CBP Request for Information- HRM Relocation Resources Website/App Development
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Updated)
- Updated Published Date: Apr 09, 2025 12:13 pm EDT
- Original Published Date: Mar 25, 2025 08:28 am EDT
- Updated Response Date: Apr 22, 2025 03:00 pm EDT
- Original Response Date: Apr 15, 2025 03:00 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: Sep 30, 2025
- Original Inactive Date: Sep 30, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
- NAICS Code:
- 541512 - Computer Systems Design Services
- Place of Performance: Washington , DC 20004USA
Description
Amendment 2 to RFI to extend Response date to 04/22/2025 at 3:00 PM EST. The CBP Program Office is still responding to all questions received. Another amendment to follow posting Q&A responses.
----------------------------------------------------------------------------
Amendment 1 to RFI to include Page limit for the RFI.
----------------------------------------------------------------------------
This is a request for information (RFI) pursuant to FAR 15.201(e). This RFI is solely for information, planning purposes, and market research only; it does not constitute a Request for Proposal (RFP), Request for Quotation (RFQ), or a promise to issue an RFP or RFQ. This RFI does not commit the Government to contract for any supply or service. CBP will not pay for any costs associated with responding to this RFI. All costs will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP or RFQ. If CBP releases a solicitation, it will be posted on the System for Award Management (SAM.gov). CBP advises interested parties to monitor this website for any information that may pertain to this RFI. The information provided in this RFI is subject to change and is not binding on the Government.
A Vendor’s response to this RFI should address all questions in Sections 3 and 4 of the attached RFI document. The Vendors response to this RFI should not exceed 20 pages. All responses become the property of the Federal Government upon submission and will not be returned to vendors. See the attached Statement of Work for this upcoming requirement, along with the attached RFI document for response instructions.
Project Overview of Requirement:
The goal of this project is to develop a website and/or mobile app that provides detailed relocation information to potential applicants, specifically those seeking employment within a government agency. The solution will offer data about neighborhoods, schools, real estate, local amenities, crime rates, and moving tips. It will be designed with a focus on user-friendly navigation, fast load times, mobile compatibility, and accessibility, ensuring compliance with Federal Government requirements for accessibility as outlined in Section 508 of the Rehabilitation Act and Web Content Accessibility Guidelines (WCAG) 2.1.
The project will be delivered using Agile methodologies, with iterative development, regular sprints, sprint planning, daily stand-ups, and sprint reviews. Continuous integration and continuous delivery (CI/CD) practices will be followed to ensure timely and efficient delivery of features. The vendor will provide a full range of support required to manage and track all project management levels, technical resources, quality assurance, project schedule, cost, budget, and performance. This includes contract management, onboarding requirements for contract staff, transitioning out plans, monthly project review and COR briefings, and monthly financial reporting.
The solution must also meet robust cybersecurity requirements, including compliance with federal cybersecurity standards and DHS/CBP policies, and implement measures to protect data integrity, confidentiality, and availability. Regular security assessments and vulnerability scans will be conducted. Additionally, the vendor will provide help desk support with defined KPIs, establish a Service Level Agreement (SLA) for support services, offer on-call support for critical issues, manage database operations, and provide business intelligence reporting capabilities and data analytics for reporting and insights.
Training requirements include developing comprehensive training materials for end-users and administrators, conducting training sessions, and providing ongoing training support as new features and updates are implemented. Privacy and safeguarding of information are paramount, with compliance to federal privacy regulations and DHS/CBP policies, measures to protect Personally Identifiable Information (PII) and other sensitive data, regular privacy impact assessments and audits, and staff training on privacy and data protection best practices.
Attachments/Links
Contact Information
Contracting Office Address
- 1300 PENNSYLVANIA AVE NW
- WASHINGTON , DC 20229
- USA
Primary Point of Contact
- Matthew Coniglio
- matthew.coniglio@cbp.dhs.gov
Secondary Point of Contact
- Peter Giambone
- peter.a.giambone@cbp.dhs.gov
History
- Apr 11, 2025 12:32 pm EDTSources Sought (Updated)
- Apr 09, 2025 12:13 pm EDTSources Sought (Updated)
- Mar 25, 2025 03:58 pm EDTSources Sought (Updated)
- Mar 25, 2025 08:28 am EDTSources Sought (Original)