Transportation Services for the SNA and HLG Field Office, TX
ID: 70CDCR25R00000003Type: Solicitation
Overview

Buyer

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

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Immigration and Customs Enforcement (ICE), is seeking contractors to provide transportation and guard services for detainees in the San Antonio (SNA) and Harlingen (HLG) Areas of Responsibility in Texas. The contract will operate under an Indefinite Delivery-Indefinite Quantity (IDIQ) structure, requiring 24/7 secure transportation for immigrants undergoing processing, with specific provisions for guard hours and transportation mileage. This procurement is critical for ensuring compliance with immigration laws and maintaining public safety, with a focus on operational efficiency and adherence to federal standards. Interested parties should contact Shereen Demarais at shereen.demarais@ice.dhs.gov or Brittany Tobias at brittany.tobias@ice.dhs.gov for further details, with proposals due by January 28, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Request for Proposal (RFP) issued by the U.S. Immigration and Customs Enforcement (ICE) for the provision, operation, and management of transportation and protection for detainees within specific operational areas. Key elements include the requirement for contractors to transport up to 100,000 miles monthly with the provision of guard hours, which incorporates various costs such as personnel, vehicles, and maintenance. The project involves multiple contract line item numbers (CLINs) detailing fixed-price and time-and-materials arrangements for both base and option periods, indicating an anticipated award type. Additional CLINs include provisions for remote guard hours, stationary delays, per diem for travel, and food services for detainees (e.g., sack lunches). The RFP also emphasizes compliance with federal regulations throughout the contracting process and specifies metrics for billing based on transportation and service levels. The effective date for proposals is set for January 28, 2025, with a solicitation open to small businesses and minority-owned entities. Overall, this RFP reflects ICE's strategy to manage detainee logistics efficiently and responsibly.
    The Transportation Services Performance Work Statement (PWS) outlines the contract requirements for the provision of secure transportation and protection of detainees by the U.S. Immigration and Customs Enforcement (ICE) in Texas. The primary objective is to deliver comprehensive transportation management services for immigrants in removal proceedings and associated detainees. The contractor must ensure compliance with federal, state, and local regulations while adhering to ICE's Performance Based National Detention Standards (PBNDS). Key requirements include establishing an operations plan within 60 days of contract award, maintaining a minimum staffing level, and developing a training plan for personnel. Transportation will be available 24/7, with immediate responsiveness for detainee transports while ensuring safety and security protocols are adhered to. The contractor is also responsible for vehicle maintenance, the sanitation of vehicles, and handling of detainee property during transport. In addition, clear documentation and communication plans are mandatory to maintain accountability and oversight. Emergency procedures for various scenarios, such as medical emergencies and natural disasters, must also be established. This document emphasizes a structured partnership approach between ICE and the contractor, aiming for improved service delivery and safety standards in detainee transportation operations.
    The document lists various Workforce Development (WD) agreements and updates relating to different counties in Texas. It includes the respective designations for multiple areas such as Bastrop, Caldwell, Hays, Travis, Williamson, and many others, with each entry denoting a unique WD number followed by its revision number. This series of records illustrates the state's systematic approach to managing and updating workforce development initiatives across numerous Texan counties, facilitating opportunities for federal grants, funding agreements, and Requests for Proposals (RFPs). The emphasis on regular revisions indicates active oversight and responsiveness to training and employment needs in the workforce system. Overall, the document serves as a reference for tracking changes and updates in workforce development initiatives pertinent to Texas counties, reflecting the ongoing commitment to enhancing labor market conditions.
    The Collective Bargaining Agreement (CBA) between G4S Secure Solutions, Inc. and the International Union, Security, Police and Fire Professionals of America (SPFPA), Local 725, spans from December 20, 2022, to December 19, 2025. It outlines recognition of the Union as the exclusive representative for part-time and full-time Sergeants, Lieutenants, and Captains across specified locations in Texas. The CBA details employment classifications, fair practices, union dues, management rights, and grievance procedures. Key articles include provisions for wages, hours, overtime, and health benefits, incorporating a no strike agreement during its term. Employee rights regarding seniority, discipline, vacations, sick leave, and holidays are addressed, with stipulations on drug policies, bereavement leave, and leave of absence procedures. Notably, the CBA clarifies obligations related to client requirements, underscoring adherence to directives from the U.S. Government. This document serves as a critical governance tool for labor relations within the federal contract framework, ensuring compliance with legal rights for both employer and employees, and promoting a structured workplace environment. Overall, the CBA reflects a comprehensive approach to defining employee rights and workplace standards in alignment with federal guidelines.
    The Collective Bargaining Agreement between G4S Secure Solutions (USA) Inc. and the United Government Security Officers of America (UGSOA) details employment terms for Detention/Transportation Officers at the Von Ormy HUB in Texas, spanning from June 1, 2022, to May 31, 2025. The agreement addresses employee classifications, wage rates, attendance policies, and grievance procedures, emphasizing fair employment practices and anti-discrimination. It affirms union rights, including voluntary membership and dues deductions, and defines management rights regarding operational control and workforce direction. Key aspects include a no-strike provision, seniority systems for layoffs and recalls, and comprehensive regulations for uniforms, health and welfare benefits, and drug testing protocols. The parties acknowledge adherence to government mandates affecting employment conditions and operational requirements due to the contract with U.S. Immigration and Customs Enforcement. This document serves as a framework for labor relations in the performance of government services, ensuring compliance with legal standards while promoting a structured work environment.
    The Collective Bargaining Agreement (CBA) between G4S Secure Solutions (USA) Inc. and the Federal Contract Guards of America (FCGOA) outlines terms for employees providing Detention/Transportation services for the U.S. Government from June 1, 2022, to May 31, 2025. It encompasses employee recognition, classifications, fair employment practices, union representation, and management rights, ensuring compliance with federal policies. The agreement prohibits strikes and establishes seniority rights, grievance, and arbitration procedures. It details employee benefits such as wages, health and welfare plans, vacation, sick leave, and holiday policies, stressing the importance of fair treatment and working conditions. Specific provisions cover drug and alcohol testing, client requirements, and training obligations. The document reflects the necessity of structured labor relations and outlines mutual responsibilities between the company and union, reinforcing the rights of employees while ensuring operational efficiency for federal contracts. This CBA serves as a foundational document for labor relations within the government contracting framework, vital for maintaining compliance with federal laws and enhancing worker conditions in security services.
    The government file outlines the contract structure and pricing for transportation services that support immigration enforcement efforts, scheduled to begin on April 1, 2025. It includes various Contract Line Item Numbers (CLINs) detailing the costs associated with guaranteed minimum miles and guard hours on primary and secondary routes, along with provisions for transition costs and per diem allowances. The document emphasizes that only miles driven with aliens on board will be billed, and it stipulates wage considerations based on the predecessor Collective Bargaining Agreement (CBA) and Department of Labor (DoL) wage determinations. A structured breakdown for transportation assets, labor, and miscellaneous costs is provided for both the base year and option years, ensuring compliance with federal travel regulations. The proposed rates reflect a meticulous cost build-up process, accounting for vehicle, labor, and maintenance expenses, while also adhering to specific guidelines for overtime and non-productive hours. This proposal aims to establish a comprehensive structure for the contracted transportation services, ensuring clarity in anticipated costs and compliance with federal regulatory standards throughout the contract period.
    The Corporate Experience Questionnaire for Ground Transportation and Security Guard Services is designed for offerors responding to a federal RFP. It requires firms to provide detailed demographic and experience information, emphasizing relevant corporate experience in past projects. Offerors must submit up to three reference projects from the last three years that demonstrate their capability to handle tasks similar to the RFP’s requirements. The questionnaire outlines the necessary details of each project, such as project nature, customer information, management contacts, performance periods, and financial value. Collaboration details with other firms, if applicable, must also be included. This document will inform the government’s evaluation of the offeror's past performance, crucial for selecting qualified contractors. The emphasis on direct and specific project experience serves to assess the firms' capacities to undertake the required services effectively.
    The Past Performance Questionnaire is designed for evaluating contractors responding to a U.S. Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE) Indefinite Delivery Indefinite Quantity (IDIQ) solicitation for Transportation Services. The document outlines the importance of past performance in the evaluation process and encourages honest assessments from past clients, which will remain confidential. Evaluators are prompted to provide general information about the contractor, including their name, title, contract details, and type. The questionnaire includes a structured performance rating covering three main factors: Corporate Commitment, Quality of Service, and Timeliness of Performance. Respondents are asked to rate their experience with the contractor on a scale from "High Confidence" to "Unknown Confidence," while also addressing specific performance indicators for each factor. Additional questions assess contract terminations, strengths and weaknesses of the contractor, and the likelihood of awarding future contracts. Finally, evaluators must certify the accuracy of their responses, ensuring a thorough evaluation process aligned with government standards for RFPs and contracts. This structured feedback aims to inform decisions for ICE's acquisition selection, supporting effective oversight and ensuring alignment with agency mission needs.
    The document delineates the coverage parameters for specified transportation routes concerning the SNA and HLG Areas of Responsibility (AOR). It establishes two categories: "Primary Coverage," referring to all routes that either commence or conclude within the SNA or HLG AOR (highlighted in blue), and "Outside Primary Coverage," which pertains to routes starting or ending beyond these specified areas, as directed by the Contracting Officer Representative (COR). This classification is essential for understanding the scope of operations and compliance in managing transportation logistics, specifically pertinent in government requests for proposals (RFPs), federal grants, and state and local RFPs for contract services. The document provides clarity in route management, ensuring that entities bidding for contracts are aware of the operational boundaries and requirements tied to these AORs.
    The document provides a comprehensive list of facilities, including jails, police departments, medical centers, and ports of entry, primarily located in Texas. It highlights their addresses, supporting the context of government requests for proposals (RFPs), federal grants, and local procurement initiatives. This compilation is significant for agencies seeking to collaborate with local law enforcement or health services, as well as for contract awards in various sectors related to public safety, immigration, and detention services. Key facilities include the Alamo City Jail, Bexar County Jail, and various Border Patrol Stations, illustrating a network essential for law enforcement and immigration enforcement operations. The data may assist government departments in identifying potential partners and resources to enhance public service delivery effectively. The document emphasizes the interconnectedness of public facilities and their accessibility, showcasing the government's ongoing efforts to streamline collaborations through organized listings. Overall, this resource serves as a foundational guide for agencies looking to navigate partnerships within the community effectively while addressing federal and state compliance requirements in public safety and welfare.
    The Quality Assurance Surveillance Plan (QASP) developed by the U.S. Department of Homeland Security outlines the framework for monitoring contractor performance in detainee transportation services under U.S. Immigration and Customs Enforcement. It emphasizes the contractor's responsibility for managing day-to-day operations while the government's role is to ensure compliance with established quality standards. The QASP details the development of a Quality Control Plan (QCP) by the contractor, which must include comprehensive monitoring and inspection methods tied to the Performance Requirements Summary (PRS) based on the Performance Based National Detention Standards (PBNDS). The government will conduct surveillance through site visits, documentation reviews, and interviews, assessing performance in five key functional areas: Safety, Security, Order, Workforce Integrity, and Detainee Discrimination. Non-compliance may result in funds being withheld or deducted from the contractor's monthly payments. Additionally, the document outlines procedures for handling contractor performance discrepancies through Contract Discrepancy Reports (CDRs) and corrective actions. In essence, the QASP ensures that transportation services conducted for ICE are performed to high standards of safety and efficiency, allowing for accountability and corrective measures when necessary, demonstrating a structured approach to quality management in contracting within federal operations.
    The document outlines the procedures for using the G-391 Upload Tool, an automated system for contractors to upload transportation data for ICE (Immigration and Customs Enforcement) operations. Users are instructed to enable content in Excel, complete the "Input" tab with required information, and validate data through designated buttons. Key components include handling User Defined Columns for additional data, ensuring sensitive Personally Identifiable Information (PII) is only included in specific columns, and performing validations for accurate data before submission. The document emphasizes critical fields that must be filled, such as the Area of Responsibility, Prime Contractor details, and detailed trip data including vehicle information and associated personnel. It sets standards for data entry, ensuring completeness and accuracy over multiple trip records. The validation process highlights missing or incorrect entries through color-coded cues, underscoring the importance of accurate reporting in support of federal transport operations. The tool aids in compiling accurate monthly transport reports for the ICE, thereby enhancing operational efficiency and accountability in managing the transportation of individuals in custody by contractors. Overall, the document serves as a guideline for ensuring compliance with the protocols associated with ICE transportation data submissions while safeguarding sensitive information.
    The United States Immigration and Customs Enforcement (ICE) seeks a contractor for mission-critical transportation and guard services covering the San Antonio (SNA) and Harlingen (HLG) areas. The contract entails managing the secure transportation and escorting of immigrants detained in various facilities across these areas and surrounding states, with availability 24/7. The contract structure is based on an indefinite delivery-indefinite quantity (IDIQ), with fixed, labor hour, and time and materials pricing models for various service line items. Key components include guaranteed minimum miles per month, additional miles and guard hours funded separately for both the Enforcement and Removal Operations (ERO) and Homeland Security Investigations (HSI). Each task order issued under the contract will detail required services, billing rates, and invoicing procedures. The contractor will ensure evidence of their compliance with performance standards, and their operations will be governed by strict quality assurance measures. The expected period of performance is a one-year base period, with four additional one-year options. The overall aim of this acquisition is to ensure the safe and efficient management of immigration-related transportation, further supporting national security and public safety objectives.
    The document outlines an amendment to a solicitation by the ICE Office of Acquisition Management concerning contract modifications for detention compliance and removals. The key updates include an extension of proposal submission dates and the provision of the government's responses to vendor inquiries, supported by updated documentation in both redline and clean formats. It emphasizes the critical requirement for vendors to acknowledge receipt of this amendment by the specified deadline to avoid rejection of their offers. Additionally, it clarifies that any changes to previously submitted proposals must also be communicated in a timely manner. The amendment ensures that all terms and conditions from the original solicitation remain applicable, highlighting the procedural rigor of government contracting. The ongoing adjustments to dates and documentation signal a response to feedback from potential contractors, reinforcing transparency and facilitating participation in the bid process.
    The document outlines an amendment to a solicitation for a contract managed by the ICE Office of Acquisition Management. The primary purpose of this amendment is to extend the deadline for submitting offers in response to a Request for Proposal (RFP) due to a conflict with the due date listed on SAM.gov. The amendment requires all offerors to acknowledge receipt of this change, ensuring their submissions conform to the revised timeline. Key changes include the provision of both redline and clean versions of the updated RFP document. Additionally, it is noted that subsequent deadlines are estimates that may vary based on presentation requests and evaluation timings. The amendment reflects an effort to maintain fairness and transparency during the procurement process. All other terms and conditions of the existing solicitation remain unchanged.
    The document pertains to an amendment of a solicitation for a contract with the ICE Office of Acquisition Management. The main purpose is to extend the proposal submission deadlines and revise the Request for Proposals (RFP). Offerors who have already submitted proposals must acknowledge this amendment and indicate whether their initial proposals remain or if they will utilize the additional time allotted for resubmission. The amendment includes a change to the contract/order number and specifies that all subsequent dates related to Phase I and beyond are provisional and may vary. The revised RFP documents are provided in both edited and unedited formats. The amendment is crucial as it ensures that all stakeholders are informed about the adjustments and can participate effectively in the contracting process, meeting compliance and procedural standards required in government RFPs.
    The document outlines a recompete Request for Proposals (RFP) for a transportation contract, specifically focusing on contractor requirements, cost structure, labor regulations, and operational considerations. It seeks clarification on whether the requirement is new or a recompete, the handling of fuel costs, the establishment of operational hubs, and various labor agreements related to pay increases set by collective bargaining agreements (CBAs). Important queries include staffing levels, vehicle usage, and the expected operational tempo, with specific emphasis on pricing factors influenced by the contractor’s ability to respond to daily requirements for transportation. The government's responses detail cost inclusion expectations, the connectiveness of labor rates to existing CBAs, vehicle usage considerations, and flexibility of operations. They specify that billable mileage applies, emergent travel requirements must be coordinated, and no guarantees on free parking for contractors are made. The document establishes that contractors must comply with government standards and adapt to potential changes in operational needs throughout the contract duration. This summary encapsulates compliance, cost management, and operational adaptability as central themes, reflecting the government’s comprehensive scope in initiating this transportation service contract.
    The document outlines a contract proposal for transportation and guard services needed by the U.S. Immigration and Customs Enforcement (ICE) for the San Antonio (SNA) and Harlingen (HLG) Areas of Responsibility (AOR). The contract aims to provide 24/7 transportation services for immigrants being processed by ICE, ensuring secure and safe transportation to various detention facilities across Texas and neighboring states. It describes the Indefinite Delivery-Indefinite Quantity (IDIQ) contract structure, pricing details, and mandatory provisions for materials and equipment. The contract includes multiple Contract Line-Item Numbers (CLINs) that detail pricing structures for base services and overtime, such as guaranteed miles and guard hours, additional charges for excess miles, remote guard services, and provisions for per diem and food for detained individuals. It specifies the entities involved, including the roles of Contracting Officers and their Representatives, as well as requirements for financial accountability and secured access to sensitive information. The purpose reflects the government's operational needs within immigration enforcement, emphasizing compliance, safety, and effectiveness in managing detainee transportation and security services, critical to the enforcement of U.S. immigration laws.
    The U.S. Immigration and Customs Enforcement (ICE) seeks transportation and guard services across its San Antonio Area of Responsibility (SNA) and Harlingen (HLG) from contractors. The contract requires indefinite delivery of services for transporting and securing immigrants who may be removable or pose public safety threats. The contractor must provide all management and supplies for these services, priced on a hybrid firm-fixed price, labor hour, and time and materials basis. Task orders will specify requirements for mileage, guard hours, and remote post guards within defined parameters and funding limits. Services will primarily focus on Texas counties, with additional transportation needs to bordering states. The acquisition is mission-critical, requiring constant operational readiness. Invoicing processes, performance assessments, and compliance training are part of the contract, emphasizing detailed documentation for billing against specified contract line item numbers (CLINs). This solicitation reflects ICE's commitment to enforcing immigration laws while ensuring the safe and secure transportation of detainees, demonstrating a structured approach to managing immigration enforcement logistics.
    The United States Immigration and Customs Enforcement (ICE) requires transportation and guard services for its Enforcement and Removals Operations (ERO) in specific areas of Texas and surrounding states. This request for proposals aims to acquire secure transportation services for immigrants managed by ICE, who may present safety risks or have entered the U.S. illegally. The contract will operate on an indefinite delivery-indefinite quantity basis and involves multiple pricing structures, such as firm-fixed price and time and materials. Task orders will specify services including guaranteed minimum transportation miles, additional miles, stationary hours, and per diem allowances, with exact quantities established at award. The document outlines the organizational structure, billing and invoicing procedures, contract administration roles, and specifics on employee security and training requirements. The overall purpose is to ensure effective and secure transportation and guard services that align with ICE’s operational standards and budget constraints, while emphasizing compliance with regulatory frameworks and performance metrics.
    The document outlines a Request for Proposal (RFP) from the U.S. Immigration and Customs Enforcement (ICE) for transportation and guard services in the Texas areas overseen by the Enforcement and Removals Operations (ERO) and Homeland Security Investigations (HSI). The purpose is to securely manage the transport of immigrants and those undergoing removal proceedings. The contract will be based on an indefinite delivery-indefinite quantity (IDIQ) structure, combining various pricing methods, including firm-fixed price and time and materials pricing. Key services include guaranteed minimum transportation miles, guard hours, and an option for additional coverage depending on demand. The contract specifies “Contract Line Item Numbers” (CLINs) detailing estimated service quantities and billing rates. Additionally, it sets expectations regarding quality assurance, background investigations for employees, and invoicing through a systematic e-portal. The RFP emphasizes the provision of safe and compliant transportation, the administration of immigration detention standards, and the monitoring of aliens in coordination with federal immigration laws. Overall, this RFP illustrates ICE's ongoing commitment to maintaining operational efficiency and upholding the integrity of immigration processes while ensuring the safety of individuals in transport.
    The document outlines a Request for Proposal (RFP) by the U.S. Immigration and Customs Enforcement (ICE) for transportation and guard services across specific Areas of Responsibility (AOR) in Texas. The main objective is to ensure secure transportation and management of immigrants detained for legal violations, reinforcing national security and public safety. The contractor will provide 24/7 on-demand services under an indefinite delivery/indefinite quantity (IDIQ) framework, utilizing a hybrid pricing structure. The document specifies contract pricing through various contract line item numbers (CLINs), detailing guaranteed minimum miles, overflow mileage, guard hours, and associated equipment and labor costs over multiple option years. It emphasizes that the contractor must manage all operational aspects, from personnel to material resources, to comply with ICE requirements. The RFP further stipulates invoicing protocols, minimum qualifications for contractor employees, and requirements for training and compliance with federal guidelines regarding sensitive information. The comprehensive nature of this contract reflects ICE's commitment to maintaining effective operations in immigration enforcement while ensuring the safety and well-being of both detainees and the public. The proposal is structured to encourage competitive bidding and maximize service efficiency while detailing oversight responsibilities and performance standards.
    The U.S. Immigration and Customs Enforcement (ICE) seeks contractors to provide transportation and guard services within specified area of responsibilities (AORs) in southern Texas. This contract is particularly essential for the Enforcement and Removals Operations (ERO) and Homeland Security Investigations (HSI), supporting their mission to manage civil immigration detentions and ensure the safe transport of individuals facing removal from the country. The contract will operate under an Indefinite Delivery Indefinite Quantity (IDIQ) model, utilizing a mix of firm-fixed price, labor hour, and time-and-material pricing structures for various services, which include guaranteed minimum miles and guard hours for primary and secondary routes, stationary hours, and remote guard duties. The contractor is responsible for all personnel, materials, and logistics necessary to fulfill these requirements while complying with specific reporting and invoicing standards. This document outlines the anticipated financial framework, contractual obligations, and key roles for contract administration, highlighting the focus on providing secure and efficient transportation solutions for ICE operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Transportation Service FLETC Artesia, NM
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking proposals from qualified small businesses for transportation services at its Artesia, New Mexico facility. The contract will encompass project management, dispatch, vehicle cleaning, and transportation services, with a performance period from July 1, 2025, to June 30, 2026, and options for extensions through June 30, 2030. These services are critical for supporting the training of law enforcement personnel, ensuring efficient transportation logistics for a fluctuating student population. Interested contractors must submit their proposals by March 20, 2025, and can direct inquiries to Nicholas Antal at nicholas.j.antal@fletc.dhs.gov or by phone at 575-746-8332.
    Student Support/Facilities Operation Maintenance Services
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC) in Charleston, South Carolina, is seeking proposals for two separate Indefinite Delivery Indefinite Quantity (IDIQ) contracts focused on Student Support Services and Facilities Operation Maintenance. The contracts will encompass a range of services including janitorial, transportation, food services, and facility maintenance, with a base period running until September 30, 2025, followed by four optional 12-month periods. These services are critical for maintaining operational efficiency and supporting the training of federal law enforcement personnel. Interested contractors must adhere to strict proposal guidelines and submit their bids by the specified deadlines, with a pre-proposal conference scheduled for March 11-13, 2025. For further inquiries, potential bidders can contact Queen H. Singleton at queen.h.singleton@fletc.dhs.gov or Tyshawn Neals at Tyshawn.neals@fletc.dhs.gov.
    Radio Refresh BPA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking information from qualified vendors regarding a Tactical Communications Radio Refresh project. This initiative aims to enhance the reliability and security of tactical wireless communication products for ICE personnel across the United States and its territories, with a particular focus on Motorola-branded equipment and advanced communication solutions. The procurement is critical for ensuring effective operational efficiency and safety in challenging environments, with an emphasis on compliance with federal regulations. Interested parties must submit their responses to the Request for Information (RFI) by March 3, 2025, and can direct inquiries to primary contact Vladimir Jockovic at vladimir.jockovic@ice.dhs.gov or secondary contact Dion Lloyd at justin.lloyd@ice.dhs.gov.
    Kenneling & Veterinary Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified small businesses to provide kenneling and veterinary services for K9 units in Houston, Texas. The procurement aims to establish a firm fixed price contract that includes a detailed Statement of Work, ensuring reliable care and support for the K9 units associated with the Office of Field Operations. This opportunity underscores the importance of maintaining the health and operational readiness of these units, which play a critical role in border enforcement activities. Interested parties must submit their proposals, including a Unique Entity ID from the System for Award Management (SAM), by March 4, 2025, at 5:00 PM (EST), and can contact Carroline Manning at caroline.r.manning@cbp.dhs.gov or by phone at 915-585-4438 for further information.
    Hurricane Evacuation Charter Buses
    Buyer not available
    The Department of Defense, specifically the Marine Corps Recruit Depot (MCRD) in Parris Island, South Carolina, is soliciting proposals for a contract to provide Hurricane Evacuation Charter Buses. This procurement aims to secure transportation services for the evacuation of recruits during hurricane seasons, requiring the contractor to mobilize up to 180 buses within a 24-hour notice and ensure compliance with safety regulations, including the presence of Drill Instructors on each bus. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ), emphasizes the importance of reliable evacuation protocols to safeguard personnel against hurricane threats while fulfilling logistical needs efficiently. Interested small businesses must submit their proposals by March 5, 2025, with questions accepted until February 24, 2025; for further inquiries, contact Andrea Learn at andrea.n.learn.civ@usmc.mil or by phone at 843-228-3813.
    Automated Purchase Card Approval System
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking proposals for an Automated Purchase Card Approval System to enhance its procurement processes. The system aims to replace existing manual procedures with a customizable, paperless solution that will streamline purchase card approvals for approximately 900 cardholders and 1,700 approvers, ensuring compliance with DHS policies and robust reporting capabilities. This initiative is crucial for improving operational efficiency while maintaining security and privacy protections for sensitive information. Interested parties can contact David M. Walther at david.m.walther@ice.dhs.gov or Colette Volkmer at colette.s.volkmer@ice.dhs.gov for further details, with the expectation of delivering a functioning solution within three months post-award.
    IMMIGRATION AND CUSTOMS ENFORCEMENT VENDOR ENGAGEMENT DAY
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), has announced the cancellation of the Vendor Engagement Day originally scheduled for December 17th. This event, which is an opportunity for vendors to engage with ICE, will be rescheduled for 2025, with a future notice to be posted on SAM.gov detailing the new date and time. Such engagement days are crucial for fostering collaboration and understanding the needs of ICE in relation to computer systems design and related services. For further inquiries, interested parties can contact Thomas Thompson at Thomas.Thompson@ice.dhs.gov or by phone at 202-834-3922.
    Intent to Sole Source - Dedicated Internet Access - Honolulu
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), intends to procure dedicated internet access services in Honolulu, Hawaii, from a single source, Hawaiian Telcom. This procurement is justified under FAR 13.106-1(b)(1)(i) due to the unique capabilities and existing infrastructure of Hawaiian Telcom, making it the only reasonable option for the required service. The dedicated internet access is crucial for ICE operations, ensuring reliable communication and data transfer capabilities. For inquiries, interested parties may contact Michelle Levine at michelle.levine@ice.dhs.gov or by phone at 214-905-5573, noting that this notice serves informational purposes and is not an official request for quotes.
    CENTAM GUARDIAN 25 LINE HAUL and MHE Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for CENTAM GUARDIAN 25 Line Haul and Material Handling Equipment (MHE) Services in Guatemala. The procurement aims to secure logistical support for the transportation of supplies and personnel between various locations, including Soto Cano Airbase and Mariscal Zavala, while ensuring compliance with customs regulations and safety standards. This contract is crucial for maintaining operational readiness during Exercise CENTAM Guardian 2025, with services required from March 12 to June 3, 2025. Interested contractors must submit their proposals by March 3, 2025, at 12:00 PM CST, and can contact CPT Christopher Lucero or Yesica M. Valladares for further information.
    Request for Proposal (RFP) 70T05025R5900N002 - Screening Partnership Program Follow-On Procurement
    Buyer not available
    The Department of Homeland Security, through the Transportation Security Administration (TSA), is soliciting proposals for the Screening Partnership Program Follow-On Procurement under Request for Proposal (RFP) 70T05025R5900N002. This procurement aims to secure qualified contractors to provide security screening services at airports, ensuring compliance with federal standards and TSA procedures, while managing the training and operational readiness of private screeners. The contract is structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a ceiling value of $5.3 billion over a 10-year period, emphasizing the importance of effective airport security management. Interested contractors should direct inquiries to Deandre Rawlings at deandre.rawlings@tsa.dhs.gov or Phillip Smith at phillip.smith1@tsa.dhs.gov, with proposals due by the specified deadlines and a minimum acceptance period of 270 calendar days for submissions.