ICE/HSI Hosting Support Services
ID: 70CTD024Q00000107Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Homeland Security, through the Immigration and Customs Enforcement (ICE), is seeking quotations for Hosting Support Services for the Intellectual Property Rights Center (IPR Center). The procurement aims to provide technical support and hosting services, including the maintenance of criminal seizure banners and data collection on website visitors, with a focus on compliance with federal security protocols and accessibility standards. This contract is crucial for the IPR Center's efforts to combat intellectual property theft and enforce trade laws, ensuring effective outreach and educational initiatives. Interested vendors must submit their proposals by September 18, 2024, with inquiries directed to Kelli Brooks at Kelli.Brooks@associates.ice.dhs.gov or Heather Cauthinn at heather.cauthinn@ice.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document pertains to RFQ# 70CTD024Q00000107, which is for Hosting Support Services and includes a series of questions and answers regarding the contract's status. It confirms that the contract is a recompete rather than a brand-new project, with the incumbent being the National Cyber-Forensics and Training Alliance (NCFTA). The existing contract number is 70CTD021P00000012, active from June 1, 2021, to May 31, 2024, valued at $37,000. This recompete indicates that the government is seeking to renew or replace the services currently provided under the specified contract. Overall, the document is critical in understanding the context of the Request for Quotation (RFQ) process and the operational continuity of Hosting Support Services within federal operations.
    The RFQ# 70CTD024Q00000107 pertains to Hosting Support Services related to the domain seizedservers.com, managed by the IPR Center under ICE/HSI. This contract is a recompete of an existing service currently provided by the incumbent vendor, with a value of $37,000, set to expire on May 31, 2024. The new contractor will be responsible for maintaining the seized websites, ensuring the implementation of seizure banners and managing data related to the hits on these domains. The document outlines requirements for migrating existing data, creating tracking programs, and providing reporting on visitor metrics, specifically emphasizing the need for collecting IP addresses, timestamps, and other usage statistics. The expected service levels include maintaining a 99.999% uptime and a quick response to outages. The information from the previous vendor regarding seizure operations should be leveraged to ensure smooth transition and continuity, while any new functionality developed will become the property of technical oversight authorities. The timeline for project completion is under discussion, with extensions to the due date allowed until September 18, 2024.
    The document outlines the terms and conditions associated with RFQ # 70CTD024Q00000107 for government contracting, emphasizing compliance with federal acquisition regulations (FAR). It includes provisions related to telecommunications, particularly the prohibition of covered telecommunications equipment or services under the John S. McCain National Defense Authorization Act. Offerors must provide representations regarding their use of such equipment, which includes details about production, descriptions, and justifications for proposed use. Key FAR clauses incorporated by reference include those on offeror representations, responsibility matters, and subcontracting regulations. The document details procedures for reviewing excluded parties via the System for Award Management (SAM), ensuring compliance, and proper invoice submission processes, which mandate that all invoices must adhere to specific content and submission formats. The overall purpose is to ensure that contractors meet legal and regulatory standards when bidding for government contracts, focusing heavily on preventing national security risks related to telecommunications procurement.
    This Statement of Work (SOW) details the technical support and hosting services required for the Department of Homeland Security's Immigration and Customs Enforcement (ICE) Intellectual Property Rights Center (IPR Center). The IPR Center coordinates efforts among 25 member agencies to combat intellectual property theft and enforce trade laws. The contractor is expected to provide an independent server to host criminal seizure banners and an Anti-Counterfeiting and Piracy (ACP) banner, ensuring data collection on visitors to these websites. Specific requirements include technical support for banner maintenance and data analysis, compliance with Section 508 accessibility standards, and the protection of sensitive information. The contract extends over a base period of one year with two optional years, requiring adherence to federal security protocols and continuous communication with the IPR Center. Overall, the SOW emphasizes the IPR Center's strategic approach to combatting IP theft and the essential technological support needed to enhance its outreach and educational efforts against counterfeiting.
    The document outlines the Request for Quotation (RFQ) #70CTD024Q00000107 issued by the U.S. Department of Homeland Security, specifically by the Immigration and Customs Enforcement (ICE), for Hosting Support Services for the Intellectual Property Rights Center (IPR Center). The solicitation requests quotes for a 12-month base period, with two 12-month option periods, under NAICS Code 541519. The RFQ emphasizes that submissions must conform to specified instructions, including a technical approach and pricing structure. Bidders are required to include detailed information such as cover letters, technical capabilities, and corporate experience from past contracts. The evaluation process will assess submissions on technical acceptability and price reasonableness, ensuring that the proposals align with the needs set out in the Statement of Work. The government aims to award a Firm-Fixed-Price contract based on the quality of the proposals received. The RFQ highlights the importance of technical qualifications and accurate pricing while outlining submission procedures and organizational requirements for bidders.
    The U.S. Department of Homeland Security's Office of Acquisition Management issued Amendment 00001 for RFP 70CTD024Q00000107, dated September 17, 2024. This amendment extends the submission deadline for proposals from 12:00 PM EST on September 17, 2024, to 12:00 PM EST on September 18, 2024. Additionally, it notes that vendor inquiries and corresponding answers have been posted, providing essential information for potential bidders. This extension allows vendors extra time to prepare their submissions, reflecting an approach that supports increased participation and clarity in the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    iCYLON Subscription Service
    Active
    Homeland Security, Department Of
    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.
    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.
    Infoblox Software Licensing
    Active
    International Trade Commission, United States (duns # 02-1877998)
    The United States International Trade Commission (USITC) is seeking quotations for Infoblox software licensing to manage DNS and DHCP services through a centralized virtual host. The procurement aims to enhance operational efficiency and security while ensuring compliance with federal mandates, specifically targeting certified Infoblox resellers as part of a 100% Small Business Set-aside initiative. This software is crucial for modernizing the IT infrastructure of the USITC, with a delivery period set from October 18, 2024, to October 17, 2025. Interested offerors must submit their quotations by September 25, 2024, and can direct inquiries to Meaghann Peak at meaghann.peak@usitc.gov.
    Cameras
    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 solicit a contract for cameras from a single source, ShaiderTech, located in Fairfax, VA. This procurement is justified under FAR 13, Simplified Acquisition Procedures, due to the unique capabilities and proprietary nature of the products offered by the contractor. The cameras are essential for the operational needs of ICE, highlighting the importance of specialized equipment in supporting law enforcement activities. For inquiries regarding this opportunity, interested parties can contact Wes Ransom at Wesley.Ransom@ice.dhs.gov or by phone at (469) 858-1668. This notice serves informational purposes only and is not a request for quotes.
    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.
    X-Rays for USCIS
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Citizenship and Immigration Services (USCIS) is seeking to procure new X-ray machines to enhance security at various facilities, specifically through the Office of Security and Integrity (OSI). The procurement aims to replace outdated machines with a total of 27 new Non-Intrusive Inspection (NII) X-ray machines, along with roller tables and optional warranty services, ensuring compliance with OSHA standards during installation and removal of old devices. This initiative is critical for maintaining a secure environment by preventing the entry of weapons and contraband into federal spaces, reflecting USCIS's commitment to safety for employees and visitors. Interested vendors must submit their pricing quotes by email to Rachel Turner at Rachel.M.Turner@uscis.dhs.gov by Thursday, September 19, 2024, at 10:00 AM EST, with the contract performance period set from September 25, 2024, to September 24, 2025.
    Investigators Maintain Purposeful Awareness to Combatting Trafficking Trauma (IMPACTT) training
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Immigration and Customs Enforcement (ICE) is planning to award a sole source contract for the Investigators Maintain Purposeful Awareness to Combatting Trafficking Trauma (IMPACTT) training program. This training aims to enhance awareness and skills in addressing the trauma associated with human trafficking, with the contract valued at $210,000 to be executed with the Dallas Children’s Advocacy Center in Dallas, TX. The contract will follow FAR Part 13 Simplified Acquisition Procedures and will have an initial term of 12 months, with the possibility of two additional 12-month option periods. Interested parties can direct inquiries to Tracy D. Riley at tracy.riley@ice.dhs.gov or by phone at 469-858-2855.
    Travel Document Production Services (TDPS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking quotes for Travel Document Production Services (TDPS) to enhance its travel document personalization capabilities. The procurement involves supplying personalization equipment, maintenance, and consumables necessary for producing secure travel document booklets, including the I-327 and I-571 forms, with a focus on compliance with international standards and operational efficiency. This contract will span five years, starting from September 25, 2024, and includes a base period and four option years, with proposals evaluated based on the lowest price technically acceptable criteria. Interested vendors must submit their quotes by September 19, 2024, and can direct inquiries to Inna Aydinyan or Rachel Turner via their respective emails.
    Enterprise Contact Center (ECC) Cloud Migration-Request for Information
    Active
    Commerce, Department Of
    The U.S. Patent and Trademark Office (USPTO) is seeking qualified vendors to assist in migrating its Enterprise Contact Center (ECC) from an on-premises solution to a cloud-based model utilizing Genesys Cloud CX licenses. The primary objectives include conducting a thorough system analysis, ensuring seamless integration, optimizing processes for the new cloud environment, and providing ongoing operational support, training, and maintenance. This initiative is crucial for enhancing customer service operations that support over 500 agents, improving functionalities such as call routing and self-service options, and aligning with the USPTO's goals of modernization and efficiency. Interested vendors must submit their responses to the Request for Information (RFI) by October 4, 2024, with inquiries due by September 20, 2024. For further details, vendors can contact Jennifer Hudson at jennifer.hudson@uspto.gov or Theodore Terrell at theodore.terrell@uspto.gov.
    Cybersecurity, Architecture & Implementation, Technical Operations, Ops Projects & Cloud Svcs
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to provide commercial software licenses and maintenance services, focusing on advanced cybersecurity solutions. The procurement aims to enhance the IRS's IT infrastructure through the acquisition of Brand Name or Equal COTS software, including HPE Ezmeral, Ciphertrust, Elastic Search, and One Identity, to bolster data protection and analysis capabilities against cyber threats. This initiative is critical for ensuring compliance with federal standards and safeguarding sensitive information, with the contract performance period commencing on September 28, 2024, and extending through September 27, 2029. Interested parties must submit their quotes by 10:00 AM EST on September 19, 2024, and direct any inquiries to Vanessa Rodgers at vanessa.rodgers@irs.gov or JW Terry at jw.r.terry@irs.gov.