Loading...
F2026073260
Response Deadline
May 12, 2026, 1:00 PM(EDT)3 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
Description:
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number 70CTD026R00000007 is issued as a streamlined request for proposal (RFP) for licenses for the Inmate Identification and Recognition System (I.R.I.S.™) and the Mobile Offender Recognition & Information (MORIS™) for Enforcement and Removal Operations (ERO).
PSC: 5865 - Electronic Countermeasures, Counter-Countermeasures and Quick Reaction Capability
NAICS: 541519- Other Computer Related Services
This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
A list of line-item number(s) and items, quantities, and units of measure (including option(s), if applicable):
Description of requirements for the items to be acquired, including documentation supporting any brand name descriptions (see 12.102):
ICE requires the contractor to provide the licenses identified in the section above. Attachment B: Statement of Objectives provides additional details about the requirement.
Date(s) and place(s) of delivery and acceptance and f.o.b. point (see part 47):
The contractor shall deliver the license access instructions and license keys to the email address no later than 20 calendar days from date of award to Program Manager, Patrick Lewis at Patrick.Lewis@ice.dhs.gov.
A list of solicitation provisions that apply to the acquisition (see 12.205(a)):
All applicable solicitation provisions are contained in Attachment D – Terms and Conditions.
A list of contract clauses that apply to the acquisition (see 12.205(b)):
All applicable contract clauses are contained in Attachment D – Terms and Conditions.
The date, time, and place for receipt of offer and point of contact:
Proposals shall be submitted electronically to ice-ero-procurements@ice.dhs.gov no later than May 12, 2026 at 9:00AM Eastern Time.
Any other additional information required by 5.101(c):
Proposal Submission Requirements
There is no page limit for the proposal. All documents must be submitted in Microsoft Word, Microsoft Excel or Adobe PDF compatible formats. Text shall be single-spaced, on 8½” x 11” paper (except as specifically noted), with margins not-less-than one inch. Pages shall be numbered consecutively. Contractors may use 11” x 17” sized fold-out pages for tables, charts, graphs, or pictures that cannot be legibly presented on 8½” x 11” paper. Each 11” x 17” page applies as two pages to the overall page count. Print must be of a minimum 11-point font size.
Bi2 shall submit a proposal which contains the following documents:
Evaluation Process
ICE intends to evaluate BI2’s proposal to ensure the following:
Basis for Award
The Government intends to award a single Firm Fixed Price (FFP) Contract (with a 12-month period of performance) to Bi2 provided the proposal is determined to be technically acceptable and the proposed price is determined to be fair and reasonable. No award will be made if the proposal is not acceptable or if the price is not fair and reasonable. Bi2 is strongly encouraged to submit its best technical and price proposal. ICE reserves the right to contact Bi2 to obtain additional information regarding the proposal. ICE reserves the right to negotiate any aspect of proposal (price or non-price factors) if it is determined to be in the best interest of the Government.
Enclosures:
Attachment A – SF 1449 (Streamlined RFP)
Attachment B – Statement of Objectives
Attachment C – PWS Addendum
Attachment D – Terms and Conditions
Attachment E – Requirement Traceability Matrix (RFM) NIST High
Attachment F – Pricing Summary and Narrative
ICE ERO Procurements
DEPARTMENT OF HOMELAND SECURITY
US IMMIGRATION AND CUSTOMS ENFORCEMENT
INFORMATION TECHNOLOGY DIVISION
INFORMATION TECHNOLOGY DIVISION
500 12TH ST SW
WASHINGTON, DC, 20024
NAICS
Other Computer Related Services
PSC
ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)