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

Positive Signals

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

Risk Flags

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: ManufacturingOffice Furniture (including Fixtures) ManufacturingOffice 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

View all Price Modern LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending