Opportunity
SAM #F2026073260
ICE Solicits IRIS and MORIS Biometric Systems, Licenses, and Support
Buyer
ICE IT Division
Posted
May 08, 2026
Respond By
May 12, 2026
Identifier
F2026073260
NAICS
541512, 541519
ICE is seeking proposals for biometric identification solutions to support Enforcement and Removal Operations: - Government Buyer: - U.S. Department of Homeland Security, Immigration and Customs Enforcement (ICE), Enforcement and Removal Operations (ERO), Office of Acquisition Management, Information Technology Division - OEM and Vendor: - Bi2 Technologies, LLC (OEM and solution provider) - Products and Quantities: - 1,570 units of the Inmate Recognition and Identification System (IRIS) biometric devices - 12-month (annual) enterprise license for unlimited user access to the IRIS database via MORIS or IRIS software - 12-month subscription/license for the Mobile Offender Recognition & Identification System (MORIS) - Services Included: - Up to three on-site Train the Trainer sessions and up to twenty remote training sessions - 24/7/365 technical support (telephone and online), including patch and emergency fixes, periodic and annual software upgrades, and major/minor version releases - One-year warranty on all hardware, software, mounting devices, and cables, with 24-hour shipment of replacement hardware - Security and compliance support, including FedRAMP certification, NIST High standards, vulnerability scanning, and integration with ICE IAM and MFA systems - Notable Requirements: - All services and licenses (except IRIS units) are bundled and not separately priced - Real-time access to over 5 million booking records nationwide - Set aside for small business concerns - Place of Performance and Delivery: - ICE Office of Acquisition Management, Information Technology Division, 500 12th St SW, Washington, DC 20024 - ICE Enforcement & Removal Operations, 500 12th St SW Suite 900, Washington, DC 20024 - Nationwide deployment at ICE-designated locations - Technical support provided from Marietta, Georgia
Description
Description:
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number 70CTD026R00000007 is issued as a streamlined request for proposal (RFP) for licenses for the Inmate Identification and Recognition System (I.R.I.S.™) and the Mobile Offender Recognition & Information (MORIS™) for Enforcement and Removal Operations (ERO).
PSC: 5865 - Electronic Countermeasures, Counter-Countermeasures and Quick Reaction Capability
NAICS: 541519- Other Computer Related Services
This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
A list of line-item number(s) and items, quantities, and units of measure (including option(s), if applicable):
CLIN 0001 - Inmate Recognition and Identification System (IRIS) - 1,570 Each CLIN 0002 - Mobile Offender Recognition & Identification System (MORIS) - 12 Months *Not separately priced CLIN 0003 - 12-month (annual) enterprise license which includes unlimited user licenses to access and search the IRIS database using MORIS or IRIS software. - 12 Months *Not separately priced CLIN 0004 - Up to Three (3) on-site Train the Trainer sessions at locations determined by ICE and up to twenty (20) remote training sessions. - 12 Months *Not separately priced CLIN 0005 - 24/7/365 telephone and online U.S. support by our Marietta, Georgia-based technical staff. This will include providing patch and emergency fixes, and periodic and annual software upgrades including major and minor software version releases. - 12 Months *Not separately priced CLIN 0006 - One-year (12-month) warranty on all hardware, IRIS and MORIS software, mounting devices, and cables (including 24-hour shipment of replacement hardware whether damaged, broken or defective). - 12 Months *Not separately priced
Description of requirements for the items to be acquired, including documentation supporting any brand name descriptions (see 12.102):
ICE requires the contractor to provide the licenses identified in the section above. Attachment B: Statement of Objectives provides additional details about the requirement.
Date(s) and place(s) of delivery and acceptance and f.o.b. point (see part 47):
The contractor shall deliver the license access instructions and license keys to the email address no later than 20 calendar days from date of award to Program Manager, Patrick Lewis at Patrick.Lewis@ice.dhs.gov.
A list of solicitation provisions that apply to the acquisition (see 12.205(a)):
All applicable solicitation provisions are contained in Attachment D – Terms and Conditions.
A list of contract clauses that apply to the acquisition (see 12.205(b)):
All applicable contract clauses are contained in Attachment D – Terms and Conditions.
The date, time, and place for receipt of offer and point of contact:
Proposals shall be submitted electronically to ice-ero-procurements@ice.dhs.gov no later than May 12, 2026 at 9:00AM Eastern Time.
Any other additional information required by 5.101(c):
Proposal Submission Requirements
There is no page limit for the proposal. All documents must be submitted in Microsoft Word, Microsoft Excel or Adobe PDF compatible formats. Text shall be single-spaced, on 8½” x 11” paper (except as specifically noted), with margins not-less-than one inch. Pages shall be numbered consecutively. Contractors may use 11” x 17” sized fold-out pages for tables, charts, graphs, or pictures that cannot be legibly presented on 8½” x 11” paper. Each 11” x 17” page applies as two pages to the overall page count. Print must be of a minimum 11-point font size.
Bi2 shall submit a proposal which contains the following documents:
Cover Letter – The contractor shall prepare a cover letter which includes the following information:
<ul>
<li>RFP Number & Title</li>
<li>Name and address of Contractor</li>
<li>Name, telephone number & e-mail address of main point-of-contact</li>
<li>Name of your contract administration office</li>
<li>Date of submission</li>
<li>Name, title and signature of authorized representative</li>
<li>Company Unique Identifier Number and CAGE Code</li>
<li>The validity period of the proposal (at least through 05/20/2026)</li>
<li>All assumptions (if any)
<ul>
<li><u>All</u> assumptions (especially technical and pricing) to the RFP must be identified in this cover letter. Assumptions identified in other areas of the RFP will not be considered.</li>
</ul>
</li>
</ul>
</li>
Performance Work Statement (PWS) - The contractor shall prepare a PWS to address how the company will address all aspects of the requirement identified in Attachment B: Statement of Objectives. The PWS shall include the following sections: Background, Scope, Performance Requirements, Performance Standards, Deliverables and Delivery Schedule, Government Furnished Equipment, Place of Performance and Period of Performance.
PWS Addendum - The contractor shall incorporate Attachment C: PWS Addendum into the PWS with no changes. (The addendum contains Government-required language that must be included in the resulting PWS and contract.)
Terms and Conditions – The contractor shall complete the fill-ins for provisions referenced in this attachment.
Draft Security Plan – The contractor shall provide a draft security plan in response to Attachment E: Requirements Traceability Matrix (RTM) which explains how they will protect ICE data and work towards FedRAMP certification.
End User License Agreement (EULA) – The contractor shall provide a copy of the EULA for the IRIS and MORIS licenses. The EULA shall be consistent with Federal procurement law as well as Federal, Department of Homeland Security (DHS) and ICE regulation, policy and guides and otherwise in the best interest of the Government. Licensing agreements shall be provided as .pdf attachments. No links or references will be considered. Any terms in the EULA that conflict with federal law are given no effect.
Pricing Summary and Narrative: The contractor shall complete Attachment F: Pricing Template to provide a pricing summary and a narrative detailing a breakdown of the pricing. The contractor shall also provide any supporting documentation (such as established catalog prices/market prices and sales to nongovernmental and governmental entities) to explain how the pricing is fair and reasonable. Acceptable forms of supporting documentation include contracts or receipts for showing pricing paid by other customers. Supporting pricing data must include appropriate dates on the prices at which the same or similar items have been sold previously to ensure they are adequate for evaluating the reasonableness.
Evaluation Process
ICE intends to evaluate BI2’s proposal to ensure the following:
The proposed PWS demonstrates the contractor’s ability to successfully perform the requirements of this contract; The Draft Security Plan complies with RTM and explains how they will protect ICE data and work towards FedRAMP certification. The proposed price is accurate, complete and reasonable.
Basis for Award
The Government intends to award a single Firm Fixed Price (FFP) Contract (with a 12-month period of performance) to Bi2 provided the proposal is determined to be technically acceptable and the proposed price is determined to be fair and reasonable. No award will be made if the proposal is not acceptable or if the price is not fair and reasonable. Bi2 is strongly encouraged to submit its best technical and price proposal. ICE reserves the right to contact Bi2 to obtain additional information regarding the proposal. ICE reserves the right to negotiate any aspect of proposal (price or non-price factors) if it is determined to be in the best interest of the Government.
Enclosures:
Attachment A – SF 1449 (Streamlined RFP)
Attachment B – Statement of Objectives
Attachment C – PWS Addendum
Attachment D – Terms and Conditions
Attachment E – Requirement Traceability Matrix (RFM) NIST High
Attachment F – Pricing Summary and Narrative