Business Support Systems Program (BSSP) II
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Immigration and Customs Enforcement (ICE), under the Department of Homeland Security, has issued a Justification for Exception to Fair Opportunity for the Business Support Systems Program (BSSP) II. This action secures continued operations, maintenance, and development for existing BSSP applications (ESP, TOPS, and HITS), alongside a critical transition to a new enterprise HR system, ICE HR-CORE - Capital Operations and Resource Enablement (CORE). The incumbent contractor, AEEC-Argentys, LLC, is identified as uniquely positioned to perform this work due to their proprietary knowledge and role as the technology integrator. This notice is not a solicitation, but indicates DHS's intent to post future related acquisitions on SAM.gov.
Scope of Work
The requirement encompasses:
- Continued operations and maintenance (Tier 2/3 support), security, compliance, release and deployment, performance/database management, and documentation for ESP, TOPS, and HITS.
- Incremental development enhancement services.
- New development support for the transition to the new HRSuite (ICE HR-CORE).
- Enabling new data flows to the ICE HR-CORE system.
- Planning and executing the orderly decommissioning of ESP, TOPS, and HITS.
- Serving as the technology integrator for the overall HR solution transition.
- Supporting data cleanup, migration, and providing process/technical expertise for the new system implementer.
- Ensuring seamless transition, minimizing operational risk, and maintaining compliance.
Contract Details
- Type: Hybrid Firm-Fixed Price (FFP) and Labor Hours (LH) task order.
- Period of Performance: A 12-month base period, followed by three option periods (two 12-month and one 3-month transition out period).
- Product Service Code: DA10 (Support Services, SaaS/Subscription, Application Development).
- Set-Aside: The original task order was awarded competitively under the NIH NITAAC CIO-SP3 Small Business GWAC. This JEFO is for a logical follow-on to that order.
Evaluation & Justification
This document serves as a Justification for Exception to Fair Opportunity under FAR 16.507-6(b)(3). The justification highlights the economy and efficiency gained by utilizing the incumbent's unique position and proprietary knowledge. Transitioning to a new vendor at this critical stage would introduce significant delays, increased costs, and operational risks to ICE's mission.
Additional Notes
DHS intends to post this requirement on SAM.gov for future acquisitions, pursuant to FAR 16.505(b)(2)(ii)(D). Interested parties should monitor SAM.gov for related opportunities. Contact: Dion Lloyd, justin.lloyd@ice.dhs.gov, 202-961-4588.