Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

🎯 Free Live Webinar: AI for Government Contracting

Wednesday, February 25 • 2:00 PM EST

Register Free →

U.S. Immigration and Customs Enforcement (ICE) Investigative Case Management (ICM) and Investigative Analytics (IA) System Modernization

Expired
ICE_JA-25-0266Federal

AI Overview

The contract involves a sole-source procurement to Palantir Technologies for the modernization of the Investigative Case Management (ICM) and Investigative Analytics (IA) systems used by U.S. Immigration and Customs Enforcement (ICE). The objective is to deliver an advanced investigative case management system that supports ICE’s critical mission by improving the initial delivery, deployment, licensing, operations, and maintenance of ICM. This system serves as the official record for ICE's investigative cases, utilized by special agents, criminal analysts, and support personnel, enabling them to link subject records, conduct detailed searches, and connect investigations across various jurisdictions both domestically and internationally. Beyond the core system delivery, the contract includes requirements for comprehensive systems engineering support such as quality management, testing, system architecture, data management, performance assessment, security management, and risk mitigation. Additionally, the contract calls for ongoing operations and maintenance, including enhancements to ensure the system evolves with future requirements. The contract is managed by the Information Technology Division of the Department of Homeland Security and is based in Washington, D.C., with a response deadline set for January 26, 2026.

General Information

Sole-source contract to Palantir for ICE's Investigative Case Management system modernization and support.

NAICS Code

541519 - Other Computer Related Services

View NAICS

Set-Aside

None specified

Agency

Department Of Homeland Security → Information Technology Division

View Agency

Place of Performance

Washington, DC, USA

Contract Documents

2 files

J&A-25-0266 ICE ICM System Support Services Sole Source Justification

PDF8 pagesjustification-and-authorization
Key Document
Download

1.5.1-ICE+LSJ+ICM+Palantir+FINAL+signed_Redacted+%281.8.26%29.pdf

PDF

AI Contract Breakdown

Uniform Contract Format
A - Solicitation/Contract FormAvailable
B - Supplies or Services and Prices/CostsAvailable
C - Description/Specifications/Statement of WorkAvailable
D - Packaging and MarkingAvailable
E - Inspection and AcceptanceAvailable
F - Deliveries or PerformanceAvailable
G - Contract Administration DataAvailable
H - Special Contract RequirementsAvailable
I - Contract ClausesAvailable
J - List of AttachmentsAvailable
K - Representations, Certifications, and Other Statements of Offerors or RespondentsAvailable
L - Instructions, Conditions, and Notices to Offerors or RespondentsAvailable
M - Evaluation Factors for AwardAvailable

Sign up to view the full breakdown with detailed analysis of each section.

Timeline

Current Phase

Closed

Posted

Contract opportunity posted

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information

Organization / Agency

Department Of Homeland Security → Information Technology Division

Contacts

2 people available

Full Description

This notice is to prorivde notification to industry regarding the sole-source procurement to Palantir Technologies of the Investigative Case Management (ICM) and Investigative Analytics (IA) System Modernization. The purpose of this acquisition is to provide the delivery of a more advanced investig...

Similar Contracts

NAICS: 541519
New
Federal

6515--Brand Name: Philips Intellivue MX40 Wearable Monitors

The Department of Veterans Affairs Network Contracting Office 4 intends to replace brand name PHILIPS IntelliVue MX40 Telepacks at the VA Pittsburgh Healthcare System. This pre-solicitation notice, with a solicitation anticipated to be posted around February 27, 2026, invites interested parties to monitor official government contracting websites for the full solicitation package. The procurement falls under NAICS code 541519, with a size standard of $34 million, but the business size designation for this contract has not yet been determined. Potential offerors are required to submit written questions by February 20, 2026, and must register in the System for Award Management to be eligible. The equipment needed includes twelve units of the MX40 1.4 GHz Smart Hopping Telepacks with enhanced features such as arrhythmia detection, impedance respiration monitoring, and ECG plus fast SpO2 capabilities. Interested firms are asked to provide detailed information on their socio-economic status, including small business designations, veteran-owned status, and government contract experience, as well as a capability statement, product literature, and relevant authorizations or sole source letters. All communication must be directed to the designated contract specialist, and no obligations or commitments are made by this notice regarding contract awards or proposal costs.

244-NETWORK Contract Office 4 (36C244)

POSTED

3 days ago

DEADLINE

in 12 days

View Details
NAICS: 541519
New
Federal

FA830726RB019 - SBOM Vulnerability Scanning RFI

The Air Force Lifecycle Management Center’s Cryptologic and Cyber Systems Division has issued a Request for Information (RFI) to gather market intelligence and support acquisition planning related to a Software Bill of Materials (SBOM) Generation and Vulnerability Analysis solution. This RFI is not a solicitation or bid invitation but aims to identify potential commercial software license providers that can meet the requirements outlined in a Draft Statement of Work. Interested parties are invited to submit white papers detailing their company information, including UEI and CAGE codes, contract vehicles, points of contact, and a brief narrative explaining how their software solutions address the government’s needs. Responses are limited to two pages and must be submitted by February 20, 2026. The anticipated contract would involve the provision of a base one-year software license with four additional one-year option periods, covering a performance period from August 1, 2026, through July 31, 2031. The product offered must be commercially available and compliant with the specifications set forth in the draft SOW for vulnerability scanning and SBOM generation. The government emphasizes that no contract award or payment will result from this RFI and that submissions will not be returned. The responses will inform the government’s acquisition strategy for this cybersecurity capability, with points of contact available within the Platform One License Management Team and the Contracting Officer at the Air Force office in San Antonio, Texas.

FA8307 Aflcmc Hnck C3IN

POSTED

3 days ago

DEADLINE

in 11 days

View Details