediary, or fiscal agent, and how funds are segregated and reconciled.
  • Describe your ability to integrate with federal identity providers (e.g., Login.gov, SAML, OIDC, PIV/CAC).

Vendors are kindly requested not to provide marketing materials as they are not useful for the purpose of this Notice and will not be reviewed.

6. PILOT OFFERING AND DEMONSTRATION OPPORTUNITY (OPTIONAL)

Treasury is considering the use of pilot or phased evaluation engagements, which may include time-limited sandbox testing and/or limited-scope operational demonstrations with interested vendors to better understand commercial capabilities, implementation considerations, and operational impacts prior to finalizing its acquisition strategy. Vendors are invited to indicate whether they are willing and able to participate in such a pilot.

Participation in any pilot activity is voluntary and is conducted solely for market research purposes. Participation will not be evaluated, scored, ranked, or used as a basis for down-select. Participation does not create a competitive advantage or disadvantage and will not affect a vendor’s eligibility to compete under any resulting solicitation. Participation does not obligate the Government to issue a solicitation or make an award.

Limitations

  • No mission-critical or statutory reliance will be placed on pilot functionality.
  • Limited integration testing may occur within segregated test environments; no live production integration is permitted.
  • Transaction processing may be simulated and, if approved in writing by the Government, may include limited live financial transactions involving real funds under controlled conditions.
  • Vendors may provide feedback on draft requirements; however, the Government retains sole authorship and control of the final requirements documentation.
  • Configuration of commercially available functionality is permitted; development of custom features during the RFI stage is not permitted.
  • The pilot will be time-limited or structured as a sandbox-based evaluation environment.

Data & Security Controls

  • Only synthetic or sanitized data will be used unless the Agency provides prior written approval for limited use of alternative data.
  • No PII, payment data, or production financial data will be used without prior written Agency authorization and implementation of appropriate security controls.
  • No connection to production networks is permitted unless expressly authorized in writing by the Agency and approved through established cybersecurity processes.
  • No Authority to Operate (ATO) is implied by participation in this pilot or evaluation activity.
  • Vendors must disclose the hosting environment and applicable security posture, including FedRAMP authorization status (if cloud-based).
  • Vendors may not retain, reuse, or repurpose any Government-provided evaluation data beyond the authorized testing period.
  • All access will be terminated at the conclusion of the evaluation period, and vendors must certify data disposition in writing.

Interested vendors should address the following:

  • Describe your ability to support a time-limited, sandbox-based pilot using commercially available functionality.
  • Identify the type of access that could be provided (e.g., test tenant, evaluation licenses, API sandbox, hosted demonstration environment).
  • Describe the level of configuration support provided during a pilot (commercial configuration only; no custom development).
  • Identify the typical duration required for meaningful evaluation and any associated constraints.
  • Describe any pricing considerations for pilot participation (e.g., no-cost evaluation, discounted access, standard commercial rates).
  • Identify any technical, security, or contractual prerequisites for establishing a sandbox environment.
  • Describe the types of performance metrics, transaction reporting, or operational analytics that could be made available during the pilot period.

7. HOW TO SUBMIT A RESPONSE TO THIS NOTICE. Responses to this Notice shall be:

  • Submitted via email to purchasing@fiscal.treasury.gov
  • Use the subject line: “Treasury Notice – Payment System – April 2026”;
  • Be provided in searchable Adobe PDF format (version 7.x or earlier), with at least 0.5-inch margins and no smaller than 10-point font;
  • Be submitted no later than 2:00 PM Eastern Time on 13 April 2026. Responses received after this date and time may not be considered.

IMPORTANT NOTES:

  • This notice is *NOT* a solicitation and does not obligate the Government to issue one or to award a contract.
  • The government will not acknowledge receipt or provide feedback on submissions.
  • Responses are not considered offers and cannot be accepted by the Government to form a binding agreement.
  • The government will not reimburse any costs incurred in responding to this notice nor return any data provided.
  • Submitted information may be used in development of future acquisition strategies or solicitations.
  • Respondents should ensure all provided information provided is complete, accurate, and sufficiently detailed as it may be used for making acquisition approach decisions or better refine its requirements.
  • The government may elect to engage further with some, all, or none of the respondents to this Notice.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.