SOLICITATION NOTICE
D -- ICE Investigative Case Management System
- Notice Date
- 2/27/2014
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-TC, 801 I STREET, NW, Suite 910, Washington, District of Columbia, 20536, United States
- ZIP Code
- 20536
- Solicitation Number
- ICE-ICM-2014-SYNOPSIS
- Archive Date
- 3/29/2014
- Point of Contact
- William C. Fuller,
- E-Mail Address
-
william.fuller@ice.dhs.gov
(william.fuller@ice.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This synopsis is released pursuant to Federal Acquisition Regulation (FAR) Part 5.2, Synopses of Proposed Contract Actions. The Immigration and Customs Enforcement (ICE) agency of the Department of Homeland Security (DHS), in conjunction with the Customs and Border Protection (CBP), currently uses a mainframe-based and Government-developed custom software system called TECS as a case management tool for criminal investigations. ICE has a requirement to replace TECS with a new system that provides the same core investigative case management functions along with some new capabilities. Schedule challenges associated with introduction of the new system limits development opportunities and therefore, ICE desires solutions that are already in production and operational that would only require configuration changes without changes to software code, but at most, would require minimal software code changes to satisfy the Government's key requirements There are two key milestones that must be met. First, the time frame for Initial Operational Capability (IOC) must occur before September of 2015; IOC is defined as the milestone when all ICE investigative case management users are using the replacement system with at least the same functionality as the legacy TECS and when the legacy TECS can be disposed of. This date is critical because it is the Government's requirement that the legacy system be disposed of by September 30, 2015 as it has become extremely difficult and costly to maintain operations on that mainframe system. The second key milestone is that there must be a "code freeze" date at which point all code development, if required, will be completed and the prospective offeror's system will begin integration and integration testing with other required systems and interfaces. That date is proposed as January 2015. Additionally, given the schedule constraints explained above, the Government anticipates an enterprise-wide cutover, preceded by extensive system integration testing, performance testing and stress testing. Finally, the Government anticipates that some additional functionality, which is not required for IOC, i.e., is not a core functionality available in the current legacy TECS, will be required for Full Operational Capability (FOC), nominally one to two years after IOC. The solicitation will be issued electronically on an unrestricted basis as Request For Proposal HSCETC-14-R-00002 on or after March 15, 2014 via FedBizOpps at www.fbo.gov. Hard copies of the solicitation will not be available, therefore no written, telephone or facsimile request for the documents will be accepted. The solicitation closing date will be 30 days after the release of the RFP. All prospective offerors must be registered in the System Award Management System at www.sam.gov. The Government anticipates awarding a 5-Year hybrid fixed price/labor hour contract. All questions pertaining to the publication of this synopsis shall be submitted in writing via email to the contact listed in the synopsis and the subject line should read: ICE ICMS SYNOPSIS QUESTION. An RFI related to this procurement was issued on on 5 February 2014 and was titled "ICE Investigative Case Management - ICE-ICM-2014. The RFI response date was 14 February 2014. Responses to this Synopsis are not requested. It is the responsibility of the vendor to monitor FedBizOps for the issued RFP. If budgetary or other constraints cause the Government to delay or cancel issuance of the RFP, an amendment to this notice will be posted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-TC/ICE-ICM-2014-SYNOPSIS/listing.html)
- Place of Performance
- Address: 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
- Zip Code: 20536
- Zip Code: 20536
- Record
- SN03298226-W 20140301/140227234446-932dd325dbaec76ae9cf81f56cedfd18 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |