This Sources Sought Notice/Request for Information (RFI) is being issued to assist the Department of Homeland Security (DHS), Immigrations and Customs Enforcement (ICE), Baltimore, New Jersey, New York and Boston Enforcement and Removal Operations (ERO) in identifying sources capable of providing armed/unarmed guard and transportation services for each of these field offices.
ICE is responsible for the detention, health, welfare, transportation, and deportation of immigrants in removal proceedings and aliens subject to final orders of removal. This work involves the management, transportation, escort, and guard of aliens, including those in removal proceedings, aliens subject to final orders of removal, material witnesses and criminal detainees which include United States Citizens and Lawful Permanent Residents in a secure manner.
The objective of this contract is for the provision, operation and management of the transportation and protection of detainees for U.S. Immigration and Customs Enforcement (ICE). Vendor should be able to provide armed and unarmed transportation/fixed posts and guard services for the Baltimore (BAL), New York (NYC), Newark (NEW) and Boston (BOS) Areas of Responsibility (AORs) and surrounding areas including all of New York, Maryland, Pennsylvania, New Jersey, West Virginia, Delaware, Massachusetts, Connecticut, Rhode Island, Maine, New Hampshire, Vermont and, in some cases, as far as North Carolina, and Georgia.
DHS/ICE is seeking vendors capable of fulfilling the above requirements. Interested parties having the necessary capabilities are invited to participate. Please do not submit a standard firm capability statement; it will not be considered. It is preferred that you include short statements regarding your company's ability to provide the required services specified in the attached draft PWS. Additionally, ensure your right up addresses the below:
- Provide your capability to provide armed/unarmed guard transportation services for BAL, NYC, NEW and BOS AOR.
- Transportation is ever changing for ICE needs. What kinds of flexibilities can you offer the Government? What are your limitations?
- What is your approach to scaling up quickly if demand increases?
- Are you able to change your hubs quickly? What are your flexibilities? What are your limitations?
- Is a Guaranteed Minimum CLIN structure helpful? Is there any other CLIN structures the industry believes is helpful to look at?
- Do you have your own system for requesting G391s? How do you prioritize?
- What flexibilities do you have to meet all AORs and control costs between them? Do you have any active agreements with other transportation companies?
- What are some cost drivers that the government should be aware of?
- How do you handle service disruptions, delays, or emergencies?
- What systems do you use for scheduling, dispatching, and route optimization?
Please limit your total response to this RFI to 5 pages, not to include title pages, index, table of contents, graphs or charts. Responses should be submitted in a Microsoft Word Document (.doc or .docx) or Portable Document Format (.pdf).
NOTICE: This RFI is being issued solely for information and planning purposes, it DOES NOT
constitute a Request for Quote (RFQ)/Request for Proposal (RFP)/Invitation to Bid (IFB) or a promise to issue a RFQ/RFP/IFB in the future. This RFI does not commit the Government to a contract/order for any supply or service whatsoever.
Furthermore, the Government is not seeking quotes/proposals/bids at this time and will not accept unsolicited quotes/proposals/bids. Responders are advised that the Government will not reimburse for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties’ expense.
The information requested is for the purpose of market research ONLY in accordance with Federal Acquisition Regulation (FAR) Part 10.
The information provided in the RFI is subject to change and is not binding on the Government. All submissions become Government property and will not be returned. Unless advised or indicated on the responses to this RFI, all information furnished will be considered nonproprietary.
Contractors are encouraged to provide questions to the RFI, however please note that responses are not guaranteed. Submitted questions will be used primarily for informational and market research purposes and to help refine and strengthen the PWS. Questions should be submitted no later than 29 August 2025, 12:00 PM (EST). Please email questions to Contracting Officer (CO) Natalie Carr at Natalie.Carr@ice.dhs.gov and the Contract Specialist (CS) Sayed Abubaker at Sayed.Abubaker@associates.ice.dhs.gov.
RFI responses should be provided no later than September 6, 2025 by 1:00 PM (EST) via email to Natalie Carr at Natalie.Carr@ice.dhs.gov and Sayed Abubaker at Sayed.Abubaker@associates.ice.dhs.gov.