DHS awards $14.3M for immigration enforcement furniture, with a 122-day performance period
Contract Overview
Contract Amount: $14,341,797 ($14.3M)
Contractor: Price Modern LLC
Awarding Agency: Department of Homeland Security
Start Date: 2025-09-30
End Date: 2026-01-30
Contract Duration: 122 days
Daily Burn Rate: $117.6K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THIS AWARD PROCURES FURNITURE TO SUPPORT ENFORCEMENT AND REMOVAL OPERATIONS OFFICERS HIRED UNDER THE RECONCILIATION BILL IN SUPPORT OF THE ADMINISTRATION'S IMMIGRATION ENFORCEMENT PRIORITIES.
Place of Performance
Location: BALTIMORE, BALTIMORE CITY County, MARYLAND, 21211
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $14.3 million to PRICE MODERN LLC for work described as: THIS AWARD PROCURES FURNITURE TO SUPPORT ENFORCEMENT AND REMOVAL OPERATIONS OFFICERS HIRED UNDER THE RECONCILIATION BILL IN SUPPORT OF THE ADMINISTRATION'S IMMIGRATION ENFORCEMENT PRIORITIES. Key points: 1. The contract supports the hiring of new enforcement officers, directly linking spending to administration priorities. 2. A 122-day performance period suggests a focused, short-term need for furniture. 3. The award to PRICE MODERN LLC indicates a specific supplier was chosen for this requirement. 4. The use of a Blanket Purchase Agreement (BPA) Call suggests a pre-negotiated framework for this procurement. 5. The contract is firm-fixed-price, providing cost certainty for the government.
Value Assessment
Rating: fair
The total award amount of $14.3 million for office furniture over a 122-day period appears substantial. Without specific details on the quantity and type of furniture, a direct value-for-money assessment is challenging. However, the firm-fixed-price nature of the contract provides cost predictability. Benchmarking against similar large-scale furniture procurements for government agencies would be necessary to definitively assess if this represents a competitive price point.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. The specific number of bidders is not provided, but the use of a BPA Call suggests that multiple vendors may have been available under the pre-existing agreement. Full and open competition generally promotes price discovery and encourages a wider range of solutions.
Taxpayer Impact: Taxpayers benefit from the potential for competitive pricing and a broader selection of qualified vendors when contracts are competed openly.
Public Impact
Immigration and Customs Enforcement (ICE) officers will benefit from new office furniture, supporting their operational readiness. The furniture will be used to equip personnel hired under the Reconciliation Bill, directly impacting workforce expansion. The geographic impact is likely concentrated within ICE facilities in Maryland, where the contract is managed. Workforce implications include the enablement of new hires to perform their duties effectively in equipped workspaces.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The short performance period (122 days) could indicate a rushed procurement or potential for follow-on needs not fully defined.
- The substantial dollar amount for a short-term furniture need warrants scrutiny to ensure efficient use of funds.
- Lack of detail on specific furniture items makes it difficult to assess if the most cost-effective solutions were selected.
Positive Signals
- The use of full and open competition suggests a commitment to fair market access and potentially competitive pricing.
- The firm-fixed-price contract type provides budget certainty and shifts cost risk to the contractor.
- The award supports a clear government priority: equipping new enforcement personnel.
Sector Analysis
This contract falls within the Office Furniture (except Wood) Manufacturing sector, a segment of the broader manufacturing industry. The federal government is a significant purchaser of office furniture, with spending often driven by agency growth, relocations, or modernization efforts. Comparable spending benchmarks would typically involve analyzing historical awards for similar furniture procurements by agencies like DHS, GSA, or other large federal entities, considering factors like quantity, quality, and delivery timelines.
Small Business Impact
The provided data indicates that small business participation (sb: false) was not a specific set-aside requirement for this particular award. Therefore, there are no direct subcontracting implications mandated by a small business set-aside. The impact on the small business ecosystem would depend on whether any of the bidders or potential subcontractors were small businesses, which is not detailed in this award notice.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Homeland Security (DHS) and specifically U.S. Immigration and Customs Enforcement (ICE). As a BPA Call, the underlying BPA likely has its own oversight mechanisms. The firm-fixed-price nature reduces some financial oversight needs compared to cost-reimbursement contracts. Transparency is facilitated by the public nature of contract awards, though detailed justifications for specific furniture choices may not be publicly available. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- General Services Administration (GSA) Federal Supply Schedule Furniture Contracts
- Department of Defense Office Furniture Procurements
- Office of Management and Budget (OMB) Furniture Spending Guidelines
Risk Flags
- Short Performance Period for Large Value
- Lack of Detailed Itemization
- Potential for Unspecified Follow-on Needs
Tags
dhs, ice, price-modern-llc, full-and-open-competition, bpa-call, firm-fixed-price, office-furniture, maryland, immigration-enforcement, reconciliation-bill, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $14.3 million to PRICE MODERN LLC. THIS AWARD PROCURES FURNITURE TO SUPPORT ENFORCEMENT AND REMOVAL OPERATIONS OFFICERS HIRED UNDER THE RECONCILIATION BILL IN SUPPORT OF THE ADMINISTRATION'S IMMIGRATION ENFORCEMENT PRIORITIES.
Who is the contractor on this award?
The obligated recipient is PRICE MODERN LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Immigration and Customs Enforcement).
What is the total obligated amount?
The obligated amount is $14.3 million.
What is the period of performance?
Start: 2025-09-30. End: 2026-01-30.
What is the specific breakdown of furniture items and quantities included in this $14.3 million award?
The provided data does not include a specific breakdown of furniture items and quantities. The award notice identifies the product service code as 'Office Furniture (except Wood) Manufacturing' and the description mentions 'FURNITURE TO SUPPORT ENFORCEMENT AND REMOVAL OPERATIONS OFFICERS'. To understand the value proposition, a detailed list of items such as desks, chairs, filing cabinets, and other office essentials, along with their respective quantities and unit costs, would be necessary. This level of detail is typically found in the contract's statement of work or delivery orders associated with the BPA Call.
How does the per-unit cost of the furniture compare to market rates or similar government contracts?
A precise per-unit cost comparison is not possible without the specific itemization and quantities of furniture procured. The total award is $14.3 million over approximately four months. If this award were for a large quantity of standard office furniture, the average cost per item would need to be significantly low to be considered competitive. Benchmarking would require access to similar federal procurements for office furniture, ideally with comparable specifications and delivery timelines, as well as analysis of commercial catalog pricing for equivalent items. The firm-fixed-price nature suggests the contractor has factored in their costs and profit margins.
What is the track record of PRICE MODERN LLC in fulfilling federal contracts, particularly for large furniture orders?
Information regarding PRICE MODERN LLC's specific track record with federal contracts, especially for large furniture orders, is not detailed in the provided award data. A comprehensive assessment would involve reviewing historical contract performance data, including past performance evaluations, any reported disputes or terminations, and the types and values of previous awards. Databases like the Federal Procurement Data System (FPDS) or SAM.gov could provide insights into their contract history with government agencies. Understanding their experience with similar scope and scale is crucial for evaluating reliability.
What are the specific enforcement and removal operations that this furniture will support?
The furniture is intended to support Enforcement and Removal Operations (ERO) officers hired under the Reconciliation Bill. This initiative is part of the administration's broader immigration enforcement priorities. The Reconciliation Bill likely authorized funding for increased personnel within agencies like U.S. Immigration and Customs Enforcement (ICE) to manage immigration caseloads, conduct enforcement actions, and facilitate removals. The furniture will equip the workspaces for these newly hired officers, enabling them to perform their duties related to border security, detention, and deportation processes.
What is the significance of the 122-day performance period for this contract?
The 122-day performance period (approximately four months) is relatively short for a furniture procurement of this magnitude ($14.3 million). This could indicate several possibilities: 1) The furniture is needed urgently to equip a newly established or expanded office space quickly. 2) This award represents an initial phase of a larger, multi-phase furniture requirement, with subsequent awards anticipated. 3) The contract might be for a specific, time-bound operation or event requiring temporary furnishing. The short duration necessitates efficient delivery and installation by the contractor.
How does the use of a BPA Call impact the competition and pricing for this specific furniture requirement?
A Blanket Purchase Agreement (BPA) Call is an order placed against an existing BPA. BPAs are established with vendors to streamline the procurement of commonly purchased items or services. If the underlying BPA was awarded through full and open competition, then the subsequent calls also benefit from that initial competitive process. However, the specific competition for this 'call' depends on whether multiple vendors under the BPA were solicited, or if it was a directed call to a single vendor under the BPA. The pricing is typically pre-negotiated within the BPA, which can lead to efficiencies but might not always reflect the absolute lowest market price compared to a new, open solicitation.
Industry Classification
NAICS: Manufacturing › Office Furniture (including Fixtures) Manufacturing › Office Furniture (except Wood) Manufacturing
Product/Service Code: FURNITURE
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2604 SISSON ST, BALTIMORE, MD, 21211
Business Categories: Category Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $14,341,797
Exercised Options: $14,341,797
Current Obligation: $14,341,797
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70RDAD22A00000001
IDV Type: BPA
Timeline
Start Date: 2025-09-30
Current End Date: 2026-01-30
Potential End Date: 2026-01-31 00:00:00
Last Modified: 2026-01-09
More Contracts from Price Modern LLC
- Description: APM-340 ACE Furniture and Related Services for Somera Road 1100 Main Street LLC, — $4.3M (Department of Transportation)
- Comprehensive Furniture Management Services (cfms) — $2.3M (National Aeronautics and Space Administration)
- This Award Procures Furniture, Design, Installation, and Associated Services to Create Workstations for Enforcement and Removal Operations — $228.7K (Department of Homeland Security)
- Purchase of Haworth Systems Furniture and Provide Workplace/Furniture Adjustments to NRC Staff Workspace — $115.0K (Nuclear Regulatory Commission)
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)