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
    J&A - Purchase of 24 Private Booths for Florence CC, AZ
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to procure and install 24 private booths for the Florence Correctional Center (CAFCC) in Arizona, in compliance with a court order from the United States District Court for the District of Columbia. The procurement includes 14 privacy booths and 10 ADA-compliant booths designed to facilitate confidential attorney-client communications, ensuring that legal calls are secure and private, with soundproofing to a minimum of 30-35 decibels. This initiative is critical for maintaining legal standards and ensuring detainees have access to private legal consultations, with the booths required to be operational for at least eight hours on weekdays and five hours on weekends. Interested vendors can contact Ejikeme Ezeala at ejikeme.ezeala@ice.dhs.gov for further details, with the purchase order expected to be awarded following a 30-day extension granted by the court.
    JUSTIFICATION FOR EXCEPTION TO FAIR OPPORTUNITY - SASS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to justify an exception to fair opportunity for the continued performance of Information System Security Officers (ISSOs) services. This procurement aims to provide independent risk assessment, vulnerability management, and compliance support with the Federal Information Security Management Act (FISMA) for ICE information systems. The services are critical for maintaining the security and compliance of ICE's IT infrastructure, ensuring the protection of sensitive information. Interested parties can reach out to Justin Dudenhefer at justin.dudenhefer@ice.dhs.gov or 202-913-2695, or Misty Weinhold at misty.weinhold@ice.dhs.gov or 202-748-6082 for further details.
    Soft-Sided Facilities and Wrap-around Services
    Buyer not available
    The Department of Homeland Security, specifically the Customs and Border Protection (CBP), is seeking to modify an existing Blanket Purchase Agreement (BPA) for the provision of soft-sided facilities and wrap-around services. The procurement aims to expand existing facilities by providing comprehensive services, including intake processing, meal services, janitorial services, security, and necessary infrastructure support such as plumbing and video surveillance systems. These services are critical for the effective operation of administrative facilities that support CBP's mission. Interested parties can reach out to Jacob Burns at JACOB.J.BURNS@CBP.DHS.GOV for further details regarding this opportunity.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Buyer not available
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to complete the installation in accordance with the provided Statement of Work, with a firm-fixed-price contract structure and a completion timeline of 90 calendar days following the Notice to Proceed. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding federal facilities. Interested contractors must be registered with the System for Award Management (SAM) and can direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, with RFQ documents expected to be issued around November 24, 2025.
    Chief Data Officer Support Services (CDOSS) Bridge
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking support services for the Chief Data Officer through a five-month bridge contract. This procurement is justified under the Justification for an Exception to Fair Opportunity (JEFO) J&A-23-0075, which is in accordance with FAR 16.505(b)(2)(ii)(D). The services are critical for maintaining continuity in data management and support functions within the agency. Interested parties can reach out to Michelle Brooks at Michelle.Brooks@ice.dhs.gov or by phone at 202-731-6925 for further details regarding this opportunity.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    Sole Source Justification for Law Enforcement Badges
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to procure 3,400 law enforcement badges through a sole source justification. This procurement is critical for the operational needs of law enforcement personnel, ensuring they have the necessary identification and authority to perform their duties effectively. The badges are essential for maintaining security and order within various enforcement operations. Interested vendors can reach out to Shayla Kelley at shayla.kelley@ice.dhs.gov or by phone at 682-308-7610 for further details regarding this opportunity.
    EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- FCC Victorville
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to issue a solicitation for a firm-fixed-price construction contract for the emergency repair of the A/C system at the DCB building within the Federal Correctional Complex (FCC) in Victorville, California. The project entails the removal of the existing A/C system and its replacement with a new system, with a performance period of 324 calendar days from the notice to proceed. This procurement is crucial for maintaining the operational integrity of the correctional facility, and the estimated project value ranges between $500,000 and $1 million. Interested small businesses must be registered in SAM.gov and can expect the solicitation to be available around December 16, 2025; for further inquiries, they may contact Patrick Ford at pford@bop.gov.
    Influx Care Facility (ICF) Site - Pecos, TX
    Buyer not available
    The Department of Health and Human Services, specifically the Administration for Children and Families, is seeking to extend the contract for the Influx Care Facility (ICF) located in Pecos, Texas, which is essential for the care of unaccompanied children (UC) in federal custody. The contract, originally awarded to Family Endeavors, Inc., provides necessary services for the operation of the ICF, which has a capacity of up to 3,000 beds for UC, and is critical for the Office of Refugee Resettlement's compliance with statutory responsibilities regarding the care of these children. The justification for this extension includes the addition of two three-month option periods, extending the contract through November 2023, with the total estimated value of the contract to be disclosed. Interested parties can reach out to David Greaves at David.Greaves@acf.hhs.gov or Marvin Nunez at Marvin.Nunez@acf.hhs.gov for further information.
    Buildout of SCIF
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualifications from small businesses to undertake the buildout of a Sensitive Compartmented Information Facility (SCIF) at the Mt. Weather Emergency Operations Center in Bluemont, Virginia. The project involves the completion of approximately 7,000 square feet of semi-completed office space, which includes the installation of a dry cooler, mechanical system upgrades, and various interior finishes and equipment installations. This initiative is crucial for enhancing operational capabilities and ensuring secure information handling within the facility. Interested vendors must submit their capability statements, demonstrating relevant experience and qualifications, by December 12, 2025, to Mr. Matthew Raible at matthew.raible@fema.dhs.gov, with an estimated project cost of $6 million to $8 million and a performance period of two years.