Skip to content
Department of Homeland Security

Migrant Case Management System

Solicitation: RUUS-26-00006
Notice ID: 35b4b0b713fc45b6812362162fd009c2
TypeSources SoughtDepartmentDepartment of Homeland SecurityAgencyOffice Of Procurement OperationsPostedMar 17, 2026, 12:00 AM UTCDueMar 31, 2026, 04:00 PM UTCExpired

Sources Sought from OFFICE OF PROCUREMENT OPERATIONS • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: N/A • Unknown. Response deadline: Mar 31, 2026.

Market snapshot

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

12-month awarded value
$1,606,932,264
Sector total $1,606,932,264 • Share 100.0%
Live
Median
$85,110
P10–P90
$27,155$718,615
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%($1,606,932,264)
Deal sizing
$85,110 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 →
Live POP
Place of performance
N/A • Unknown
Contracting office
Washington, DC • 20528 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Bjorn Miller
Email
bjorn.miller@hq.dhs.gov
Phone
Not available
Name
Lauri Rotava
Email
lauri.rotava@hq.dhs.gov
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
OFFICE OF PROCUREMENT OPERATIONS
Subagency
DEPARTMENTAL OPERATIONS ACQUISITION DIVISION II
Office
Not available
Contracting Office Address
Washington, DC
20528 USA

Description

NOTE: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY

This RFI is issued solely for the Department of Homeland Security (DHS) to obtain additional information and for market research purposes. This RFI shall not be construed as an obligation on the part of the Government. This is NOT a Request for Quotations or Proposals. No solicitation document exists, and the Government may or may not issue a formal solicitation as a result of the responses received to this RFI.

The Government will not pay any response or demonstration expenses. All costs incurred responding to this RFI will be solely at the interested party's expense. Failure to respond to this RFI will not preclude participation in any future solicitation. Any information received will become the property of the Government and will not be returned to the submitter. Interested parties are responsible for adequately marking proprietary or sensitive information.

The Government’s explicit intent, in this request for information, is to not receive from respondents any proprietary data, trade secrets, business sensitive information, or information considered CONFIDENTIAL under 18 U.S.C. §1905. The Government’s constraint does not in any way relieve contractors from their responsibility to properly mark proprietary data when it is provided, nor does it alleviate any requirement for the Government to protect marked data. The Government is not obligated to protect unmarked data.

The information provided in this RFI is subject to change and is not binding on the Government.

DESCRIPTION:

DHS is supporting capacity-building for a foreign-nation partner to enable the safe and humane removals of individuals to their country of citizenship, in accordance with local and international law. Specifically, DHS is working with a foreign immigration enforcement agency responsible for decisions on admissibility and deportations.

Pursuant to this objective, DHS is providing deportation assistance to address the continuous arrival of irregular migrants, including efforts to expand access to asylum. This includes by providing technical assistance to enhancing the partner capacity to safely and securely process individuals identified for removal. Currently, only a small number of arrivals who are not authorized to remain in the country under local and international law are removed. Local government capacity to remove these individuals is hampered by the lack of a case management system (CMS) to identify, track, and ensure the safe, humane processing of individuals for removal, including individuals housed at temporary reception centers and secure, sex-segregated facilities.

This project involves work to leverage a commercial off the shelf (COTS) software to support, in partnership with a foreign government, an effective CMS that tracks the lifecycle of an immigration case from encounter to final disposition. Interested parties are invited to review the attached Draft Performance Work Statement, Draft Quality Assurance Surveillance Plan, and Migrant Case Management System Business Process for additional information.

PURPOSE OF THIS RFI:

The intent of this RFI is to enable the Government to gain a better understanding of the available ecosystem of vendor solutions for a CMS. This project involves delivery of an information technology software solution to a foreign partner for the purposes of capacity building. This solution may be required to operate in a relatively austere environment, with limited bandwidth and connectivity. In addition, this solution will be required to conform to host-nation personal data protection laws.

INFORMATION REQUEST:

Interested parties should submit responses addressing the questions contained in the attached RFI Questions and submit questions for the Government’s consideration.

SUBMISSION INSTRUCTIONS:

The total submission page count shall not exceed 25 pages, Times New Roman, Font Size 11, excluding the cover page. Only one submission will be reviewed per vendor for this RFI. That submission can respond to one or more questions above. Only electronic submissions will be accepted. Emails with attachments larger than 5 MB shall be broken down into multiple emails with no one attachment exceeding 5 MB. Each electronic submission shall include:

  • RFI Number and “Migrant Case Management System RFI Response” in the subject line
  • Vendor Name and Mailing Address
  • Single point-of-contact, including name, phone number, and email address of the person to be contacted regarding any correspondence between the Government and the Vendor. This person should be a primary contact and capable of addressing questions or issues associated with the submission in response to this RFI.
  • Business Size and Socioeconomic Category under NAICS Codes 513210 and 518210
  • Company Commercial and Government Entity (CAGE) code and Unique Entity Identifier (UEI) number
  • Include a brief summary of email content. If the submission includes more than one attachment, please include the file number and total files being submitted (e.g., File 1 of 4, File 2 of 4, etc.)

Responses to this RFI may be reviewed by Government technical experts drawn from staff within DHS and other Federal agencies as well as foreign partners DHS is supporting through its capacity building effort. The Government may also use selected support contractor personnel to assist in the review of the responses. These support contractors will be bound by appropriate non-disclosure agreements to protect proprietary and source selection information.

All responses shall be submitted to the Contracting Officer, Bjorn Miller, at bjorn.miller@hq.dhs.gov and Contract Specialist, Lauri Rotava, at lauri.rotava@hq.dhs.gov no later than 12:00 pm Eastern Time, Tuesday, March 31, 2026. Late responses will be accepted but only responses submitted on time are guaranteed to be considered prior to finalizing an acquisition strategy.

The Government reserves the right to hold one-on-one meetings as a result of responses received from this RFI as part of its market research. Meetings may be held with vendors who provide the most comprehensive responses to the questions posed.

Files

Files size/type shown when available.

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.