RFI - ICE Visa Security Program Tracking System (VSPTS)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Homeland Security (DHS), U.S. Immigration and Customs Enforcement (ICE), through its Homeland Security Investigations (HSI) division, has issued a Request for Information (RFI) for Operations and Maintenance (O&M) Support Services for the Visa Security Program Tracking System (VSPTS). This RFI is for market research and planning purposes only and is not a solicitation. Responses are due May 15, 2025, at 10:00 AM Eastern Time.
Purpose
This RFI seeks to refine the acquisition strategy, determine if a set-aside will be used, select an appropriate contract vehicle, and gather comments and information on the attached Draft Performance Work Statement (PWS). The Government is not seeking proposals at this time and will not pay for any costs incurred in responding. Information provided is subject to change and is not binding. Proprietary information must be clearly marked.
Scope of Interest
The VSPTS requires O&M support services, including adaptive, perfective, corrective, and preventative maintenance, system enhancements, and documentation updates. Key areas include:
- Software Maintenance: Tier 2 and Tier 3 helpdesk support.
- System Support: Interfaces (CBP UPAX, DoS CCD), database, reporting, system tuning, migration, and administration.
- Configuration Management: Managing O&M changes and supporting releases.
- Security: Implementing patches, ensuring compliance, and supporting ATO renewals.
- Enhancements: Utilizing Agile development methodology.
- Technologies: Proficiency in Java EE, PostgreSQL, JBoss/WildFly, Artemis Active MQ, Ansible, Terraform, and AI/ML is required.
- Place of Performance: Primarily contractor facilities, with frequent in-person meetings in the Greater Washington Metro Area. Telework is authorized.
- Period of Performance (Anticipated): A base period of 12 months with four (4) 12-month option periods.
Submission Requirements
- Response Due: May 15, 2025, at 10:00 AM Eastern Time.
- Method: Responses must be submitted exclusively via MS Forms. A PDF copy of the questionnaire is provided for review only; completed PDFs will not be accepted.
- Content: Vendors should provide a company overview, business size/socio-economic status, recommended NAICS codes, suitable GWAC or MAS vehicles, Level of Effort (LOE) and team composition for the draft PWS, detailed feedback on the draft PWS (including clarity for a Firm Fixed-Price contract type and recommended evaluation factors), and 1-3 recent, similar past experiences (within 3 years) detailing scope, labor, Agile use, SDLC management, technologies, training, and support.
- Questions: Questions regarding RFI form functionality or extensions may be sent to the Contract Specialist, Joseph.D.Thibault@ice.dhs.gov, and the Contracting Officer, Pamela.A.Rodgers@ice.dhs.gov.
Incumbent Information
The current VSPTS contract number is 70CTD021FR0000040, with a Period of Performance through September 25, 2026.