Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    Sole Source - Bi2 Technologies, LLC

    Sol. F2026073260Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)WASHINGTON, DC
    Closed
    STATUS
    Closed
    closed May 12, 2026
    POSTED
    May 11, 2026
    Publication date
    NAICS CODE
    541519
    Primary industry classification
    PSC CODE
    5865
    Product & service classification

    AI Summary

    The Department of Homeland Security is seeking proposals for licenses for the Inmate Recognition and Identification System (IRIS) and the Mobile Offender Recognition & Information System (MORIS). This opportunity is set aside for small businesses and includes software licenses, technical support, and training services. Proposals are due by May 12, 2026.

    Contract details

    Solicitation No.
    F2026073260
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    May 11, 2026
    Response Deadline
    May 12, 2026
    NAICS Code
    541519AI guide
    PSC / Class Code
    5865
    Contract Code
    7012
    Primary Contact
    ICE ERO Procurements
    State
    DC
    ZIP Code
    20024
    AI Product/Service
    both

    Description

    AMENDMENT 0001 The purpose of this amendment is to revise the Statement of Objectives (SOO). ORIGINAL COMBINED SNOPSIS/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): CLIN 0001 - Inmate Recognition and Identification System (IRIS) - 1,570 Each CLIN 0002 - Mobile Offender Recognition & Identification System (MORIS) - 12 Months *Not separately priced CLIN 0003 - 12-month (annual) enterprise license which includes unlimited user licenses to access and search the IRIS database using MORIS or IRIS software. - 12 Months *Not separately priced CLIN 0004 - Up to Three (3) on-site Train the Trainer sessions at locations determined by ICE and up to twenty (20) remote training sessions. - 12 Months *Not separately priced CLIN 0005 - 24/7/365 telephone and online U.S. support by our Marietta, Georgia-based technical staff. This will include providing patch and emergency fixes, and periodic and annual software upgrades including major and minor software version releases. - 12 Months *Not separately priced CLIN 0006 - One-year (12-month) warranty on all hardware, IRIS and MORIS software, mounting devices, and cables (including 24-hour shipment of replacement hardware whether damaged, broken or defective). - 12 Months *Not separately priced 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: Cover Letter – The contractor shall prepare a cover letter which includes the following information: RFP Number & Title Name and address of Contractor Name, telephone number & e-mail address of main point-of-contact Name of your contract administration office Date of submission Name, title and signature of authorized representative Company Unique Identifier Number and CAGE Code The validity period of the proposal (at least through 05/20/2026) All assumptions (if any) All assumptions (especially technical and pricing) to the RFP must be identified in this cover letter. Assumptions identified in other areas of the RFP will not be considered. Performance Work Statement (PWS) - The contractor shall prepare a PWS to address how the company will address all aspects of the requirement identified in Attachment B: Statement of Objectives. The PWS shall include the following sections: Background, Scope, Performance Requirements, Performance Standards, Deliverables and Delivery Schedule, Government Furnished Equipment, Place of Performance and Period of Performance. PWS Addendum - The contractor shall incorporate Attachment C: PWS Addendum into the PWS with no changes. (The addendum contains Government-required language that must be included in the resulting PWS and contract.) Terms and Conditions – The contractor shall complete the fill-ins for provisions referenced in this attachment. Draft Security Plan – The contractor shall provide a draft security plan in response to Attachment E: Requirements Traceability Matrix (RTM) which explains how they will protect ICE data and work towards FedRAMP certification. End User License Agreement (EULA) – The contractor shall provide a copy of the EULA for the IRIS and MORIS licenses. The EULA shall be consistent with Federal procurement law as well as Federal, Department of Homeland Security (DHS) and ICE regulation, policy and guides and otherwise in the best interest of the Government. Licensing agreements shall be provided as .pdf attachments. No links or references will be considered. Any terms in the EULA that conflict with federal law are given no effect. Pricing Summary and Narrative: The contractor shall complete Attachment F: Pricing Template to provide a pricing summary and a narrative detailing a breakdown of the pricing. The contractor shall also provide any supporting documentation (such as established catalog prices/market prices and sales to nongovernmental and governmental entities) to explain how the pricing is fair and reasonable. Acceptable forms of supporting documentation include contracts or receipts for showing pricing paid by other customers. Supporting pricing data must include appropriate dates on the prices at which the same or similar items have been sold previously to ensure they are adequate for evaluating the reasonableness. Evaluation Process ICE intends to evaluate BI2’s proposal to ensure the following: The proposed PWS demonstrates the contractor’s ability to successfully perform the requirements of this contract; The Draft Security Plan complies with RTM and explains how they will protect ICE data and work towards FedRAMP certification. The proposed price is accurate, complete and reasonable. 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

    Key dates

    1. May 11, 2026Posted Date
    2. May 12, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    Sole Source - Bi2 Technologies, LLC is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.