Private Office Space Rental/Workstations for ICE Personnel Amendment
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 Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Office of Asset and Facilities Management (OAFM), is soliciting quotes for Private Office Space Rental and Workstations for over 300 ICE personnel nationwide. This is a Total Small Business Set-Aside under Solicitation Number 70CMSW26Q00000009. Quotes are due May 19, 2026, at 1:00 PM ET.
Scope of Work
ICE requires flexible workspace solutions, including private offices and/or workstations, at approved coworking locations across more than 90 cities in the United States and its territories. The contractor must provide satisfactory office spaces for at least 97% of the 330 associated personnel (currently 321), with spaces located within 45 miles of specified locations. Services include desk or private office space, Wi-Fi access, and printing privileges, with the ability to scale up or down based on government need. The government retains ownership of all program data, requiring accessibility within 24 hours and specific formatting.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (NAICS 531120, size standard $34M)
- Period of Performance: An initial 12-month period (June 1, 2026, to May 31, 2027), with potential for extended performance through option periods until May 31, 2029.
- Solicitation Number: 70CMSW26Q00000009
Submission & Evaluation
Offerors must submit quotes via email to Amy Dallaire (amy.dallaire@ice.dhs.gov) and Abeer Saleh. Required submission content includes:
- A PDF (max 5 pages) outlining fulfillment of SOW requirements.
- A signed SF1449 acknowledging RFQ terms.
- A statement of quote validity (90 days).
- A completed Pricing Spreadsheet (Attachment D).
- A completed Prior Experience Worksheet (Attachment E). Evaluation will follow a Lowest Price Technically Acceptable (LPTA) process, where technical acceptability is assessed on a Pass/Fail basis. Award will be made to the responsible offeror submitting the lowest-priced, technically acceptable quote, with no discussions planned.
Key Dates
- Questions Due: May 6, 2026, at 1:00 PM ET
- Quote Due: May 19, 2026, at 1:00 PM ET
Additional Notes
Offerors must be registered in SAM.gov and use IPP.gov for invoicing. Review Attachment C for applicable FAR and DHS clauses. Adherence to formatting requirements (8.5x11" paper, 0.75" margins, 12-point font for text) is mandatory.