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
    63--Building Access Service Agreement
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to provide service and maintenance for the Physical Access Card System (PACS) at the Denver Federal Center in Colorado. The procurement aims to ensure optimal functionality of the PACS through comprehensive maintenance, technical assistance, and necessary upgrades, including the repair and enhancement of hardware and software components. This service is critical for maintaining security access across multiple buildings within the facility, with a requirement for rapid response times and adequate equipment stocking to minimize downtime. Interested firms must submit their capability statements and relevant information by 5:00 PM MST on December 15, 2025, to Aaron Valdez at aaronvaldez@usbr.gov, referencing the notice number 140R8125Q0013.
    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.
    Buyer not available
    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 complete the installation in accordance with the provided Statement of Work, with a firm-fixed-price contract structure and a completion timeline of 90 calendar days following the Notice to Proceed. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding federal facilities. Interested contractors must be registered with the System for Award Management (SAM) and can direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, with RFQ documents expected to be issued around November 24, 2025.
    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
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors 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 contractors to provide all necessary labor, materials, and services, with a firm-fixed price contract to be awarded under a 100% small business set-aside, adhering to the NAICS code 561621 and a size standard of $25 million. This procurement is critical for enhancing security measures at the facility, with a performance period of 90 calendar days following the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, and note that the Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025.
    RFI PHARMACY TEMPERATURE MONITORING
    Buyer not available
    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.
    Limited Sources Justification (LSJ) for Security Operations (SecOps) Support Services Interim Task Order
    Buyer not available
    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.
    SAS Software for Data and Business Intelligence Services (DBIS III) PME.
    Buyer not available
    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)
    Buyer not available
    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
    Buyer not available
    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.
    Transportation Security Administration’s Open Architecture Initiatives
    Buyer not available
    The Transportation Security Administration (TSA) is seeking industry participation in its Open Architecture (OA) initiatives, aimed at enhancing the efficiency and interoperability of transportation security systems. This opportunity invites vendors to provide feedback on next-generation OA solutions, including the Digital Imaging and Communications in Security (DICOS) standard and the Open Platform Software Library (OPSL), to inform TSA's implementation strategy and future requirements. The TSA's OA approach is critical for modernizing security screening processes, ensuring agility in response to evolving threats, and improving the overall passenger experience. Interested parties should submit their comments using the provided forms by September 30, 2024, and respond to the Request for Information (RFI) by June 3, 2024, with inquiries directed to Siobhan Mullen at siobhan.mullen@tsa.dhs.gov or Siobhan Lawson at Siobhan.Lawson@tsa.dhs.gov.
    Genuine Presence Assurance service
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking a noncompetitive follow-on production contract for the iProov Genuine Presence Assurance service. This procurement aims to utilize iProov's patented liveness detection technology, which has proven effective in prior competitive prototypes, to enhance border security operations. The Genuine Presence Assurance service is critical for ensuring the authenticity of individuals' identities during border enforcement activities. Interested parties can reach out to Aga Frys at aga.frys@cbp.dhs.gov for further details regarding this opportunity.