ICE Facility Condition Assessments
ID: 70CMSW25I00000054Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS IMMIGRATION AND CUSTOMS ENFORCEMENTMISSION SUPPORT WASHINGTONWASHINGTON, DC, 20024, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking qualified small businesses to conduct Facility Condition Assessments (FCA) for its owned facilities across the United States and its territories. The primary objective of this procurement is to evaluate the conditions of ICE facilities, establish maintenance and repair plans, and extend the lifespan of building assets, while ensuring compliance with American Correctional Association (ACA) standards. This initiative underscores ICE's commitment to maintaining secure and efficient facilities, emphasizing the importance of quality management and effective communication in government contracting. Interested firms must submit their qualifications, including relevant project experiences and a narrative approach, by February 18, 2025, to the designated DHS contacts, with no contract resulting from this sources sought notice.

    Files
    Title
    Posted
    The Department of Homeland Security's Immigration and Customs Enforcement (ICE) issued a Performance Work Statement (PWS) for Facility Condition Assessments (FCA) and associated services for its owned facilities. The contract aims to evaluate facility conditions, establish maintenance and repair plans, and extend the lifespan of building assets. The Contractor is expected to develop a collaborative relationship with ICE, focusing on proactive quality management, compliance with American Correctional Association (ACA) standards, and leveraging expertise for program objectives. The scope includes assessing numerous ICE facilities across the U.S. and its territories, organizing real property inventory information, and generating detailed reports on building conditions, costs for repairs, and remaining useful life of systems. A Quality Control Program (QCP) must be implemented to ensure consistent service quality, with regular progress reports and inspections by ICE representatives. Furthermore, contractors must meet strict personnel security requirements, providing certified staff while ensuring effective communication and proper conduct at all times. Overall, this initiative highlights ICE's commitment to maintaining secure, efficient facilities while adhering to safety standards and operational effectiveness within government contracting frameworks.
    The U.S. Department of Homeland Security’s Office of Acquisition Management has issued a Source Sought Notice to gauge interest and capability among qualified small businesses for conducting Facility Condition Assessments and Real Property Inventory at Immigration and Customs Enforcement (ICE) owned locations. This notice serves solely as market research, not a solicitation, and requests responses primarily from small businesses across various classifications, particularly within the engineering services sector, identified under NAICS code 541330. Interested firms must submit a detailed qualification statement, including experiences with similar projects, organizational structure, and a narrative on approach to the project. An electronic copy of the required documents, including Standard Form 330, a letter of interest, and a description of five relevant projects, should be sent to designated DHS contacts by February 18, 2025. The notice clarifies that no contract will result from this survey, and the Government disclaims any responsibility for incurred costs. This initiative reflects the DHS's effort to ensure facility efficacy and accountability through the involvement of small business contractors.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Secure Housing Unit (SHU) at the Port Isabel Service Processing Center (SPC)
    Homeland Security, Department Of
    The U.S. Department of Homeland Security, through the U.S. Immigration and Customs Enforcement (ICE), is seeking information for the design and construction of a new Secure Housing Unit (SHU) at the Port Isabel Service Processing Center in Los Fresnos, Texas. This initiative aims to establish a single-story facility comprising 26 modular cells, along with essential support spaces, while adhering to various architectural and sustainability standards. The project is significant for enhancing the infrastructure of detention facilities, ensuring compliance with safety and security protocols. Interested parties are encouraged to submit a Capabilities Statement by February 11, 2025, detailing their relevant experience, with an estimated budget for the project ranging between $5 million and $10 million. For further inquiries, contact Amy Dallaire at amy.dallaire@ice.dhs.gov.
    Senior Executive Services (SES) Support Services
    Homeland Security, Department Of
    The Department of Homeland Security's Immigration and Customs Enforcement (ICE) is seeking support services for its Senior Executive Service (SES) program, aimed at enhancing the recruitment and management of senior executives. The procurement focuses on gathering insights from small business vendors regarding their capabilities in providing Human Capital and Training Solutions (HCaTS), specifically for SES recruitment and staffing procedures. This initiative is critical for ensuring that ICE effectively assesses, selects, and manages executive candidates, thereby maintaining a high standard of leadership within the organization. Interested vendors must submit their responses to the Request for Information (RFI) by February 12, 2025, with questions due by February 3, 2025. For further inquiries, vendors can contact Kelsey Nelson at kelsey.d.nelson@ice.dhs.gov.
    ICE OCIO Adobe Design and Development Form Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking businesses capable of providing Adobe Form Design and Development Services as part of a Request for Information (RFI). The objective is to enhance form management efficiency within the agency, ensuring compliance with federal standards and regulations, including the Paperwork Reduction Act and Section 508 Rehabilitation Act requirements. This initiative is crucial for maintaining uniformity and integrity in ICE's form management processes, utilizing Adobe applications for design and development. Interested parties should direct their responses through the provided Microsoft Forms link, as the government will not cover any costs incurred in responding to this RFI. For further inquiries, contact Isaac Raymondi at isaac.raymondi@ice.dhs.gov or call 7712007039.
    ICE Tactical Emergency Medical Services (TEMS) Training Courses
    Homeland Security, Department Of
    The Department of Homeland Security's Immigration and Customs Enforcement (ICE) is seeking a qualified contractor to provide Tactical Emergency Medical Services (TEMS) training courses, including Wilderness Emergency Medical Technician and Initial Credentialing Courses, as part of a Request for Quotations (RFQ 70CMSW25Q00000003). The procurement aims to enhance the medical readiness and operational capabilities of ICE response teams through comprehensive training, which includes maintaining certifications and providing advanced medical skills. Interested vendors must submit their quotes by February 13, 2025, and the contract will be awarded as a firm fixed price, with a total small business set-aside. For further inquiries, potential bidders can contact Sherri Napoli at Sherri.Napoli@ice.dhs.gov or Robert V. Roberts at Robert.V.Roberts@ice.dhs.gov.
    Inter-Connection Point (ICP) Colocations
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking information from qualified contractors regarding the provision of Inter-Connection Point (ICP) colocation services. The primary objective is to establish scalable ICPs and CAPs across multiple geographically diverse locations, ensuring high-quality inter-connectivity between various Internet Service Providers (ISPs) and Cloud Service Providers (CSPs). This procurement is crucial for enhancing secure and efficient data center operations that support governmental functions, particularly in the context of dynamic infrastructure provisioning. Interested parties must submit their responses by 12:00 PM EDT on February 7, 2025, to Ebrima Conteh at ebrima.conteh@cbp.dhs.gov, adhering to a 10-page limit for their submissions.
    Transportation Services for the SNA and HLG Field Office, TX
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking contractors to provide transportation services for detainees in the San Antonio (SNA) and Harlingen (HLG) areas of Texas. The procurement involves the operation and management of secure transportation and protection of detainees, requiring compliance with federal regulations and adherence to Performance Based National Detention Standards (PBNDS). This contract is critical for ensuring the safe and efficient movement of individuals in removal proceedings, supporting national security and public safety objectives. Interested parties should contact Shereen Demarais at shereen.demarais@ice.dhs.gov or Brittany Tobias at brittany.tobias@ice.dhs.gov, with proposals due by January 28, 2025.
    Enterprise Security and Administrative Services
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking proposals for Enterprise Security and Administrative Services at multiple locations, including Glynco, Georgia; Artesia, New Mexico; Charleston, South Carolina; and Cheltenham, Maryland. The procurement aims to enhance security operations and administrative support, encompassing tasks such as access control, vehicle inspections, and badge services, under a fixed-price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. This initiative is critical for maintaining the safety and operational efficiency of federal law enforcement training facilities, with a focus on compliance with federal regulations, including those related to human trafficking and contractor qualifications. Proposals for Phase 1 are due by February 4, 2025, and interested parties should direct inquiries to Gretchen Lovell at Gretchen.Lovell@fletc.dhs.gov.
    FLETC Artesia Construction IDIQ Contract
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking qualified contractors for the FLETC Artesia Construction IDIQ Contract in Artesia, New Mexico. The procurement aims to secure services, labor, and materials for construction, maintenance, and repairs at various buildings and structures within the FLETC, with a contract duration of 12 months and four optional 12-month periods, plus a potential 6-month extension. This HUBZone small business set-aside contract has a guaranteed minimum of $50,000 and a maximum estimated value of $33 million over its lifetime, with individual task orders typically ranging from $2,000 to $750,000. Interested parties should contact William Hilliard at william.a.hilliard@fletc.dhs.gov and monitor www.sam.gov for the solicitation package, expected to be posted within 2-4 weeks, with proposals due approximately 45 days later.
    Student Support/Facilities Operation Maintenance Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC) in Charleston, South Carolina, is seeking qualified contractors to provide Student Support and Facilities Operation Maintenance Services. The procurement encompasses comprehensive services including dormitory operations, dining facility management, transportation of students, janitorial services, and maintenance of facilities and grounds, all aimed at supporting law enforcement training programs. This dual requirement is critical for ensuring a conducive training environment for federal law enforcement personnel, with the government planning to award two Indefinite Delivery Indefinite Quantity (IDIQ) contracts, each with a base period through September 30, 2025, and seven optional one-year extensions. Interested parties should direct inquiries to Queen H. Singleton at queen.h.singleton@fletc.dhs.gov or Tyshawn Neals at Tyshawn.neals@fletc.dhs.gov, with a pre-proposal conference scheduled for February 6, 2025, and the final RFP expected to be released on February 10, 2025.
    FEMA Continuous Improvement Division (CID) Blanket Purchase Agreement
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide Disaster Continuous Improvement Support Services through its Continuous Improvement Division (CID). The primary objective of this procurement is to enhance FEMA's Continuous Improvement Program (CIP) by integrating lessons learned from past disasters into future operations, which includes tasks such as program management, data analysis, training, and consulting. This initiative is crucial for improving disaster response and recovery capabilities, ensuring that FEMA can effectively adapt to increasing disaster-related challenges. Interested firms with an active GSA Multiple Award Schedule under NAICS 541611 should submit their proposals by February 24, 2025, with questions due by January 28, 2025. For further inquiries, contact Gregory Crouse at gregory.crouse@fema.dhs.gov, with an estimated contract value of $42 million over four option periods.