ICE ERO LESA Technology Innovation Consulting Services

SOL #: LESA_Technology_Innovation_Consulting_ServicesSources Sought

Overview

Buyer

Homeland Security
Us Immigration And Customs Enforcement
DETENTION COMPLIANCE AND REMOVALS
WASHINGTON, DC, 20024, United States

Place of Performance

Place of performance not available

NAICS

No NAICS code specified

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Jan 31, 2026
3
Response Deadline
Feb 13, 2026, 10:00 PM

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 U.S. Immigration and Customs Enforcement (ICE), specifically the Enforcement and Removal Operations (ERO) Law Enforcement Systems and Analysis (LESA), has issued a Request for Information (RFI) for Technology Innovation Consulting Services. This RFI seeks market insights to support ERO's technological innovation and business modernization efforts. Responses are due by February 13, 2026.

Purpose & Scope

This RFI is for informational and planning purposes only, aiming to gather industry capabilities and insights to shape a future solicitation. The objective is to obtain independent advisory and analytical consulting services to help ICE ERO identify, assess, and improve its use of technology, data, and business processes. The scope includes enterprise-level support for technology scouting, forecasting, business modernization, and identifying capability gaps, inefficiencies, and risks. The goal is to provide ERO leadership with practical insights and objective recommendations.

Key Information Requested

Respondents should detail their approach to:

  • Maintaining awareness of technology markets and industry trends.
  • Assessing vendor maturity, market stability, and adoption trends.
  • Identifying market risks (e.g., vendor lock-in, supply chain).
  • Assessing long-term sustainment, lifecycle costs, and workforce impacts.
  • Identifying enterprise-level gaps, inefficiencies, and risks.
  • Developing evidence-based problem statements.
  • Ensuring modernization recommendations align with existing authorities. Offerors will eventually propose a Performance Work Statement (PWS) detailing their approach to achieve the SOO objectives.

Contract & Timeline

  • Type: Sources Sought / Request for Information (RFI). The government is contemplating a Firm-Fixed-Price (FFP) contract, potentially against GSA's OASIS Plus.
  • Set-Aside: None specified.
  • Response Due: February 13, 2026, by 5:00 PM ET.
  • Published: January 31, 2026 (Q&A posted).

Additional Notes

This is a new initiative with no incumbent contractor. The government will specify final personnel clearance requirements in the solicitation. A Quality Assurance Surveillance Plan (QASP) will be provided with the finalized PWS. One-on-one meetings may be held with vendors providing the most relevant RFI responses. Organizational Conflict of Interest (OCI) considerations may arise due to the advisory nature of the work and will be addressed in the solicitation. Capabilities statements should not exceed twelve (12) pages.

People

Points of Contact

ICE OAQ DCRPRIMARY

Files

Files

Download
Download
Download

Versions

Version 2Viewing
Sources Sought
Posted: Jan 31, 2026
Version 1
Sources Sought
Posted: Jan 21, 2026
View
ICE ERO LESA Technology Innovation Consulting Services | GovScope