Contractor to Palantir Technologies
Client of Department of Homeland Security (DHS)
Start Date 2014-00-00
Amount 41,000,000 USD
Goods ICE INVESTIGATIVE CASE MANAGEMENT SYSTEM Solicitation Number: HSCETC-14-R-00002 Agency: Department of Homeland Security Office: Immigration & Customs Enforcement Location: ICE-OAQ-TC Print Link Copy or Bookmark this Page Copy the url below for a direct link to this page. Bookmark this page by right-clicking here and choosing "Add Link to Bookmarks" Notice DetailsPackagesInterested Vendors List Complete View Original Synopsis Combined Synopsis/Solicitation May 02, 2014 1:10 pm Changed May 08, 2014 4:12 pm Changed May 15, 2014 3:56 pm Changed Jun 17, 2014 3:13 pm Changed Jul 01, 2014 3:50 pm Award Sep 26, 2014 3:36 pm Solicitation Number: HSCETC-14-R-00002 Notice Type: Award Contract Award Date: September 26, 2014 Contract Award Number: HSCETC14C0002 Contract Award Dollar Amount: $41,629,069.08 Contract Line Item Number: N/A Contractor Awarded Name: Palantir, USG, Inc. Contractor Awarded DUNS: 852284321 Contractor Awarded Address: Palantir USG 1660 International Dr, Suite 800 McClean, Virginia 22102 United States Synopsis: Added: May 02, 2014 1:10 pm The purpose of this RFP is to obtain a Commercial Off-the-Shelf (COTS)-based, web-enabled Investigative Case Management (ICM) system. The ICM system will support the U.S. Department of Homeland Security (DHS) Immigration and Customs Enforcement (ICE)/Office of the Chief Information Officer (OCIO) and Homeland Security Investigations (HSI) mission. The following documents are attached as part of the RFP: -HSCETC-14-R-00002 -Attachments 1-10 -SOO Exhibits D, E, G, H, and I Please note the following information in HSCETC-14-R-00002, Section L (pg. 90): L.3.1.1-Registration for Pre-Proposal Conference (Optional): The purpose of the pre-proposal conference is to present the RFP process and ICM objectives to interested Offerors. Offerors are not required to attend the Pre-Proposal Conference in order to participate in Step 1 or Step 2 of the RFP process. In addition, interested Offerors will be provided the opportunity to ask questions. The agenda, materials, and ground rules for the pre-proposal conference will be sent to Offerors who register for the event prior to the day of the pre-proposal conference. The pre-proposal conference will be held on Thursday, May 8, 2014 from 12:30-3:30 PM, EDT at the following location: 500 12th St, SW Washington, D.C. 20024 *** Offerors should plan to arrive 45 minutes prior to the event to allow time for the security process. Offerors shall enter through the Visitor Center and will be escorted by ICE Personnel to the conference room. Offerors who plan to attend the pre-proposal conference shall submit an e-mail (Subject: ICM Pre-Proposal Conference) to ICEICM@ice.dhs.gov by 4 PM, EDT on Tuesday, May 6, 2014 that contains the following information: 1. Name of Company 2. Full Name and Driver's License Number of each individual who will be attending on behalf of the company (Limit of 2 individuals per Offeror due to space limitations) 3. E-mail address of the company's contract representative Added: May 08, 2014 4:12 pm Amendment 00001-Provide PowerPoint presentation for the Pre-Proposal Conference that was held on May 8, 2014. Added: May 15, 2014 3:56 pm The purpose of Amendment 00002 is to: 1. Provide responses to questions submitted both during the Pre-Proposal Conference and via e-mail (See attached document titled "HSCETC-14-R-00002: STEP 1 QUESTIONS AND RESPONSES) 2. Provide SF30 for HSCETC-14-R-00002, Amendment 00001. End of Amendment 00002. Added: Jun 17, 2014 3:13 pm Amendment 00003: Letters in response to OCDs were distributed to participating Offerors on June 16, 2014. Any Offeror who did not receive a letter should contact ICE Contracting immediately at ICEICM@ice.dhs.gov Offerors who participted in Step 1 (Operational Capabilities Demonstrations) may participate in Step 2. In accordance with Section L.3.3.1 of HSCETC-14-R-00002, those Offerors who choose to proceed to Step 2 shall submit an e-mail to ICEICM@ice.dhs.gov with their intent to participate in Step 2 (Subject Line: Intent to Participate in HSCETC-14-R-00002, STEP 2); this e-mail must be received by 5:00 pm EDT on June 19, 2014. The e-mail must include a completed Attachment 9-Step 2 Offeror Personnel Spreadsheet (See HSCETC-14-R-00002, Section H.6.1-Security Requirements for additional information on the security process for Step 2 LES Information). Added: Jul 01, 2014 3:50 pm The purpose of this update is to: 1. Attach Amendments 00003 and 00004 to solicitation HSCETC-14-R-00002. The information in Amendment 00003 was previously communicated with offeror's who participated in phase 1 of the solicitation. Amendment 00004 incorporates revisions to RFP sections L which were previously transmitted to all Phase 2 participants. Amendment 0004 also incorporates revisions to sections H and I. Amendment 0004 also notes an update to initial Questions and Responses. 2. Attach updated sections B through M of the solicitation (1 document). Updates are highlighted in green and are located on pages 42, 44, 93, and 94 3. Attach updates to initial Questions and Responses. The update is highlighted in green END OF UPDATE Added: Sep 26, 2014 3:36 pm The contractor will provide a Commercial-Off-the-Shelf (COTS) based, web-enabled Investigative Case Management System (ICMS). The Offeror shall implement, integrate, and test the ICM System in a Government facility and have the ability to provide operations and maintenance after Initial Operating Capability (IOC) and Full Operating Capability (FOC).
Updated over 5 years ago

Source Links