Printers

SOL #: JA260105Justification

Overview

Buyer

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

Place of Performance

Alexandria, VA

NAICS

Other Computer Related Services (541519)

PSC

Legacy Analog Voice Communications Equipment, Hardware, And Software Used To Connect End Users To The Organization's Voice Systems. Includes Analog Transmission And Transport Equipment, Physical Communications Infrastructure Carrying Analog Signals Over Copper Wiring (Outside And Inside Plant), Products And Tools That Enable Or Distribute Voice Services Through On Premise Analog Equipment Including Pbx, Voicemail, And Handsets. (7G20)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 27, 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 U.S. Immigration and Customs Enforcement (ICE), under the Department of Homeland Security (DHS), has issued a Justification for Other than Full and Open Competition (J&A) for the procurement of HP brand-name printers. This requirement supports new hires, leveraging products with a proven track record of operational reliability within ICE. The procurement will be an Indefinite Delivery Indefinite Quantity (IDIQ) delivery order under the NASA Solutions for Enterprise-Wide Procurement (SEWP) V contract.

Scope of Work

This procurement is for a specific brand-name HP printer (model details redacted) chosen for its technical compatibility, operational efficiency, and cost-effectiveness. The period of performance for this requirement is six (6) months.

Contract & Timeline

  • Contract Type: Firm-Fixed Price, New delivery Order under FAR 16.505, IDIQ under NASA SEWP V.
  • Duration: Six (6) months.
  • Set-Aside: Open to competition among qualified Small Business authorized resellers under NASA SEWP V HUBZones.
  • Published Date: April 27, 2026.

Evaluation

The Government anticipates receiving at least two quotes from authorized resellers, ensuring fair and reasonable pricing through adequate price competition.

Additional Notes

This J&A details the rationale for the brand-name requirement, including market research and a comparative analysis that highlighted the operational advantages, compatibility, and cost-effectiveness of the selected HP printer over alternatives like Canon and Xerox. The Office of Acquisition Management (OAQ) will solicit from as many authorized resellers of the required HP Inc product as possible via the DHS mandated SSV NASA SEWP. Interested parties should monitor NASA SEWP V for the upcoming solicitation.

Contact: Maxine D. Edwards at maxine.edwards@dhs.gov or 202-271-5812.

People

Points of Contact

Maxine D. EdwardsPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Justification
Posted: Apr 27, 2026
Printers | GovScope