Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2025 SAM #8620
SOURCES SOUGHT

D -- Imaged Document and Exemplars Library (IDEAL) 2.0 Operations and Maintenance (O&M) and Enhancement Services

Notice Date
7/1/2025 11:11:08 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
INFORMATION TECHNOLOGY DIVISION WASHINGTON DC 20024 USA
 
ZIP Code
20024
 
Solicitation Number
IDEAL_OM_Enhancements_July2025
 
Response Due
7/15/2025 5:00:00 AM
 
Archive Date
07/30/2025
 
Point of Contact
Trisha Goldsberry, Tonya Fells, Contract Specialist
 
E-Mail Address
patricia.goldsberry@ice.dhs.gov, Tonya.T.Fells@ice.dhs.gov
(patricia.goldsberry@ice.dhs.gov, Tonya.T.Fells@ice.dhs.gov)
 
Description
The ICE Office of Acquisition Management (OAQ), Information Technology Division (ITD), Homeland Security Investigation (HSI) Branch is issuing this sources sought notice as a means of conducting additional market research to identify interested parties to support the requirement for the Imaged Document and Exemplars Library (IDEAL) 2.0 Operations and Maintenance (O&M) and Enhancement Services. These services are in support of the HSI Forensic Laboratory (FL) in Washington, DC. Responses to this sources sought notice shall be provided by July 15, 2025, 8AM ET, utilizing the attached Microsoft Forms link (reference: IDEAL 2.0 Market Research July 2025). Any additional attachments shall be sent via email to Tonya Fells, Contract Specialist, at tonya.t.fells@ice.dhs.gov, and Trisha Goldsberry, Contracting Officer, at patricia.goldsberry.civ@ice.dhs.gov. Please be advised that the Government has the absolute discretion whether or not to answer any question(s) that it receives, and the Government is not obligated to answer any question(s). The Government intends to only provide answers to questions that help industry better understand the Government's requirements. The Government is not seeking alternate solutions to the use of IDEAL 2.0, rather the Government is seeking potential contractors to support the Operations and Maintenance (O&M) and Enhancements as detailed in the attached Performance Work Statement (PWS). HSI-FL owns the technical rights and source code for the IDEAL 2.0. The Government seeks to determine if the IDEAL 2.0 requirement can be procured commercially on a competitive basis via a multiple award schedule (MAS) / governmentwide acquisition contract (GWAC) task order, if any current contract vehicle contains a sufficient number of capable and interested contractors to perform the requirement, or via open market (i.e. SAM.gov). Based on the responses to this notice, this requirement may be set-aside for small businesses or procured through full and open competition. If this requirement is set-aside for small businesses, only Small Business Administration (SBA) Certified Small Business Program Participants will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Contractors may submit additional/supplemental information in response to this notice. Attachments are restricted to five (5) pages (8-1/2� x 11� utilizing 1� margins) utilizing Times New Roman or Ariel 12-point font. Information shall be restricted to information supporting your response to this notice, such as demonstration/experience of capabilities, feedback, additional questions, or if additional space is required to respond to questions on the form. If providing additional information to a specific question, the Contractor shall identify the number of the question the response is in reference to. The following do not count against the five (5) page limitation: Cover Page, Introduction/Company Overview (limited to one page), List of Acronyms, or Appendices. Attachments: Draft-IDEAL_2.0_PWS_O&M-Enhancements(FY25) FORMS LINK: https://forms.office.com/Pages/ResponsePage.aspx?id=KmGHG2ww1kmB5pfG4akZf3OlgEbog8pHt5kHa2YeNpJUMjY1VTE1MUNNQzJMR1M5RURDUlBZQ1YyWS4u
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3c5503ab0a6d40428eb4f9c09bf4a4f9/view)
 
Place of Performance
Address: McLean, VA, USA
Country: USA
 
Record
SN07496093-F 20250703/250701230051 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.