Search Contract Opportunities

I-901 Fee System Operation & Maintenance Support   3

ID: 70CMSD23R00000001 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Office of Acquisition Management intends to issue Request for Proposal (RFP), Solicitation No. 70CMSD23R00000001 for Student and Exchange Visitor Program (SEVP) I-901 Fee System Operation & Maintenance Support.

The scope of this requirement is for the Contractor to provide the required SEVP I-901 Form Fee Collection and Receipting activities and related support services as specified herein (collectively referred to as required I-901 Fee Services ), for the purpose of expediting the collection of fees and applications related to, and in support of, SEVP operations. These services and activities include hosting and software operations and maintenance (O&M) services to ensure a continuously operating and secure application available 24 hours a day, 7 days a week annually capable of processing the I-901 payments received by SEVP. Additionally, the Contractor shall provide technical support and software development to implement enhancements to the legacy application. The Contractor shall also provide customer service support to ensure system users receive appropriate assistance in managing any service issues that arise. The Contractor shall also be responsible for tracking and reporting the issues identified by users. The I-901 System is currently hosted in a properly secured and configured Information Technology environment at US Bank, and if a new awardee is selected besides the incumbent, it will need to be migrated to another hosting environment supported by the awardee that meets the requirements of the Government for hosting its financial systems.

The Contract is expected to be 0-12 months transition starting on or about September 1, 2023, followed by up to 4 (four) option years subject to be exercised at the discretion of the government.

CLINS:

0001 Transition-In Up to 12 Months

X001 Foreign and Domestic Payment Services 12 Months

X002 Hosting 12 Months

X003 Help Desk Support 12 Months

X004 Operations and Maintenance (O&M) Support 12 Months

X005 Software Management and System Change Requirements 12 Months

X006 Travel 12 Months

TYPE OF CONTRACT: The solicitation is anticipated to result in a single award Hybrid Firm Fixed Price (FFP) and Time and Material (T&M) contract.

NAICS: The North American Industrial Classification System Code (NAICS) for this effort is 522320 Financial Transactions Processing, Reserve, and Clearinghouse Activities. The small business size standard is $41.5 million.

TYPE OF SET-ASIDE: This acquisition will not be set-aside for small businesses.

SELECTION PROCESS:

This is a Two-Phase Advisory Down Select. The Government will conduct the evaluation in a two-phase advisory down-select process. The intent of this approach is to minimize proposal development costs for those offerors with little chance of receiving an award and to provide for an efficient evaluation process. After the evaluation of the Phase 1 evaluation factors, the Government intends to provide each offeror with a notice that will-

(1) invite the offeror to participate in Phase 2; or

(2) advise the offeror that it is unlikely to be a viable competitor and unlikely to be selected for award because its submission was not among the most highly rated for the Phase 1 evaluation factor(s).

The Government intends to invite no more than 3 of the most highly rated offerors to participate in Phase 2.

DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 5 June 2023. Additional details can be found in the solicitation when it is posted to www.SAM.gov.

SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, www.SAM.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. To download the solicitation for this project, contractors are required to register at the System for Award Management website at www.SAM.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. Most Attachments are Portable Document Format (PDF) files and can be viewed, navigated or printed using Adobe Acrobat Reader. Other attachments are Microsoft Office products.

REGISTRATIONS:

Offerors shall have and shall maintain an active registration in the following database:

System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.

POINT-OF-CONTACT: The point of contact for this procurement is Contracting Officer, Chris Jackson, at Christopher.L.Jackson@ice.dhs.gov.

This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.

Overview

Response Deadline
None
Posted
May 31, 2023, 3:36 p.m. EDT
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
62%
On 5/31/23 Immigration and Customs Enforcement issued Presolicitation 70CMSD23R00000001 for I-901 Fee System Operation & Maintenance Support. The opportunity was issued full & open with NAICS 522320 and PSC R408.
Primary Contact
Name
Chris Jackson   Profile
Phone
None

Documents

Posted documents for Presolicitation 70CMSD23R00000001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation 70CMSD23R00000001

Award Notifications

Agency published notification of awards for Presolicitation 70CMSD23R00000001

Contract Awards

Prime contracts awarded through Presolicitation 70CMSD23R00000001

Incumbent or Similar Awards

Contracts Similar to Presolicitation 70CMSD23R00000001

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 70CMSD23R00000001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 70CMSD23R00000001

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US IMMIGRATION AND CUSTOMS ENFORCEMENT > INVESTIGATIONS AND OPERATIONS SUPPORT DALLAS
FPDS Organization Code
7012-ACD00
Source Organization Code
500031354
Last Updated
Dec. 31, 2023
Last Updated By
christopher.l.jackson@ice.dhs.gov
Archive Date
Dec. 31, 2023