Enterprise License for Biometrics Matching Software
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Homeland Security (DHS) is conducting a Sources Sought / Request for Information (RFI) to gather market information for an Enterprise License for Biometrics Matching Software. This effort aims to identify solutions for a scalable, multi-modal biometric matching capability, including all necessary licenses, services, and technical support for seamless integration with existing DHS biometric systems. Responses will inform future acquisition strategies.
Scope of Work
DHS seeks an enterprise-level, scalable, and secure biometric matching software solution supporting multiple modalities (facial, fingerprint, palm, iris, voice) and biographic matching. Key capabilities include real-time and batch processing, 1:N search, 1:1 verification, identification, deduplication, configurable watchlists, scoring, and multimodal fusion. The solution must demonstrate high accuracy (low False Accept/Reject Rates), performance (latency, throughput, scalability, uptime), and compliance with DHS policies, federal/international frameworks (e.g., CJIS, HIPAA, GDPR, ISO standards), and NARA retention schedules. It must implement robust security controls (encryption, RBAC, SIEM integration, audit logging) and support on-premises, cloud (FedRAMP-authorized), hybrid, and edge deployments. Integration with existing DHS systems via standardized APIs, minimizing vendor lock-in, and providing capacity planning, high availability, redundancy, and disaster recovery are essential. Ongoing sustainment, updates, troubleshooting, training, documentation, and help desk support are also required.
Contract Details
- Type: Sources Sought / Request for Information (RFI)
- Anticipated NAICS: 513210 "Software Publishers"
- Place of Performance: Deployment across DHS components (CBP, ICE, TSA, USCIS, USSS, Headquarters elements), including on-premises data centers, hybrid cloud architectures, and distributed Component networks.
Submission & Evaluation
Responders must submit a written Capability Statement, limited to 10 pages (excluding cover page and attachments). The statement should include a cover page with company details (UEI, business size, socio-economic status, NAICS, contractual vehicles, company overview, products/services, client list, contact information). Responses must specifically address the RFI Questions (Attachment II) and indicate any sections of the Draft Statement of Work (Attachment I) that cannot be complied with. Submissions are electronic via email to the specified points of contact. This RFI is for planning purposes only and is not a solicitation; no contract will be formed, and responses are voluntary without guaranteeing a competitive advantage.
Timeline
- Response Due: March 4, 2026, at 10:00 AM Eastern Time
- Published: February 13, 2026
Set-Aside
Not specified. Respondents are requested to indicate their business size and socio-economic status.