Migrant Case Management System
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 Request for Information (RFI) for a Migrant Case Management System (CMS). This RFI seeks to identify commercial off-the-shelf (COTS) solutions to support a foreign-nation partner (implied to be Panama) in managing migrant cases. Responses are due by March 31, 2026, at 12:00 PM ET.
Purpose
This RFI is for market research purposes only to gain a better understanding of available vendor solutions for a CMS. DHS aims to support capacity-building for a foreign immigration enforcement agency to enable safe and humane removals of individuals, addressing continuous irregular migrant arrivals and expanding access to asylum. This is not a solicitation and does not guarantee a future procurement.
Scope of Work
DHS is seeking an information technology software solution to be delivered to a foreign partner. The system will track the lifecycle of an immigration case from encounter to final disposition. Key requirements include:
- Functionality: Biometric and demographic data capture, identity verification, case management across multiple locations, integration with existing systems (e.g., SIMPLUS, PISCES), mobile accessibility, offline data entry, secure data sharing, and reporting/analytics.
- Environment: Must operate in austere environments with limited bandwidth and connectivity.
- Compliance: Conform to host-nation personal data protection laws and cybersecurity standards.
- Performance: High reliability (MTBF ≤ 225 hours), availability (≥99.5%), and maintainability (MTTR ≤ 1 hour).
Information Requested
Vendors should address questions contained in the attached "RFI Questions" document, covering:
- Pricing & Structure: Labor categories, staff hours, CLIN structure, contract types, and existing contract vehicles.
- Technical Capabilities: Role-based access, audit logging, multi-language support (English/Spanish), onsite deployment in Panama, integration with cloud infrastructure, scheduling, transportation, custody management, and removal operations tracking.
- Operational Experience: Experience with short-turnaround IT deployments, sustainment support (IT help desk, bug fixes) in foreign countries, and personnel deployment for implementation and training in Panama.
- Security & Compliance: User authentication, authorization for sensitive data, Section 508 accessibility, and federal security standards (FISMA, FedRAMP, NIST).
Submission Instructions
- Page Limit: Not to exceed 25 pages (excluding cover page), Times New Roman, Font Size 11.
- Format: Electronic submissions only. Emails with attachments larger than 5 MB must be broken into multiple emails.
- Content: Include RFI number, vendor name/address, point-of-contact, business size/socioeconomic category (NAICS 513210, 518210), CAGE code, UEI number, and a brief email summary.
- Deadline: March 31, 2026, 12:00 PM ET.
- Contacts: Bjorn Miller (bjorn.miller@hq.dhs.gov) and Lauri Rotava (lauri.rotava@hq.dhs.gov).
Additional Notes
Late responses will be accepted but timely submissions are guaranteed consideration. The Government may hold one-on-one meetings with vendors providing comprehensive responses. This RFI is for planning purposes only and does not obligate the Government to issue a solicitation or award a contract.