Sole Source - Bi2 Technologies, LLC

SOL #: F2026073260Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Immigration And Customs Enforcement
INFORMATION TECHNOLOGY DIVISION
WASHINGTON, DC, 20024, United States

Place of Performance

Washington, DC

NAICS

Other Computer Related Services (541519)

PSC

Electronic Countermeasures, Counter Countermeasures And Quick Reaction Capability Equipment (5865)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 20, 2026
2
Submission Deadline
May 12, 2026, 1:00 PM

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 U.S. Immigration and Customs Enforcement (ICE) Enforcement and Removal Operations (ERO) is seeking proposals for Inmate Identification and Recognition System (IRIS™) and Mobile Offender Recognition & Information (MORIS™) licenses and support services. This acquisition is a Total Small Business Set-Aside, with the Government intending to award a single Firm Fixed Price (FFP) contract to Bi2 Technologies, LLC, provided their proposal is technically acceptable and pricing is fair and reasonable. Proposals are due May 12, 2026.

Purpose & Scope

The primary objective is to provide ICE with immediate access to over 5.025 million booking records across the United States via a secure, encrypted, real-time national criminal justice data sharing network utilizing advanced iris biometric technology. This system, comprising IRIS™ and MORIS™, will enhance ICE's capability to identify individuals encountered during operations, supporting Presidential Proclamations and Executive Orders related to border security. The solution will grant access to over 5 million booking records for over 1.5 million unique individuals enrolled by more than 247 agencies.

Key Requirements & Deliverables

  • An annual access license for unlimited enterprise users to the IRIS and MORIS solutions.
  • Supply of 1,570 IRIS biometric devices for nationwide deployment within 30 days of award.
  • 24/7/365 electronic and mobile access to the IRIS database, supporting unlimited users and queries.
  • Premium help desk support, annual maintenance, patch/emergency fixes, and software upgrades.
  • Up to three on-site "Train the Trainer" sessions and twenty remote training sessions.
  • A one-year warranty on all hardware, IRIS/MORIS software, mounting devices, and cables.
  • Delivery of license access instructions and keys within 20 calendar days of award.
  • Compliance with privacy requirements, government data ownership (24-hour access), Section 508 accessibility, and cybersecurity standards (Supply Chain Risk Management, OEM parts).
  • Adherence to ICE Artificial Intelligence (AI) contract language, including human-in-the-loop oversight, traceability, auditability, and a plan to work towards FedRAMP certification.

Contract Details

  • Contract Type: Firm Fixed Price (FFP)
  • Period of Performance: 12 months (Base period: June 1, 2026, to May 31, 2027)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 541519 - Other Computer Related Services
  • PSC: 5865 - Electronic Countermeasures, Counter-Countermeasures and Quick Reaction Capability
  • Place of Performance: Licenses will be accessible nationwide.

Proposal Submission

  • Due Date: May 12, 2026, at 9:00 AM Eastern Time.
  • Submission Method: Electronically to ice-ero-procurements@ice.dhs.gov.
  • Required Documents: Proposals must include a Cover Letter, a Performance Work Statement (PWS) addressing Attachment B (Statement of Objectives), a PWS Addendum (Attachment C), completed Terms and Conditions (Attachment D), a Draft Security Plan (responding to Attachment E: RTM NIST High), an End User License Agreement (EULA), and a Pricing Summary and Narrative (Attachment F) with supporting documentation for fair and reasonable pricing.

Evaluation & Award

Proposals will be evaluated based on technical acceptability (PWS, Security Plan) and the fairness and reasonableness of the proposed price. The Government intends to award a single FFP contract to Bi2 Technologies, LLC, provided these criteria are met. ICE reserves the right to negotiate any aspect of the proposal.

Additional Notes

All invoicing procedures will be conducted via www.IPP.gov, requiring vendors to be registered on the platform to receive payment.

People

Points of Contact

ICE ERO ProcurementsPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 20, 2026
Sole Source - Bi2 Technologies, LLC | GovScope