Cameras
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. Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Office of Acquisition Management (OAQ), has issued a Special Notice indicating its intent to solicit from a single source, LVC Companies, Inc., for the procurement of cameras and installation services. This notice is for informational purposes only and does not constitute a Request for Competitive Quotes. The Contracting Officer has determined that only one source is reasonably available for this requirement.
Scope of Work
The requirement is for ten (10) replacement cameras and two (2) stock cameras, along with their installation. The place of performance is Fort Snelling, MN.
Contract & Timeline
- Type: Special Notice / Notice of Intent to Solicit from a Single Source (FAR Part 12, Acquisition of Commercial Products and Commercial Services)
- Intended Vendor: LVC Companies, Inc.
- Set-Aside: Sole Source (non-competitive)
- Response Due (for notice): February 10, 2026, 3:00 PM ET
- Published: February 9, 2026
Evaluation
This is a sole-source determination; therefore, no competitive evaluation will occur based on this notice. The purpose is to inform the public of the agency's intent to award a contract to a specific vendor due to a determination that only one source is reasonably available.
Additional Notes
This notice is strictly for informational purposes. No solicitation document is available, and no contract will be awarded based on responses to this notice. Interested parties should understand that this procurement is being conducted on a sole-source basis. The primary point of contact for this requirement is Jenna Wiley at Jenna.Wiley@ice.dhs.gov.