Termination of the Department of Homeland Security’s FirstSource III Contracts and Cancellation of the FirstSource III Solicitation
ID: DHS_OCPO_0627Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF THE CHIEF PROCUREMENT OFFICER
Timeline
    Description

    The Department of Homeland Security (DHS) has announced the termination of all FirstSource III Functional Category 1 ITVAR contracts and the cancellation of the solicitation for Functional Category 2 (Software). This decision follows a comprehensive analysis of active contract awards and solicitations, which determined that FirstSource III was non-mission critical and redundant, as similar offerings are available through existing General Services Administration (GSA) and other government-wide solutions. The DHS will continue to utilize GSA and other established contracts for future IT requirements, emphasizing the consolidation of federal procurement to eliminate waste and save taxpayer dollars. For further inquiries, interested parties can contact the OCPO Communications and Industry Liaison at DHSIndustryLiaison@hq.dhs.gov.

    Point(s) of Contact
    OCPO Communications and Industry Liaison
    DHSIndustryLiaison@hq.dhs.gov
    Files
    No associated files provided.
    Similar Opportunities
    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.
    Consolidated Hiring Operations and Personnel Services (CHOPS) Interim Task Order
    Buyer not available
    The Department of Homeland Security (DHS) is seeking to procure interim Human Resource Management support services through the Consolidated Hiring Operations and Personnel Services (CHOPS) Interim Task Order. This procurement aims to provide essential HR support in areas such as position classification, recruitment, workforce planning, and policy development, ensuring that the agency can effectively meet its staffing needs and retain skilled personnel. The interim Task Order is necessary as the previous contract ended on December 29, 2022, and a follow-on competitive solicitation is underway. Interested parties can reach out to George Carroll at george.carroll@cisa.dhs.gov or Jason Hawkins at jason.hawkins@cisa.dhs.gov for further details.
    DMDC USHRIS
    Buyer not available
    The General Services Administration (GSA) is seeking to modify an existing contract with Peraton for the development of the Uniformed Services Human Resources Information System (USHRIS) as part of the Defense Manpower Data Center's (DMDC) initiative. This modification is essential for completing the implementation of the Department of Defense's (DoD) Enterprise Identity, Credentialing, and Access Management (ICAM) requirements for the Trusted Associate Sponsorship System (TASS) application, with a critical deadline of September 30, 2023. The urgency of this procurement arises from a DoD directive to decommission outdated data centers, and Peraton is uniquely positioned to fulfill this requirement due to its expertise and security clearances, making competition impractical. Interested parties can reach out to Ryan P. Mathews at ryan.mathews@gsa.gov or David Roberts at david.a.roberts@gsa.gov for further information.
    Chief Data Officer Support Services (CDOSS) Bridge
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking support services for the Chief Data Officer through a five-month bridge contract. This procurement is justified under the Justification for an Exception to Fair Opportunity (JEFO) J&A-23-0075, which is in accordance with FAR 16.505(b)(2)(ii)(D). The services are critical for maintaining continuity in data management and support functions within the agency. Interested parties can reach out to Michelle Brooks at Michelle.Brooks@ice.dhs.gov or by phone at 202-731-6925 for further details regarding this opportunity.
    The Department of Homeland Security's (DHS) Maritime Capabilities and Innovation - Commercial Solutions Opening Pilot Program (CSOP) General Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) is initiating the Maritime Capabilities and Innovation Commercial Solutions Opening Pilot Program (CSOP) to acquire innovative commercial products and services aimed at enhancing U.S. maritime capabilities. This program, authorized by the National Defense Authorization Act for Fiscal Year 2017, seeks proposals that address various maritime challenges, including technology innovation, program oversight, and supply chain resilience, with a focus on modernizing acquisitions and expanding industry collaboration. Eligible participants include U.S.-based entities such as small businesses, academic institutions, and non-profits, with contract awards potentially reaching up to $25 million, subject to funding availability. Interested parties can submit proposals on a rolling basis until August 5, 2026, and should direct inquiries to Breean Jaroski or Mariah Watt via their provided emails.
    VER Future Limited Sources Justification
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking to justify limited sources for a procurement opportunity titled "VER Future Limited Sources Justification." This opportunity involves the acquisition of IT and telecom business application/application development support services, which are critical for enhancing the operational capabilities of USCIS. The services will be performed in Vermont, with the primary contact for this opportunity being Charnique Thomas, who can be reached at charnique.m.thomas@uscis.dhs.gov. Further details regarding the funding amount and specific deadlines have not been provided in the available documentation.
    Integrated Traveler Initiative (ITI) -continuation of LBI Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), intends to modify an existing task order for the Integrated Traveler Initiative (ITI) to continue services provided by Science Applications International Corporation (SAIC) on a sole-source basis. This procurement is focused on IT management support services that are unique and highly specialized, necessitating the continuation of services without competitive bidding. The modification aims to ensure the ongoing effectiveness of the ITI, which plays a critical role in enhancing border security and traveler processing. For further inquiries, interested parties can contact LaChelle Johnson at lachelle.p.johnson@associates.cbp.dhs.gov or Sharon Hallinan at sharon.e.hallinan@cbp.dhs.gov.
    Integrated Traveler Initiative (ITI), continue of LBI services-P00003
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking to modify an existing task order for the Integrated Traveler Initiative (ITI) to continue services provided by Science Applications International Corporation (SAIC). The modification is necessary as the current task order, which is set to expire on January 31, 2023, requires specialized IT management support services that only SAIC can provide due to the unique nature of the services. This initiative is critical for enhancing the efficiency and effectiveness of traveler processing at U.S. borders. Interested parties can reach out to Sharon Hallinan at sharon.e.hallinan@cbp.dhs.gov for further inquiries regarding this sole-source procurement.
    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.
    JUSTIFICATION FOR EXCEPTION TO FAIR OPPORTUNITY - SASS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to justify an exception to fair opportunity for the continued performance of Information System Security Officers (ISSOs) services. This procurement aims to provide independent risk assessment, vulnerability management, and compliance support with the Federal Information Security Management Act (FISMA) for ICE information systems. The services are critical for maintaining the security and compliance of ICE's IT infrastructure, ensuring the protection of sensitive information. Interested parties can reach out to Justin Dudenhefer at justin.dudenhefer@ice.dhs.gov or 202-913-2695, or Misty Weinhold at misty.weinhold@ice.dhs.gov or 202-748-6082 for further details.