ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Sole Source - Bi2 Technologies, LLC

DEPARTMENT OF HOMELAND SECURITY F2026073260
Response Deadline
May 12, 2026
4 days left
Days Remaining
4
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The U.S. Department of Homeland Security’s Immigration and Customs Enforcement, through ERO, is seeking a sole-source, firm-fixed-price award to Bi2 Technologies, LLC for access to the Inmate Identification and Recognition System (IRIS) and the Mobile Offender Recognition & Information System (MORIS). The work includes 1,570 IRIS units, 12 months of MORIS access, an enterprise license with unlimited users, training sessions, 24/7/365 support, and a one-year hardware and software warranty. The requirement emphasizes technical acceptability, a draft security plan showing protection of ICE data and a path toward FedRAMP certification, and compliance with the PWS addendum covering privacy, data ownership, Section 508 accessibility, cybersecurity, and supply chain risk management; the performance period runs from June 1, 2026, through May 31, 2027, with performance in Washington, D.C. Proposals are due electronically to ice-ero-procurements@ice.dhs.gov by May 12, 2026, at 9:00 AM Eastern Time, and license keys and access instructions are to be delivered within 20 calendar days of award to Patrick.Lewis@ice.dhs.gov.

Classification Codes

NAICS Code
541519
Other Computer Related Services
PSC Code
5865
ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT

Solicitation Documents

7 Files
2.2.1-Attachment A-SF 1449-Streamlined RFP-5.8.26.pdf
PDF263 KBMay 8, 2026
AI Summary
This government solicitation (Standard Form 1449) is a Firm-Fixed-Price (FFP) sole source contract awarded to Bi2 Technologies, LLC (Bi2) by ICE Enforcement & Removal (ICE/ERO) for licenses, training, and support for the Inmate Identification and Recognition System (I.R.I.S.™) and Mobile Offender Recognition & Information System (MORIS™). The contract, reference number 70CTD026R00000007, covers a performance period from June 1, 2026, to May 31, 2027. Key deliverables include 1570 units of IRIS, 12 months of MORIS, a 12-month enterprise license for unlimited users, up to three on-site and twenty remote
2.2.1-Attachment E - Requirements Traceability Matrix (RTM)_NIST High.doc
Word928 KBMay 8, 2026
AI Summary
The document is a Requirements Traceability Matrix (RTM) for the Department of Homeland Security, dated February 22, 2021. Its purpose is to relate security requirements from source documents, specifically NIST 800-53 with DHS 4300A Rev 4, to the security certification process, ensuring all requirements are identified and investigated. The RTM details each requirement, its testing/analysis, and results. Key columns include Control Ref., Security Req./Control, Security Category, Control Type (Common, Hybrid, System-Specific, Inherited, Not Specified), Planned Imp., Actual Imp., Test #(s), Methods (Interview, Examine, Testing), Tailored (In, Out, -), Overlays (In, Out, -), Result (Met, Not Met, Not Applicable), and Notes. The matrix lists numerous controls, predominantly
2.2.1-Attachment D-Terms and Conditions-4.29.26.pdf
PDF740 KBMay 8, 2026
AI Summary
This government file, Attachment D for RFP # 70CTD026R00000007, outlines the mandatory terms and conditions for contractors, incorporating numerous Federal Acquisition Regulation (FAR) clauses and Homeland Security Acquisition Regulation (HSAR) clauses. Key areas covered include restrictions on subcontractor sales, business ethics, whistleblower rights, and prohibitions on certain confidentiality agreements. The document details requirements for System for Award Management (SAM) registration and maintenance, protection of government interests when subcontracting, and updates on responsibility matters. It emphasizes compliance with small business regulations, labor laws (including those against convict and child labor, and for equal opportunity), and prohibitions against human trafficking. Furthermore, it addresses privacy act notifications, patent rights, tax on foreign procurements, and electronic payment systems. A significant portion is dedicated to security prohibitions and exclusions, particularly concerning covered telecommunications equipment from specific foreign entities, Kaspersky Lab products, and FASC-prohibited unmanned aircraft systems. It also includes strict guidelines for handling Controlled Unclassified Information (CUI), incident reporting, and contractor employee access requirements, especially for non-U.S. citizens. The document stresses the contractor's responsibility to ensure compliance across all subcontracting tiers and to report any identified non-compliance promptly.
2.2.1-Attachment C_PWS Addendum.pdf
PDF298 KBMay 8, 2026
AI Summary
This government file, an addendum to a Performance Work Statement, outlines critical contractual requirements across several key areas: privacy, data ownership, Section 508 accessibility, general cybersecurity, and the use of Artificial Intelligence (AI). It mandates strict privacy safeguards for sensitive information, limits work to government facilities and networks, and requires prior approval for subcontractors. Data ownership provisions ensure government accessibility and control over all program data, with a preference for API-based sharing. Section 508 compliance is emphasized for all Information and Communications Technology (ICT) to ensure accessibility for individuals with disabilities. Cybersecurity requirements focus on supply chain risk management, requiring contractors to provide detailed supplier information and maintain a Supply Chain Risk Management Plan. Finally, the document details stringent AI contract language, mandating compliance with federal policies, human-in-the-loop oversight, traceability, government data ownership, prevention of vendor lock-in, and robust security, testing, and continuous monitoring for all AI systems or services.
2.2.1-Attachment B-SOO.pdf
PDF284 KBMay 8, 2026
AI Summary
The U.S. Department of Homeland Security, Immigration and Customs Enforcement (ICE), Office of Chief Information Officer (OCIO), is seeking services to access the Inmate Recognition and Identification System (IRIS) and Mobile Offender Recognition & Identification System (MORIS) developed by Bi2 Technologies, LLC. This requirement provides ICE with immediate access to over 5 million booking records from 247 agencies across the United States through a secure, encrypted, real-time national criminal justice data-sharing network based on iris biometric technology. The solution supports Presidential Proclamation 108 and Executive Orders 14159 and 14165 by enhancing ICE's ability to quickly and accurately identify individuals. Deliverables include annual access licenses, 1,570 IRIS biometric devices, 24/7/365 electronic and mobile access, help desk support, and adherence to strict security requirements, including a Draft Security Plan with a path to FedRamp certification. The contractor must not use ICE query data for commercial purposes or share it with other entities.
2.2.1-Combined Synopsis Solicitation-5.8.26.pdf
PDF239 KBMay 8, 2026
AI Summary
This is a combined synopsis/solicitation (RFP #70CTD026R00000007) for licenses for the Inmate Identification and Recognition System (I.R.I.S.™) and the Mobile Offender Recognition & Information (MORIS™) for Enforcement and Removal Operations (ERO) by ICE. The acquisition is set aside for small business concerns. The solicitation requests proposals for various licenses, including 1,570 IRIS licenses, 1 MORIS license (not separately priced), a 12-month enterprise license, training sessions, 24/7/365 support, and a one-year warranty on hardware and software. Proposals must be submitted electronically to ice-ero-procurements@ice.dhs.gov by May 12, 2026, at 9:00 AM Eastern Time. Required submission documents include a cover letter, Performance Work Statement (PWS), Terms and Conditions fill-ins, a draft security plan, an End User License Agreement (EULA), and a pricing summary with narrative. The Government intends to award a single Firm Fixed Price (FFP) Contract for a 12-month period of performance to Bi2, contingent on technical acceptability and fair and reasonable pricing.
2.2.1-Attachment F-Price Summary and Narrative.xlsx
Excel26 KBMay 8, 2026
AI Summary
This government pricing summary outlines a 12-month contract for inmate recognition and identification systems. It includes CLINs for the Inmate Recognition and Identification System (IRIS) and the Mobile Offender Recognition & Identification System (MORIS). The contract also covers a 12-month enterprise license for unlimited users, on-site and remote

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 8, 2026
deadlineResponse DeadlineMay 12, 2026
expiryArchive DateMay 27, 2026

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US IMMIGRATION AND CUSTOMS ENFORCEMENT
Office
INFORMATION TECHNOLOGY DIVISION

Point of Contact

Name
ICE ERO Procurements

Place of Performance

Washington, District of Columbia, UNITED STATES

Official Sources