FY26-HSI_ITaCS-Interim

SOL #: F2026072503JustificationSole Source

Overview

Buyer

Homeland Security
Us Immigration And Customs Enforcement
INFORMATION TECHNOLOGY DIVISION
WASHINGTON, DC, 20024, United States

Place of Performance

VA

NAICS

Computer Systems Design Services (541512)

PSC

Support Professional: Program Evaluation/Review/Development (R410)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 2, 2026

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 Department of Homeland Security (DHS), specifically U.S. Immigration and Customs Enforcement (ICE), has issued a Justification for Exception to Fair Opportunity for an interim contract to continue Information Technology (IT) Training and Communication Services (ITaCS) for Homeland Security Investigations (HSI). This sole-source action, with an estimated value of $2,930,905.44, is necessary to prevent a break in mission-critical services while a re-compete solicitation is prepared and awarded. The interim contract will be awarded under the CIO-SP3 government-wide acquisition contract (GWAC).

Scope of Work

This interim contract ensures the continuation of Firm-Fixed-Price (FFP) services for IT training and communication support. These services are vital for ICE users to effectively utilize key DHS ICE OCIO SDD IT Portfolio systems. The scope of work remains consistent with the existing contract, focusing on maintaining essential IT support functions.

Contract Details

  • Type: Sole-source interim contract (Justification for Exception to Fair Opportunity)
  • Period of Performance: A two-month base period with two, two-month options, totaling up to six months.
  • Estimated Total Cost: $2,930,905.44
  • Awarded Under: Chief Information Officer-Solutions and Partners 3 (CIO-SP3) GWAC
  • Place of Performance: Virginia (ZIP 22314), United States
  • Product Service Code: R410 (Support Professional: Program Evaluation/Review/Development)

Eligibility & Rationale for Sole Source

This opportunity is an Exception to Fair Opportunity based on FAR 16.507(b)(2), which states that only one awardee is capable of providing the required services due to their unique or highly specialized nature. Deloitte Consulting LLP is the incumbent vendor and is deemed the only capable source for this interim period. The rationale includes:

  • Avoiding a critical break in services during the transition to a new vendor.
  • Deloitte's existing familiarity with daily processes, procedures, and possession of required cleared staff.
  • Delays in the re-compete solicitation process due to a government shutdown and increased scope requirements.

Key Dates & Contacts

  • Published Date: April 2, 2026
  • Anticipated Re-compete Solicitation Release: February 2026
  • Anticipated Re-compete Award: July 2026
  • Primary Contact: Tonya Fells, Contract Specialist (Tonya.T.Fells@ice.dhs.gov)
  • Secondary Contact: Pamela Rodgers, Contracting Officer (Pamela.A.Rodgers@ice.dhs.gov)

Additional Notes

DHS intends to post the re-compete requirement on SAM.gov. Pricing for this interim contract will be determined fair and reasonable based on CIO-SP3 rates, procurement history, and the Independent Government Cost Estimate (IGCE).

People

Points of Contact

Tonya Fells, Contract SpecialistPRIMARY
Pamela Rodgers, Contracting OfficerSECONDARY

Files

Files

Download

Versions

Version 1Viewing
Justification
Posted: Apr 2, 2026
FY26-HSI_ITaCS-Interim | GovScope