Skip to content
Department of Homeland Security

FY26_RFI-ICN System Replacement

Solicitation: Not available
Notice ID: 23c6a34974454a27a3c5cc66a3745d45

Special Notice from US IMMIGRATION AND CUSTOMS ENFORCEMENT • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: DC. Response deadline: Feb 09, 2026.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$546,655,675
Sector total $546,655,675 • Share 100.0%
Live
Median
$97,181
P10–P90
$33,967$992,402
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($546,655,675)
Deal sizing
$97,181 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • United States
State: DC
Contracting office
Washington, DC • 20024 USA

Point of Contact

Name
Tonya Fells, Contract Specialist
Email
Tonya.T.Fells@ice.dhs.gov
Phone
Not available
Name
Trisha Goldsberry
Email
patricia.goldsberry@ice.dhs.gov
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US IMMIGRATION AND CUSTOMS ENFORCEMENT
Subagency
INFORMATION TECHNOLOGY DIVISION
Office
Not available
Contracting Office Address
Washington, DC
20024 USA

Description

RFI Information

This Request for Information (RFI) is on behalf of Immigration and Customs Enforcement (ICE), Homeland Security Investigations (HSI). THIS IS A RFI ONLY. This is not a solicitation announcement. This RFI is solely for market research, planning and information gathering purposes and is not to be construed as a commitment by the Government to issue a subsequent solicitation (Broad Agency Announcement, Request for Proposal, etc.). This RFI does not commit the Government to contract for any supply or service. ICE is currently not seeking proposals. Responders are advised that the U.S. Government will not pay any costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future solicitation. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Government and will not be returned.

If you submit proprietary information, you must clearly mark “PROPRIETARY” on every sheet containing such information and segregate the proprietary information to the maximum extent practical from other portions of your response (e.g., use an attachment or exhibit). Respondents are responsible for adequately marking proprietary information in their response. All information received in response to this RFI that is marked “Proprietary” will be handled accordingly.

RFI Purpose

This RFI is seeking market research information to obtain industry feedback from qualified professionals that could provide operational solutions. It is the Government's intent to select several respondents to this RFI to present a live demonstration of their operational capabilities, platforms and data services that can support the overall need. This RFI does not constitute a solicitation, nor does it commit the Government to issue a solicitation or make an award.

RFI Background  

The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), is gathering information about contracting support with critical ICE Communications Network (ICN) System Replacement Initiative. The objective is to design, develop, and deploy a next-generation replacement for the ICN system, ensuring continued support for mission-critical communications, operational continuity, and compliance with statutory mandates. The strategic outcome is to improved system resilience, scalability, and reduced risk of communication disruption during emergencies or system failures.

Newly Added Information: 

The initiative aims to replace the legacy ICN with the Digital Content Delivery System (DCDS), leveraging cloud-based and Commercial-off-the-Shelf (COTS) technologies. DCDS will ensure continued delivery of critical communications, including live broadcasts, emergency notifications, and event statements, while meeting current federal security and operational standards.

Key Drivers for Replacement:

  • End-of-Life Product: ICN’s underlying technology is unsupported, preventing security updates and compliance with ICE/DHS policies.
  • Operational Risk: Continued use of ICN increases risk of service disruption and non-compliance.
  • Modernization Opportunity: Transitioning to DCDS enables adoption of scalable, secure, and easily maintainable digital signage capabilities.

Solution Requirements:

  • FedRAMP Moderate Compliance: Both application and infrastructure must meet federal security standards.
  • Multi-Platform Support: Operable on Windows, Mac, and iOS.
  • Scalable Multi-User Environment: Supports geographically distributed ICE locations.
  • Robust Content Management: Centralized scheduling, rapid updates, offline playback, and support for complex playlists.
  • Integration: Compatibility with existing encoders and external content vendors.
  • Security: Encryption, MFA, SSO, comprehensive auditing, and data loss prevention.
  • Network Efficiency: Adaptive streaming, low latency, and scalable architecture.
  • Resilience: Redundant infrastructure, disaster recovery, and business continuity planning.
  • Professional Services & Training: Vendor-provided onboarding, ongoing support, and consultation.

Response instructions

  1. Respond to questions on Microsoft form https://forms.office.com/g/ASiZWKBvLK
  2. Written Submission
  • Page limit: 10 pages maximum
  • Format: PDF or Word, Times New Roman 12-point font 
  • Cover Page: Introduction/Company Overview (limited to one page) including the following
  • Name of Entity/Company (Corporate/Principal Office, including doing business as (DBA) name)
  • Primary point of contact (POC) (name, and e-mail address)
  • Unique Entity Identifier (UEI)
  • North American Industry Classification System (NAICS) Code (anticipated)
  • Product Service Code (PSC) (anticipated)

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.