Combined Synopsis/Solicitation SBA Due Soon

Combined Synopsis/Solicitation for Sole Source to Bi2 Technologies, LLC

Solicitation Number: 192125EROFUGOPS78 Response Deadline: August 20, 2025 at 9:00 AM (4 days from now)

Description

This combined synopsis/solicitation is related to the "Notice of Intent to Sole Source - Bi2 Technologies, LLC" posted on SAM.gov on Aug 06, 2025 10:48 AM EDT. Action Code: 192125EROFUGOPS78.1 Date: August 14, 2025 Year: Fiscal Year 2025 Solicitation Number: 70CTD025R00000007 Closing Response Date: August 20, 2025 Subject: IRIS and MORIS Licenses Product or Service Code: 5865 Contracting Office Address and ZIP Code: ICE/OAQ, 500 12th Street, SW Washington, DC 20024 Contracting Officer: Michelle Taylor, Michelle.L.Taylor@ice.dhs.gov, 202-731-6925 Contract Award: TBD Contract Award Date: TBD Contractor: Bi2 Technologies, LLC Contract Award Dollar Amount: TBD Line Item Number: CLIN DESCRIPTION 0001 Inmate Recognition and Identification System (IRIS) -- 12 Months 0002 Mobile Offender Recognition & Identification System (MORIS) -- 12 Months Place of Contract Performance: 488 State RD, Suite 1, Plymouth, Massachusetts 02360-5114 Set-aside Status: Total Small Business Set-Aside Description: (i) This is a combined synopsis/solicitation for commercial products or services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ICE intends to award a firm-fixed-price purchase order in accordance with Simplified Acquisition Procedures under FAR Part 13. (ii) Solicitation number 70CTD025R00000007 is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, effective June 11, 2025. (iv) This requirement is solicited as a total small business set-aside. The associated North American Industrial Classification System (NAICS) code is 518210 and the small business size standard is $40M. (v) The line items associated with this requirement are as follows: CLIN DESCRIPTION 0001 Inmate Recognition and Identification System (IRIS) -- 12 Months 0002 Mobile Offender Recognition & Identification System (MORIS) -- 12 Months (vi) ICE requires the contractor to provide the licenses identified in section (v) above. Exhibit A: Statement of Objectives provides additional details about the requirement. (vii) 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, Erica D. Steele at erica.d.steele@ice.dhs.gov. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) The provision at 52.212-2 does not apply to this requirement. 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 8 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 8 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 (not to exceed 1 page) 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 09/30/2025) 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 A: 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 B: 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 Attachment C: Terms and Conditions document by completing all fill-ins and representations. Draft Security Plan The contractor shall provide a draft security plan in response to Attachment D: 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 a EULA that conflict with federal law are given no effect. Pricing Summary and Narrative: The contractor shall complete Attachment E: 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. (Note: As of June 10, 2025, the Secretary of the Department of Homeland Security (DHS) must approval all contract actions above $100,000.00 prior to contract award. ICE cannot award a contract exceeding the value approved by the DHS Secretary. A request for DHS Secretary level approval was submitted for this requirement prior to release of this solicitation. ICE cannot issue an award above the amount requested.) 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 purchase order; 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) Purchase Order (with a 12-month period of performance beginning no later than September 30, 2025) 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. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025)(Deviation Feb 2025), applies to this acquisition. Additional clauses applicable to this order are provided in the Terms and Conditions attachment. (xiii) Any applicable terms and conditions are provided in the Terms and Conditions attachment. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this RFQ. (xv) Proposals shall be submitted electronically to Michelle.L.Taylor@ice.dhs.gov and Kelli.Brooks@associates.ice.dhs.gov no later than Wednesday, August 20, 2025 at 9:00AM Eastern Time. (xvi) For information regarding this solicitation, contact Michelle.L.Taylor@ice.dhs.gov and Kelli.Brooks@associates.ice.dhs.gov. Attachments Attachment A: Statement of Objectives (SOO) Attachment B: PWS Addendum Attachment C: Terms and Conditions Attachment D: Requirement Traceability Matrix (RTM) NIST High Attachment E: Pricing Template Excel document

Award Information

Not yet awarded

Notice Timeline

Combined Synopsis/Solicitation

Aug 14, 2025

Place of Performance
Washington, District of Columbia 20024
USA

Contacts

primary
Michelle Taylor

michelle.l.taylor@ice.dhs.gov

2027316925

secondary
Kelli Brooks

Kelli.Brooks@associates.ice.dhs.gov

Agency
HOMELAND SECURITY, DEPARTMENT OF
US IMMIGRATION AND CUSTOMS ENFORCEMENT
INFORMATION TECHNOLOGY DIVISION
Classifications
NAICS: 541519
PSC: 5865
Set Aside: SBA
Dates
Posted (1 day ago)
Aug 14, 2025
Last Updated (5 hours ago)
Aug 15, 2025
Due (4 days from now)
Aug 20, 2025 9:00 AM