ICE Transportation Management Office- Analysis Support
ID: 192124FHQTMO0001Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS IMMIGRATION AND CUSTOMS ENFORCEMENTDETENTION COMPLIANCE AND REMOVALSWASHINGTON, DC, 20024, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SPECIAL STUDIES/ANALYSIS- COST BENEFIT (B505)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking qualified vendors to provide analysis support for its Transportation Management Office (TMO) as part of a Request for Information (RFI). The primary objective is to enhance operational efficiency in managing the transportation of non-citizens being removed from the U.S., focusing on data-driven insights, predictive analytics, and the modernization of processes within a complex transportation network. This initiative is crucial for addressing logistical challenges and ensuring compliance with federal regulations while optimizing resource management. Interested parties must submit their responses, including company information and comments on the draft Performance Work Statement, by 10:00 a.m. ET on September 16, 2024, to Brittany Tobias and Marland Clark via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Quality Assurance Surveillance Plan (QASP) is designed to evaluate a contractor’s performance under a federal contract, ensuring adherence to specified metrics. The plan delineates functional areas of assessment, performance requirements, acceptable quality levels (AQLs), and methods for monitoring performance. Contractors are expected to meet AQLs in all areas, which define permissible levels of performance deficiencies while maintaining overall satisfactory service levels. The QASP specifies performance metrics, such as the total monthly fill rate of qualified full-time employees (FTEs), mandatory start dates, and on-time delivery of specified contract deliverables. Each metric is monitored through monthly status reports, with recommended AQLs outlined for each area, typically set at 90-100%. In cases of performance discrepancies, the government will record issues through a Contract Discrepancy Report (CDR), prompting contractors to address these concerns promptly. The QASP establishes that satisfactory performance, as measured against the outlined metrics, will inform Contractor Performance Assessment Reporting System (CPARS) ratings, ensuring accountability and transparency in contractor engagements. Overall, the QASP promotes effective contractor performance management vital for mission success in federal procurement contexts.
    The Performance Work Statement (PWS) outlines the needs of the U.S. Department of Homeland Security’s Immigration and Customs Enforcement (ICE) Enforcement and Removal Operations (ERO) regarding their Transportation and Removal Program (TRP) Analysis Support. The primary objective is to enhance operational efficiency and effectiveness in managing transportation for non-citizens being removed from the U.S., including the integration of data-driven insights and modernization of processes across a complex transportation network. ERO is seeking contractor support to develop centralized automation for transportation requests, utilize predictive analytics, and improve strategic planning and data visualization capabilities. The contract includes specific tasks such as transportation acquisition support, predictive analytics, data reporting, strategic assessment, and advanced research. Vendors must display experience in law enforcement logistical operations, data management, and have cleared personnel available. The PWS emphasizes the significance of streamlined processes to optimize resource management while maintaining compliance with security and quality standards. Overall, this initiative highlights ERO's commitment to improving operational logistics and responding proactively in a dynamic, politically sensitive environment.
    The Draft Performance Work Statement (PWS) outlines preliminary comments regarding an upcoming federal procurement opportunity. It focuses on specifying the necessary requirements and expectations for vendors responding to the Request for Proposal (RFP). This document serves to clarify the scope of work, deliverables, and performance metrics that will be used to evaluate proposals. Key topics in the draft include essential responsibilities of contractors, compliance with federal regulations, and timelines for project completion. Additionally, the comments indicate areas where further details may be needed to enhance clarity and ensure all stakeholders understand the objectives. This document is crucial for ensuring that potential bidders are well-informed and can formulate competitive proposals that meet government standards. By addressing these initial queries and suggestions, the document aims to refine the RFP process, improving the overall quality of responses and project outcomes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    TransViz Request for Information (RFI)
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from qualified vendors regarding the Transportation Visualizer (TransViz) system, a web-based tool designed to enhance operational planning and execution through data visualization and analysis of Joint Operation Planning and Execution System (JOPES) data. The primary objectives include software development support, IT security, and the management of the system’s software lifecycle, with a strong emphasis on cybersecurity and compliance with Department of Defense standards. This initiative is critical for optimizing transport logistics and ensuring national mission readiness, with plans to establish a contract by 2025. Interested vendors must submit their responses by October 1, 2024, including detailed company information related to security clearances, business size, and technical capabilities, to the primary contact, Georgia L. Wilde, at georgia.l.wilde.civ@mail.mil.
    U.S. Embassy Mexico—International Narcotics & Law Enforcement Affairs (INL Mexico) Integrated Services for Receiving, Warehousing Facilities & Related Services, Customs Brokerage, and Transportation Services
    Active
    State, Department Of
    The Department of State, through the U.S. Embassy in Mexico, is seeking information from vendors regarding integrated services for receiving, warehousing, customs brokerage, and transportation related to equipment donations to Mexico. The objective is to gather insights on best practices and innovative solutions to enhance service efficiency, validate the current warehouse service model, and potentially develop a new framework that addresses the unique operational challenges faced in both the U.S. and Mexico. This initiative is crucial for streamlining deliveries, minimizing import taxes, and modernizing logistical operations in support of the International Narcotics & Law Enforcement Affairs (INL Mexico). Interested parties must submit their capability statements and responses to specific questions via email by October 31, 2024, to Eric R Modrak at ModrakER@state.gov. This Request for Information (RFI) does not constitute a formal solicitation for proposals or quotes and is intended solely for planning purposes.
    Transportation Security Administration’s Open Architecture Initiatives
    Active
    Homeland Security, Department Of
    The Transportation Security Administration (TSA) is seeking industry participation in its Open Architecture (OA) initiatives, aimed at enhancing the efficiency and interoperability of transportation security systems. This opportunity invites vendors to provide feedback on next-generation OA solutions, including the Digital Imaging and Communications in Security (DICOS) standard and the Open Platform Software Library (OPSL), to inform TSA's implementation strategy and future requirements. The TSA's OA approach is critical for modernizing security screening processes, ensuring agility in response to evolving threats, and improving the overall passenger experience. Interested parties should submit their comments using the provided forms by September 30, 2024, and respond to the Request for Information (RFI) by June 3, 2024, with inquiries directed to Siobhan Mullen at siobhan.mullen@tsa.dhs.gov or Siobhan Lawson at Siobhan.Lawson@tsa.dhs.gov.
    Commercial Port Information and Operational Technology
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking insights from commercial port stakeholders through a Request for Information (RFI) titled "Commercial Port Information and Operational Technology" under the C-PILOT program. The objective of this RFI is to identify vulnerabilities in commercial port operations, specifically focusing on Information Technology (IT) and Operational Technology (OT) systems, to enhance cybersecurity measures within the U.S. Maritime Transportation System (MTS), which is vital to the national economy and supports 13 million jobs. Participants will contribute to the development of a virtual testbed for evaluating cybersecurity readiness and identifying gaps in current protections, with the potential for interviews and site visits by DHS personnel. Interested parties are encouraged to submit their responses, including contact information and relevant experience, to MaritimePortResiliencyandSecurityStudy@hq.dhs.gov by the specified deadline.
    Request for Information: MilMove Development and Sustainment
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from industry regarding the MilMove Development and Sustainment contract, which is anticipated to be awarded in 2025. The primary objective of this Request for Information (RFI) is to gather insights on existing software solutions that can enhance the management of household goods, personal vehicle transportation, and storage contracts within an Agile framework. This initiative is crucial for improving the efficiency of military relocations and ensuring compliance with security and operational standards throughout the software development lifecycle. Interested parties should submit their responses by September 27, 2024, and can direct inquiries to Megan Gonzalez at megan.m.gonzalez4.civ@mail.mil or Tian Wylie at tian.v.wylie.mil@mail.mil.
    U.S. Customs and Border Protection Laboratory Information Management System (LIMS)
    Active
    Homeland Security, Department Of
    The U.S. Customs and Border Protection (CBP) is seeking information from vendors regarding the procurement of a commercial off-the-shelf (COTS) Forensic Laboratory Information Management System (LIMS) to enhance the efficiency and reliability of its forensic and scientific operations. The new system must be configurable and customizable, supporting critical functionalities such as evidence chain of custody, data integrity, resource management, and compliance with forensic laboratory accreditation standards. This initiative is vital for maintaining the integrity of forensic processes and ensuring compliance with federal, state, and local regulations, as CBP aims to modernize its operations across various functional areas, including digital forensics and narcotics. Interested vendors should submit their responses by September 26, 2024, to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov, with a maximum of five pages detailing their capabilities and relevant experience.
    TacCom and TechOps III
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking qualified sources for its Tactical Communications Equipment and Services (TacCom) and Technical Investigative Surveillance Operations (TechOps) III initiative through a Request for Information (RFI). This procurement aims to establish a Multi-Agency Indefinite Delivery Indefinite Quantity (IDIQ) contract to secure advanced communications and surveillance technology essential for law enforcement operations, including equipment such as radios and surveillance devices, as well as support services. The RFI is intended for market research purposes only, and responses must be submitted by September 17, 2024, to inform future acquisition strategies. Interested vendors can contact Sohl Han at sohl.han@hq.dhs.gov for further information.
    Notice of Intent to Sole Source - Port Lookup Services
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), intends to solicit Enhanced Law Enforcement Platform Port Lookup services from a single source, ICONECTIV, LLC. This procurement is being conducted under the authority of FAR 13.501(a) and is deemed necessary due to the unique capabilities of the selected vendor. The services are critical for supporting law enforcement operations and ensuring efficient data processing and web hosting related to immigration and customs enforcement activities. Interested parties can direct any inquiries to the Contracting Officer, Wesley Ransom, at wesley.ransom@ice.dhs.gov, as this notice serves informational purposes only and is not a request for quotation.
    Travel Document Production Services (TDPS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking proposals for Travel Document Production Services (TDPS) to enhance the personalization and maintenance of travel documents. The procurement aims to secure new personalization equipment, maintenance services, and consumables to ensure the efficient issuance of secure travel documents, including the Travel Re-entry Permit (I-327) and Refugee Travel Document (I-571). This initiative is critical for maintaining the quality and security of travel documents, with a focus on operational efficiency and compliance with federal guidelines. Interested vendors must submit their quotes by September 18, 2024, at 10:00 AM ET, and can direct inquiries to Inna Aydinyan or Rachel Turner via their respective emails.
    IT Software and Maintenace
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is issuing a special notice regarding a sole source procurement for IT software and maintenance services from Paragon Solutions US. The objective of this procurement is to secure customized IT software solutions and ongoing maintenance support, which are critical for the operational efficiency of ICE's Information Technology Division. These services will play a vital role in enhancing the agency's technological capabilities and ensuring the reliability of its IT infrastructure. Interested parties can reach out to Evan Strother at evan.strother@ice.dhs.gov or Salena Weekly at salena.weekly@ice.dhs.gov for further inquiries regarding this opportunity.