iCYLON Subscription Service
ID: 70RTAC24Q00000098Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSINFO TECH ACQ CENTERWASHINGTON, DC, 20528, USA

NAICS

Web Search Portals and All Other Information Services (519290)

PSC

NEWSPAPERS AND PERIODICALS (7630)
Timeline
    Description

    The Department of Homeland Security (DHS) is seeking to award a sole source contract for the iCYLON Subscription Service to iCYLON LLC, based in Tysons Corner, VA. This procurement aims to provide essential data integration services that are critical for DHS Law Enforcement and Intelligence Analysts in their efforts to combat transnational criminal activities, including drug trafficking and the misuse of sensitive technologies. The iCYLON service is uniquely qualified to meet the stringent requirements for comprehensive, searchable databases with international reach, which are vital for thorough criminal investigations. Interested parties can submit quotes via email to Contracting Officer Andrea Walker at Andrea.Walker@hq.dhs.gov, with the contract expected to cover a 12-month base period and two optional 12-month extensions, under solicitation number 70RTAC24Q00000098.

    Point(s) of Contact
    Files
    Title
    Posted
    The Sole Source Justification (SSJ) document outlines the Department of Homeland Security's (DHS) rationale for procuring the iCYLON Subscription Service from iCYLON, LLC, under federal acquisition regulations permitting sole-source contracts. iCYLON is uniquely qualified, holding exclusive rights to specialized data integration services essential for DHS Law Enforcement and Intelligence Analysts to effectively combat transnational criminal activities, including drug trafficking and the misuse of sensitive technologies. The SSJ emphasizes the critical need for comprehensive, searchable databases that cover multiple data types with international reach, which are essential for thorough criminal investigations. Market research confirms that no other providers can meet the stringent requirements outlined. The contracting officer has determined the anticipated costs will be fair and reasonable, basing evaluations on previous contracts with similar services to ensure cost efficiency. Approval for the contract is pending from the appropriate procurement authority within DHS.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Notice of Intent to Sole Source - Bloomberg Government Subscription
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) intends to award a sole source contract for a Bloomberg Government subscription to support its Science and Technology Directorate (S&T). This procurement aims to provide access to essential scientific journals and databases, which are critical for the S&T divisions to maintain their research capabilities and technological advancements. The subscription will include monthly usage reports and trend analyses, with the contract expected to span a 12-month base period and four additional 12-month options. Interested parties who believe they can meet the requirements are encouraged to contact Danette Williams at danette.williams@hq.dhs.gov by 12:00 noon EST on September 26, 2024, for further inquiries.
    A--DHS S&T Secure Shipping Follow-on Presolicitation
    Active
    Interior, Department Of The
    The Department of the Interior, through its Interior Business Center, is issuing a presolicitation notice for a sole source contract to Global Secure Shipping Inc. for the Department of Homeland Security's Secure Shipping Project. This initiative aims to enhance supply chain security by developing and field testing secure shipping containers, specifically 39 new six-sided containers alongside 15 previously tested ones, to meet industry standards and combat transnational criminal activities. The follow-on contract, justified under federal regulations due to the specialized nature of the equipment, is expected to last for 36 months, with interested vendors invited to submit their qualifications by October 4, 2024. For further inquiries, vendors can contact Serena Davidson at serenadavidson@ibc.doi.gov or call 703-914-3723.
    DHS Cybersecurity Readiness Evaluation Factor
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of is seeking Cyber Hygiene services. Cyber Hygiene clauses were incorporated into DHS contracts in 2015 to ensure contractor compliance with cyber standards and protections. The department is now conducting a pathfinder effort to assess industry compliance with these requirements. A self-assessment questionnaire will be released to a subset of existing DHS vendors to gather data on cyber hygiene risk. This assessment will guide future program development and improve the department's cyber posture. The goal is to protect the Homeland and strengthen the Cyber-Supply Chain Risk Management program. Collaboration with vendors is appreciated.
    2024 Department of Homeland Security (DHS) Directorate of Science and Technology (S&T) Long Range Broad Agency Announcement (LRBAA) 24-01
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), Science and Technology Directorate, has issued a five-year Long Range Broad Agency Announcement (LRBAA) under the title '24-01' to fund scientific and technical projects that enhance homeland security capabilities. The focus is on innovative solutions for near-term operational needs, foundational research, and future threats to national security and resilience, with an emphasis on food security and veterinary defense. Businesses and innovators can engage by attending an industry event and submitting proposals online. The DHS aims to improve its operational environment by selecting and funding promising scientific projects, offering a streamlined submission and evaluation process. Contact John Whipple or Jason Rios for more information.
    7D--CLAIN Licenses
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking qualified small businesses to provide CLain Licenses through a combined synopsis/solicitation process. This procurement is focused on acquiring commercial items, with a requirement for brand name or equal products, under the NAICS code 541519, which pertains to Other Computer Related Services. The solicitation will be conducted via an online competitive reverse auction on the Unison Marketplace platform, with bids due by September 20, 2024, at 11:00 AM Eastern Time. Interested sellers can register for free on the Unison Marketplace website and should direct any inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    7E--20144918 IT Market Place Order #31
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified small businesses to provide IT commodities, solutions, and value-added reseller services through a combined synopsis/solicitation titled "7E--20144918 IT Market Place Order 31." This procurement is part of the DHS FirstSource II program, and bidders must comply with the terms of their respective IDIQ contracts while ensuring their status to conduct business with the Federal Government is active. The items required are brand name or equal, and the solicitation will be conducted via an online competitive reverse auction on Unison Marketplace, with bids due by September 20, 2024, at 11:00 AM Eastern Time. Interested sellers can reach out to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com for assistance.
    70B04C24C01 – Leidos Inc. – Notice of Intent
    Active
    Homeland Security, Department Of
    Notice of Intent: Homeland Security, Department of - Leidos Inc. The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Leidos Inc. The contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment, including supplies, parts, and services. The equipment is used to detect illicit material and radiological threats attempting to enter or exit the borders. It is crucial for the systems to be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation with minimal or no delays in service. Leidos Inc. is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. No other service or equipment will meet the Government's needs. The contract will be awarded by August 30, 2024. For any questions, please contact the following team members via a group email: Contract Specialists: Debbie Dean - debbie.d.dean@cbp.dhs.gov John Marschall - john.d.marschall@cbp.dhs.gov Dawn Ford - dawn.m.ford@cbp.dhs.gov Lorena Vargas - lorena.d.vargas@othergovagency.cbp.dhs.gov Contracting Officer: Monica Y. Watts - monica.y.watts@cbp.dhs.gov The place of performance for this contract is Ashburn, Virginia, United States.
    Camera
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Immigration and Customs Enforcement (ICE) Office of Acquisition Management, intends to procure cameras from a single source, ShaiderTech, located in Fairfax, VA. This procurement is being conducted under FAR Part 13, Simplified Acquisition Procedures, due to the unique capabilities and proprietary nature of ShaiderTech's products, which are deemed essential for the DHS's operational needs. This notice serves informational purposes only and does not constitute a request for quotes (RFQ), with the Contracting Officer retaining discretion over the decision not to compete the contract. For inquiries, interested parties may contact Wes Ransom at Wesley.Ransom@ice.dhs.gov or by phone at (469) 858-1668.
    Logistics Supply Chain Management System Cloud (LSCMS-C) - FY25 RECOMPETE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Logistics Supply Chain Management System Cloud (LSCMS-C) Operations and Maintenance (O&M) requirements. The selected contractor will assist in fulfilling O&M needs and completing remaining upgrade requirements for the LSCMS-C, which is critical for managing disaster response assets and logistics, including purchasing, inventory management, and transportation. This system plays a vital role in FEMA's disaster relief efforts by tracking and reporting the location of assets in real-time across its distribution centers. Interested parties should note that the solicitation is anticipated to be released around September 23, 2024, and proposals are not currently being requested. For further inquiries, potential bidders can contact Judith Hicklin at judith.hicklin@fema.dhs.gov or Staciellyn Chapman at staciellyn.chapman@fema.dhs.gov.
    Armed Protective Security Officer Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service Acquisitions Division, intends to issue a sole source extension for Armed Protective Security Officer Services at various locations in Washington, D.C., and Maryland. This extension, lasting up to six months, will continue the services provided by Golden SVCS LLC, Master Security Company LLC, and Triple Canopy, allowing time for the government to transition to follow-on efforts for these essential security services. The procurement is critical for maintaining safety and security at federal facilities, and interested parties may submit capability statements to Josh Clemens at josh.b.clemens@fps.dhs.gov, as this notice is not a request for competitive proposals. The applicable NAICS code is 561612, with a small business size standard of $29 million, and a Justification for Other Than Full and Open Competition will be posted following the award.