RFI - LeadTrac System Operations and Maintenance (O&M) Support Services
ID: RFI-LeadTracType: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS IMMIGRATION AND CUSTOMS ENFORCEMENTINFORMATION TECHNOLOGY DIVISIONWASHINGTON, DC, 20024, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking information regarding Operations and Maintenance (O&M) Support Services for the LeadTrac System. This Request for Information (RFI) aims to gather insights to refine the acquisition strategy, assess potential contract vehicles, and solicit feedback on high-level requirements for maintaining the LeadTrac application, which is vital for managing national security investigations. The contractor will be responsible for ensuring system support, compliance with Department of Homeland Security regulations, and effective communication with stakeholders throughout the project phases. Interested parties should submit their responses via MS Forms by March 28, 2025, at 10:00 AM Eastern Time, and may direct any questions to the primary contact, Justin Dudenhefer, at justin.dudenhefer@ice.dhs.gov, or the secondary contact, Jina Jackson, at jina.jackson@ice.dhs.gov.

    Point(s) of Contact
    Justin Dudenhefer, Contract Specialist
    justin.dudenhefer@ice.dhs.gov
    Jina Jackson, Contracting Officer
    Jina.Jackson@ice.dhs.gov
    Files
    Title
    Posted
    The LeadTrac Operations and Maintenance (O&M) Support Services Performance Work Statement (PWS) outlines the requirements for the U.S. Immigration and Customs Enforcement (ICE) to maintain the LeadTrac application, crucial for tracking and managing national security investigations related to counterterrorism and criminal exploitation. The document describes the technical landscape, including system architecture and technology stack, and delineates scope and tasks for uninterrupted system support, including client support, database management, operational tasks, security compliance, and reporting. Key aspects include support for external system interfaces, enhancements to the LeadTrac system, and adherence to Department of Homeland Security (DHS) regulations and security policies. The contractor must provide qualified personnel for various roles, ensuring compliance with ICE standards, implementing changes as needed, and maintaining documentation. The summary delineates the phases of project delivery—phase-in activities, phase-out responsibilities, and ongoing system enhancements—while emphasizing communication with stakeholders for efficient project management. Overall, the PWS emphasizes the importance of accurate data exchange and effective support in facilitating ICE’s national security mission while adhering to federal compliance frameworks.
    The document pertains to federal and state RFPs (Requests for Proposals) and grants, indicating a structured call for proposals related to various projects. It highlights the need for compliance with governmental standards, emphasizing the importance of safety, operational efficiency, and regulatory adherence. Key points include the solicitation of bids for potential projects which require detailed project proposals outlining technical specifications, timelines, and budgets. The document seeks to engage stakeholders to propose innovative solutions while ensuring public accountability and promoting sustainable practices. These initiatives reflect the government's commitment to enhancing community services, infrastructure improvements, and fostering economic development while adhering to transparent processes for proposal evaluation and funding allocation. The overall objective centers on collaboration with external entities to achieve public sector goals through effective resource utilization and strategic growth initiatives.
    Lifecycle
    Similar Opportunities
    RFI-MAIL AND PACKAGE TRACKING SYSTEM AND SERVICE
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from small business contractors regarding a new mail and package tracking system and service. The objective is to replace an outdated tracking system currently in use at three operational locations, with a focus on seamless tracking of accountable mail and packages, integration with existing infrastructure, and comprehensive staff training. This initiative is crucial for enhancing operational efficiency and ensuring compliance with modern security standards. Interested firms are invited to submit their capabilities and product listings by 5:00 PM EST on March 44, 2025, to the contracting officer, Travis Haefler, at thaefler@fbi.gov. Please note that this RFI is for market research purposes only and does not guarantee a future contract.
    D--Request for Information (RFI) Department of the Interior (DOI), Interior Bu
    Buyer not available
    The Department of the Interior (DOI) is seeking industry input through a Request for Information (RFI) aimed at modernizing its Time and Attendance systems within the Human Resources Directorate (HRD). The initiative focuses on identifying solutions that utilize a modern cloud-hosted, open-source architecture, leveraging microservices to enhance flexibility and scalability for over 35 federal agencies currently using the Quicktime system for time entry and payroll processing. Vendors are invited to submit corporate information and detailed responses addressing system modernization, integration capabilities, security measures, and innovative pricing structures, with responses due by March 21, 2025. Follow-up vendor presentations are scheduled for April 15-24, 2025, and interested parties can contact Christina Lene at christinalene@ibc.doi.gov or 571-732-2675 for further information.
    D--Request for Information (RFI) Department of the Interior (DOI), Interior Bu
    Buyer not available
    The Department of the Interior (DOI) is seeking information from vendors regarding a modernization initiative for its Human Resources Directorate (HRD) systems, specifically focusing on a time and attendance solution. The objective is to replace the existing Quicktime system with a more efficient, cloud-based solution that can accommodate over 168,000 personnel across 35 federal agencies, emphasizing flexibility, scalability, and integration capabilities with existing HR systems. This initiative is part of a broader effort to enhance operational efficiency and compliance within government operations, with a particular focus on data security, historical data migration, and the ability to implement regulatory changes swiftly. Interested vendors should submit their responses by March 21, 2025, and may be invited to present their solutions in April 2025. For further inquiries, vendors can contact Christina Lene at christinalene@ibc.doi.gov or call 571-732-2675.
    USCIS Contact Center Tier 1 Support Services
    Buyer not available
    The Department of Homeland Security, through the U.S. Citizenship and Immigration Services (USCIS), is seeking vendors for Tier 1 Support Services at its Contact Center, which handles immigration-related inquiries. The objective is to centralize client communications and enhance self-service options, responding to approximately 500,000-600,000 inquiries monthly, with a strong emphasis on bilingual support in English and Spanish. This procurement is a re-competition of an existing contract and will utilize NAICS code 561422, focusing on a multi-channel approach that includes phone, chat, and secure messaging, while also exploring the integration of new technologies such as Robotic Process Automation (RPA) and Artificial Intelligence (AI). Interested vendors must submit their capabilities and responses by April 7, 2025, to primary contact Mary Shinney at mary.a.shinney@uscis.dhs.gov or secondary contact Krystal Creaser at krystal.u.creaser@uscis.dhs.gov.
    IMMIGRATION AND CUSTOMS ENFORCEMENT VENDOR ENGAGEMENT DAY
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), has announced the cancellation of the Vendor Engagement Day originally scheduled for December 17th. This event, which is an opportunity for vendors to engage with ICE, will be rescheduled for 2025, with a future notice to be posted on SAM.gov detailing the new date and time. Such engagement days are crucial for fostering collaboration and understanding the needs of ICE in relation to computer systems design and related services. For further inquiries, interested parties can contact Thomas Thompson at Thomas.Thompson@ice.dhs.gov or by phone at 202-834-3922.
    Automated Purchase Card Approval System
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking proposals for an Automated Purchase Card Approval System to enhance its procurement processes. The system aims to replace existing manual procedures with a customizable, paperless solution that will streamline purchase card approvals for approximately 900 cardholders and 1,700 approvers, ensuring compliance with DHS policies and robust reporting capabilities. This initiative is crucial for improving operational efficiency while maintaining security and privacy protections for sensitive information. Interested parties can contact David M. Walther at david.m.walther@ice.dhs.gov or Colette Volkmer at colette.s.volkmer@ice.dhs.gov for further details, with the expectation of delivering a functioning solution within three months post-award.
    Notice of Intent to Sole Source - HSI Imaged Document and Exemplars Library (IDEAL) 2.0
    Buyer not available
    The Department of Homeland Security, through the U.S. Immigration and Customs Enforcement (ICE), is seeking to procure services for the Imaged Document and Exemplars Library (IDEAL) 2.0 project, focusing on enhancing a document management system with advanced functionalities. The initiative aims to improve document searching, user interfaces, and security measures, incorporating features such as an AI-driven Document Indexing Module and an Advanced Search Interface to ensure efficient and secure access to document resources. This project is critical for bolstering document security and compliance with federal standards, ultimately supporting government operations. Interested vendors should contact Tonya Fells at Tonya.T.Fells@ice.dhs.gov or Patricia Goldsberry at patricia.goldsberry@ice.dhs.gov for further information regarding the sources sought notice.
    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.
    Long Range Discrimination Radar (LRDR) Persistent Discrimination & Sustainment (PD&S) Request for Information (RFI)
    Buyer not available
    The Missile Defense Agency (MDA) is conducting a Request for Information (RFI) for the Long Range Discrimination Radar (LRDR) Persistent Discrimination & Sustainment (PD&S) program, aimed at identifying sources capable of providing systems development and hardware/software sustainment for the LRDR radar located in Clear, Alaska. The MDA seeks to gather information on potential capabilities and resources to support the LRDR's operational availability and future enhancements, with a focus on hardware and software activities that align with the Missile Defense System requirements for the FY2027 – FY2037 timeframe. The LRDR is a critical component of the MDA's missile defense strategy, providing essential long-range tracking and discrimination capabilities against missile threats. Interested parties must submit their responses by March 20, 2025, and can direct inquiries to Brandon Smith at brandon.a.smith@mda.mil or LaShonda Fletcher at lashonda.fletcher@mda.mil.
    Auto Body Repair Shops
    Buyer not available
    The Department of Homeland Security, through the United States Secret Service (USSS), is seeking information from qualified vendors regarding vehicle maintenance, repair, and body services for its Field Offices across the United States. This Request for Information (RFI) aims to gather market research to assess the industry's capabilities in providing essential vehicle servicing, which includes parts, labor, and materials necessary for repairs while adhering to original design specifications. The USSS emphasizes the importance of maintaining operational efficiency and safety in its vehicle servicing operations, with responses to this RFI due by March 28, 2025. Interested vendors should submit a capabilities statement detailing their experience and relevant certifications, and may contact Devanee Taylor at devanee.taylor@usss.dhs.gov or Matthew Sutton at matthew.sutton@usss.dhs.gov for further inquiries.