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) to identify qualified vendors for a modern, cloud-native software platform. This platform will replace the legacy Filing Information Returns Electronically (FIRE) system and must be compatible with the new IRS Information Returns Intake System (IRIS) A2A interface. This initiative supports the Department's digital transformation strategy. Responses are due by February 27, 2026.
Purpose & Scope
DFAS seeks to modernize its 1099 filing capabilities, moving from the outdated FIRE system to a solution that fully integrates with the IRS IRIS A2A platform. The required solution is a cloud-native (SaaS), API-first software, designed for deployment on a Government-provided JWCC environment (FedRAMP IL5 accredited).
Key functionalities include:
- Managing over 130,000 information returns (e.g., W-2C, 1099-NEC, 1099-MISC).
- Full compatibility with IRS IRIS A2A, including XML generation, transmission, and status tracking.
- A modern, intuitive, web-based user interface with dashboards and guided workflows.
- Robust data management, import/export capabilities (CSV, Excel), and bulk editing.
- Secure RESTful API access for DoW vendors to retrieve tax forms.
- Integrated print/mail and secure electronic delivery for recipients.
- Data migration strategy for at least five years of historical data from the FIRE system.
- Multi-layered data validation, including real-time IRS TIN Matching.
Security & Compliance
The solution must adhere to stringent DoD security and compliance standards, including:
- DoD Instruction 8510.01, DISA STIGs, NIST SP 800-53.
- FedRAMP Moderate equivalent and CMMC Level 2.
- DoD 5015.02-STD for records management.
- Section 508 compliance.
- Identity and Access Management (ICAM) supporting DoD Common Access Card (CAC)/PKI, Role-Based Access Control (RBAC), and Attribute-Based Access Control (ABAC) for Zero Trust.
- Integration of security into the CI/CD pipeline for Continuous Authority to Operate (cATO).
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified
- Place of Performance: Continental United States (CONUS), DC, and outlying areas. All work must be performed by U.S. Persons.
- Anticipated Period of Performance (for future contract): A 6-month Proof of Concept (POC) base period, followed by potential one-year option periods.
- Published Date: February 2, 2026
- Response Due: February 27, 2026
Submission Requirements
Vendors should submit a response (maximum 5 pages, PDF or MS Word) detailing their proposed solution, a project plan for FY26 completion, a cost breakdown, and recent relevant contracts. Responses must address all items in Sections 3-6 of the draft Performance Work Statement (PWS). This RFI is for planning purposes only and does not constitute a solicitation.
Contact Information
Primary Point of Contact: Marlon Garcia Email: marlon.i.garcia.civ@mail.mil Phone: 667-894-7151