USCIS RFI - Enterprise Physical Access Control System
ID: 70SBUR25I00000015Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CITIZENSHIP AND IMMIGRATION SERVICESUS CITIZENSHIP IMMIGRATION SVCSWASHINGTON, DC, 20528, USA

NAICS

Computer Facilities Management Services (541513)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking information regarding the procurement of an Enterprise Physical Access Control System (ePACS) to replace its current custom-coded solution. The objective is to identify commercial off-the-shelf (COTS) products that can integrate existing physical access control systems across approximately 30 locations, standardize workflows, automate access requests, and ensure compliance with federal security policies. This initiative is crucial for enhancing the efficiency and security of physical access management within USCIS facilities. Interested vendors must submit their responses to the Request for Information (RFI) by June 27, 2025, and can direct inquiries to Yamitza Ortiz at yamitza.m.ortiz@uscis.dhs.gov or Rachel Turner at rachel.m.turner@uscis.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The USCIS is issuing a Request for Information (RFI) to explore the availability of commercial off-the-shelf (COTS) products for replacing its custom-coded Enterprise Physical Access Control System (ePACS). Deployed across approximately 30 locations, ePACS manages physical access requests compliant with various federal directives. The RFI seeks to identify solutions that can integrate geographically dispersed PAC systems, standardize workflows, automate access requests, facilitate parking management, and ensure compliance with security policies. Vendors must respond with their corporate experience in providing enterprise PAC system integration and parking solutions, detailing contract values and scopes of work. The deadline for submissions is June 27, 2025. The USCIS aims for a streamlined PAC management solution that improves efficiency and security across its facilities while adhering to government regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    DHS Medical Services Strategic Sourcing Vehicle (SSV) for Persons in Custody (PIC) and Related Services
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking information from industry stakeholders regarding the Medical Services Strategic Sourcing Vehicle (SSV) for Persons in Custody (PIC) and related services through Request for Information (RFI) 70RWMD26RFIP00002. The objective of this RFI is to gather insights on efficient, safe, and secure healthcare solutions, including medical staffing, logistics, equipment management, and quality oversight, to support DHS operations across various components such as ICE, CBP, and USCG. This initiative is crucial for ensuring standardized and effective medical care for individuals in custody and workforce members, addressing a dynamic healthcare landscape that requires adaptability and operational continuity. Interested parties must submit their responses using the provided template by December 23, 2025, at 5:00 PM ET, via email to the DHS Office of Procurement Operations at opoindustryliaison@hq.dhs.gov.
    CSAI
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking information through a Sources Sought Notice for the Customer Services, Accounts, and Integration (CSAI) initiative aimed at enhancing online account experiences and customer service interactions. The primary objectives include integrating online accounts, standardizing forms, reducing service costs through digital interfaces, and modernizing critical customer experience systems, with a focus on utilizing AI/ML for proactive notifications and predictive analysis. This RFI is intended for informational and planning purposes only, with responses due by January 2, 2026, and interested parties are encouraged to provide details on their corporate experience with relevant technologies and methodologies. For further inquiries, contact Patrick C. Gadwah at patrick.c.gadwah@uscis.dhs.gov.
    RFI PHARMACY TEMPERATURE MONITORING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking information from vendors regarding a Request for Information (RFI) for a modernized temperature monitoring system. This system is intended for use in medical refrigerators, freezers, and storage areas across 17 detention facilities, with a focus on functionality such as data monitoring, alerts, and compliance with CDC, VFC, and FDA standards. Vendors are required to provide detailed proposals that include system capabilities, implementation timelines, customer support, and a comprehensive cost breakdown for the setup and ongoing fees. Interested parties must submit their responses by December 4, 2025, at 5 PM EST, and can reach out to Vladimir Jockovic or Michelle Taylor for further inquiries.
    Standards Catalogue Service Request for Information
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking contractors to provide a universal catalogue service for mission-critical standards through a Request for Information (RFI) issued by the Science and Technology Directorate (S&T). This service aims to grant DHS and its components, including the U.S. Coast Guard, Customs and Border Protection, Immigration and Customs Enforcement, and FEMA, access to a comprehensive range of international, federal, and industry-specific standards, which are essential for conducting critical mission operations. Interested vendors are required to submit detailed information regarding their catalogue service features, coverage, integration capabilities, and cost estimates by noon ET on January 6, 2025. For further inquiries, potential respondents can contact Dorothy Woolfolk at dorothy.woolfolk@hq.dhs.gov or Jennifer K. Koons at jennifer.koons@hq.dhs.gov.
    Limited Sources Justification (LSJ) for Security Operations (SecOps) Support Services Interim Task Order
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking to justify limited sources for the procurement of Security Operations (SecOps) Support Services through an interim task order. This opportunity involves the posting of a Limited Sources Justification (LSJ) in accordance with FAR 8.405-6(a)(2)(i)(B), indicating the need for specialized IT and telecom security and compliance support services. The services are critical for maintaining the security and operational integrity of USCIS functions, particularly in the Camp Springs, MD area. Interested parties can reach out to Dianne E. Valiando at dianne.e.valiando@uscis.dhs.gov or Monty Kurtz at Monty.N.Kurtz@uscis.dhs.gov for further details.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service, is seeking a contractor for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to adhere to a detailed Statement of Work, which includes the installation of 13 cameras, the use of existing rack space, and compliance with specific contractor certifications. This procurement is a 100% small business set-aside, with a firm-fixed price contract expected to be awarded based on a best value selection process. Interested parties must register with the System for Award Management (SAM) and submit any questions to Contract Specialist Thomas Westlake by email. The Request for Quotation (RFQ) documents are anticipated to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    SAS Software for Data and Business Intelligence Services (DBIS III) PME.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking to procure SAS Software for Data and Business Intelligence Services (DBIS III) PME. This procurement involves a software suite capable of mining, altering, managing, and retrieving data from various sources, as well as performing statistical analysis, alongside SAS license maintenance. The software is crucial for enhancing data management and analytical capabilities within the agency. Interested vendors can reach out to Nicholas Barrett at nicholas.p.barrett@uscis.dhs.gov for further details regarding this opportunity.
    Justification Number FY23-0050 (70SBUR22F00000125 P00005)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking to modify an existing federal contract (Justification Number FY23-0050) for a one-month extension of Operations and Maintenance support services and cloud-based hosting for the Enterprise Information Lifecycle (EIL) service. This modification pertains to USCIS's current journaling and historical archiving solution, which is critical for managing and preserving immigration-related data. The place of performance for this contract is in Herndon, Virginia, and interested parties can reach out to Emily A. Sleeper at emily.a.sleeper@uscis.dhs.gov or by phone at 802-872-4135 for further details regarding this opportunity.
    I-9 Employment Verification Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking to award a sole source contract for I-9 Employment Verification Services to TALX Corporation, doing business as Equifax Workforce Solution. The contract will provide a secure online I-9 management system tailored to USCIS's onboarding needs, ensuring compliance with E-Verify requirements and federal law, while also facilitating the physical inspection of documents necessary for completing Section 2 of the I-9 form. This procurement is critical for maintaining accurate employment verification processes and ensuring that I-9 forms are easily searchable for re-verification and quality assurance. Interested parties can reach out to Lori Barney at lori.j.barney@uscis.dhs.gov or Mary Shinney at mary.a.shinney@uscis.dhs.gov for further details, as the contract will be awarded without competition under FAR 13.501.