SOURCES SOUGHT
99 -- USCIS-OIT: IT Services - Request For Information
- Notice Date
- 12/18/2025 1:07:17 PM
- Notice Type
- Sources Sought
- NAICS
- 54151
—
- Contracting Office
- USCIS CONTRACTING OFFICE(ERBUR) Williston VT 05495 USA
- ZIP Code
- 05495
- Solicitation Number
- 70SBUR26I00000007
- Response Due
- 1/22/2026 8:59:00 PM
- Archive Date
- 02/06/2026
- Point of Contact
- Nicholas Barrett, Phone: 8022887967, Patricia Simon
- E-Mail Address
-
nicholas.p.barrett@uscis.dhs.gov, patricia.m.simon@uscis.dhs.gov
(nicholas.p.barrett@uscis.dhs.gov, patricia.m.simon@uscis.dhs.gov)
- Description
- RFI Announcement The U.S. Citizenship and Immigration Services (USCIS), Office of Information Technology (OIT) is conducting preliminary market research to identify the current/potential capabilities of industry. This Request for Information (RFI) is issued solely for the purpose of conducting preliminary market research in accordance with Federal Acquisition Regulation (FAR) Part 10 and does not constitute an Invitation for Bids, Request for Proposal, or Request for Quotations. No solicitation is being issued at this time, and the Government makes no assertion that a solicitation will be issued. Responses to this notice are not offers, quotations, nor proposals and cannot be accepted by the Government to form a binding contract/order. The U.S. Government is not obligated to, nor will it provide reimbursement, of any kind, for any information that is submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding. Respondents will not be notified of any result which may or may not be derived from any of the information provided. All responses should be submitted in accordance with the instructions provided in �Section 4. Response Instructions.� contractors are not required to answer all questions listed in �Section 3. Questions to Industry,� but are highly encouraged to answer as many questions as possible. To the maximum extent possible, submit Non-Proprietary Information. All information received that is appropriately marked ""Proprietary"" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. 1. Response Instructions Responses are due no later than Thursday, January 22, 2026, at 11:59 PM Eastern Time. Responses to this RFI shall include a minimum of two documents. Cover Letter; and Answers to Questions to Industry. Contractors may include, if they so choose, additional separate attachments (e.g., capability statement, brochure, etc.,) 1.1 Cover Letter. Page/Font Limit: One page. Any size font. The cover letter shall, at a minimum, include the following information: Respondents Legal Entity Name, Address, Unique Entity Identifier, and website; and, A list of Contract vehicles currently held with the Federal Government, to include � Contract type, contract vehicle name, and associated contract number (e.g.: GSA Schedule 874 GS-00X-1234Z); include whether you are a small business concern identified in FAR 19.000(a)(3). 1.2 Answers to Questions to Industry. Page/Font Limit: No more than three pages. In 10-point font. Respondents shall respond to this request for information by answering the six General Questions (G.1 - G.6) and may answer all four Technical Expertise Questions (T.1-T.4). If a respondent does not have the technical capabilities to answer all four questions, then respondents may answer two of the four Technical Expertise Questions (T.1 & T.2 or T.3 & T.4). Please mark any unanswered questions with, �No Response.� Responses to the questions/prompts must be in the order presented. 2. Submission of Reponses All responses shall be submitted in Adobe Portable Document Format (PDF) and sent via email to the Contract Specialist listed below. The email subject line shall include the RFI number and Respondent�s Name in the following format: �70SBUR26I00000007 � Respondent, LLC�. Name: Nicholas Barrett, Contract Specialist Email: Nicholas.P.Barrett@uscis.dhs.gov Telephonic/Mail/courier responses will not be accepted or answered. 3. Questions to Industry General Questions Does your company have experience within the last five years delivering services which required the use of fifty FTE (or more) DevSecOps large-scale Information Technology contracts? (Yes/No) Indicate: number of FTEs, and ultimate completion date. If a government contract, list agency & Contract Number; if non-government, provide business entity. Have you managed cloud native applications? If so, provide an alphabetic list/table. Provide up to three examples of detailing how you were able to overcome a delivery/quality challenge(s) to successful collaboration across federal agencies. What is your organization�s experience with dynamic scaling solutions, including integrated security measures for peak operational demands? How has your organization demonstrated the ability to meet aggressive timelines and deliver high-quality Information Technology solutions while utilizing Agile methodology? Please include any contractual, delivery, quality, regulatory constraints/challenges. Does your organization have experience implementing Zero Trust requirements? (Yes/No) Technical Expertise Provide up to three examples of successful implementations of big data analytics platforms. Does your company have experience developing and/or integrating tools for predictive modeling, anomaly detection, and trend analysis? (Yes/No) What tools and platforms do your organization use for Continuous Integration / Continuous Delivery (CI/CD) pipelines, Infrastructure as Code, and automated testing? Specify your cloud environment (commercial, hybrid, gov cloud). Do you have experience on projects where you provided 24x7 support for applications deemed as High Value Asset (HVA) or mission critical. (Yes/No) Please include application(s) name, application value/support contract value, quality/performance/regulatory requirements. The Government appreciates your participation and looks forward to your response.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1a76e5f49fcd44278d6dd43350d6146d/view)
- Place of Performance
- Address: Camp Springs, MD, USA
- Country: USA
- Country: USA
- Record
- SN07670728-F 20251220/251218230044 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |