Yuma Soft Sided Facility (SSF) 500 Capacity Increase Modification - 70B01C22F00000711
ID: 20133983Type: Justification
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONADMINISTRATION FACILITIES TRAINING CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

PSC

OPERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (M1AZ)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking to modify Task Order 70B01C22F00000711 to increase the capacity of the Yuma Soft Sided Facility (SSF) to accommodate a surge in non-citizens at the Southwest Border. This modification aims to provide expanded detention and processing space in response to the anticipated influx of non-citizens due to the potential end of Title 42. The additional facility capacity is critical for managing the operational demands associated with border processing and detention. Interested parties can reach out to Kevin Sarff, the Contract Specialist, at Kevin.P.Sarff@cbp.dhs.gov for further details regarding this opportunity.

    Point(s) of Contact
    Kevin Sarff, Contract Specialist
    Kevin.P.Sarff@cbp.dhs.gov
    Files
    Title
    Posted
    Similar Opportunities
    Soft-Sided Facilities and Wrap-around Services El Paso
    Buyer not available
    The U.S. Department of Homeland Security, specifically the United States Customs and Border Protection (CBP), is seeking to modify Task Order number 70B01C23F00000067 to establish a new 2500-person soft-sided facility in El Paso, Texas, along with wrap-around services. This procurement is being conducted under a Limited-Sources Justification in accordance with FAR 8.405-6(a), indicating a focused need for these specific services and facilities to support operational requirements. The establishment of such facilities is critical for managing and accommodating personnel and resources effectively in response to border security needs. Interested parties can reach out to Jacob Burns at JACOB.J.BURNS@CBP.DHS.GOV for further information regarding this opportunity.
    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.
    DHS Medical Supplies BPA Modification
    Buyer not available
    The Department of Homeland Security (DHS), through the U.S. Customs and Border Protection (CBP), is modifying existing Blanket Purchase Agreements (BPAs) for medical supplies to address urgent operational needs. This modification extends the current BPAs, which support federal personnel in emergency medical services and personal protective equipment (PPE) requirements, through February 24, 2023, while the agency prepares for a competitive acquisition of new medical supplies. The BPAs are critical for fulfilling mission-essential requirements, particularly in response to operational and pandemic-related challenges. For further inquiries, interested parties can contact Dominique Brown at dominique.u.brown@cbp.dhs.gov or by phone at 317-715-6253, or reach out to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov or 317-339-7189.
    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.
    Border Patrol Station-Freer, Texas
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the design and construction of a new Border Patrol Station in Freer, Texas. This project involves creating a comprehensive facility that includes various structures such as an administration building, vehicle maintenance facility, and kennel, all situated on a 30-acre site, with a construction budget estimated between $25 million and $100 million. The contract will be awarded through a two-phase design-build process, with proposals due on January 16, 2026, and the anticipated award date in July 2026. Interested firms must register with the System for Award Management (SAM) and can contact Patricia Dickson or Nicholas Johnston for further details.
    CBP Ajo Station Trash Removal Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking quotations for solid waste removal services at the Ajo Border Patrol Station and the Ajo State Route 85 Checkpoint in Arizona. The procurement includes a base year and four option years, with the contract period spanning from February 7, 2026, to February 6, 2031, under a total small business set-aside. This service is critical for maintaining cleanliness and operational efficiency at border facilities. Interested vendors must submit their quotations by December 10, 2026, and are required to be registered in the System for Award Management (SAM) prior to the solicitation closing date. For further inquiries, vendors can contact Eric Neckel at eric.r.neckel@cbp.dhs.gov or by phone at 520-407-2804.
    Justification Number FY23-0050 (70SBUR22F00000125 P00005)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking to modify an existing federal contract (Justification Number FY23-0050) for a one-month extension of Operations and Maintenance support services and cloud-based hosting for the Enterprise Information Lifecycle (EIL) service. This modification pertains to USCIS's current journaling and historical archiving solution, which is critical for managing and preserving immigration-related data. The place of performance for this contract is in Herndon, Virginia, and interested parties can reach out to Emily A. Sleeper at emily.a.sleeper@uscis.dhs.gov or by phone at 802-872-4135 for further details regarding this opportunity.
    Immigration Detention and Transportation in Puerto Rico
    Buyer not available
    The Department of Homeland Security (DHS), specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to modify an existing contract with MVM, Inc. for immigration detention and transportation services in Puerto Rico. This modification, justified under FAR Subsection 6.302-1, will extend the current contract by six months, with an option for an additional six months, totaling $4,676,420.78, due to the time-sensitive nature of the services and the sole-source determination that MVM, Inc. is the only responsible vendor capable of fulfilling the requirements within the necessary timeframe. The anticipated costs are considered fair and reasonable based on historical pricing, and ICE plans to publicize this modification while ensuring that future acquisitions will be competitively awarded. For further inquiries, interested parties may contact Corey A. Soileau at Corey.Soileau@ice.dhs.gov.
    Cisco SmartNet 3-month extension
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking a modification to the existing contract with Red River Technology, LLC for the Cisco SmartNet services, which includes a three-month extension for critical maintenance support and on-demand services. This modification aims to increase the ceiling amount and extend the Period of Performance (PoP) of the current firm-fixed-price Task Order 70B04C22F0000248, ensuring continued operational support for essential IT and telecom network services. The services provided under this contract are vital for maintaining the integrity and functionality of the agency's network infrastructure. Interested parties can reach out to Nicole A. Savoy at nicole.savoy@cbp.dhs.gov or Monica Y. Watts at monica.y.watts@cbp.dhs.gov for further details regarding this opportunity.
    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.