Detention Facility Support for Seattle, WA Area of Responsibility
ID: 192126FSETACOMA01Type: Presolicitation
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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Immigration and Customs Enforcement (ICE), is seeking a contractor to provide comprehensive detention facility support services in the Seattle, WA area. This includes detention, transportation, and food services for approximately 1,635 detainees, with operations required 24/7, while adhering to strict compliance with the National Detention Standards (NDS) 2025, the Prison Rape Elimination Act (PREA), and relevant accreditation standards. The contract will be a firm-fixed-price service agreement, with an anticipated performance period from March 28, 2025, to March 27, 2027, and an official Request for Proposals (RFP) expected to be published in late January or early February. Interested parties should direct their responses to DCRWest@ice.dhs.gov, including "NWIPC Presolicitation Response" in the subject line, as no proposals are currently being requested.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Homeland Security (DHS), U.S. Immigration and Customs Enforcement (ICE), Enforcement and Removal Operations (ERO) in Seattle, WA, is soliciting bids for a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for detention facility services. The contractor will provide management, supervision, labor, and materials. Pricing details are not currently requested but an anticipated CLIN structure is provided, including firm-fixed-price for detention services and a 60-day transition period, labor-hour for guard services, and reimbursable rates for transportation and detainee volunteer work. The contract will have a one-year base period with a twelve-month option, though pricing will be requested for a five-year period. The anticipated period of performance is March 28, 2025, through March 27, 2027. Special requirements include maintaining specific insurance coverages, annual IT security awareness training, compliance with DHS security policies (DHS 4300A), and potential government security reviews and IT security accreditation. Standard FAR clauses are incorporated by reference and in full text, outlining terms for inspection, acceptance, payment, termination, and other contract conditions.
    The U.S. Immigration and Customs Enforcement (ICE) seeks a contractor to provide comprehensive detention, transportation, and food services for detainees in the Seattle, WA area, specifically for the Northwest ICE Processing Center. The facility will house approximately 1,485 male and 150 female aliens, offering services seven days a week, twenty-four hours a day. Key requirements include compliance with the National Detention Standards (NDS) 2025, the Prison Rape Elimination Act (PREA) of 2003, and accreditation from the American Correctional Association (ACA) and National Commission on Correctional Health Care (NCCHC). The contractor must furnish the facility, staff, equipment, and supplies, including armed transportation and on-call guard services. The facility must also provide dedicated administrative and support spaces for ICE, the Office of the Principal Legal Advisor (OPLA), U.S. Citizenship and Immigration Services (USCIS), and the Executive Office for Immigration Review (EOIR), complete with necessary infrastructure and security. Health services must meet NDS 2025, NCCHC, and ACA standards, covering medical, dental, and mental health care, with strict protocols for emergencies, medical records, and detainee deaths. The contractor assumes absolute liability for escapes and must implement comprehensive suicide prevention programs. All services and facilities must adhere to stringent federal, state, and local laws and safety regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    Immigration Detention and Transportation in Puerto Rico
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to modify an existing contract with MVM, Inc. for immigration detention and transportation services in Puerto Rico. This modification, justified under FAR Subsection 6.302-1, will extend the current contract by six months, with an option for an additional six months, totaling $4,676,420.78, due to the time-sensitive nature of the services and the sole-source determination that MVM, Inc. is the only responsible vendor capable of fulfilling the requirements within the necessary timeframe. The anticipated costs are considered fair and reasonable based on historical pricing, and ICE plans to publicize this modification while ensuring that future acquisitions will be competitively awarded. For further inquiries, interested parties may contact Corey A. Soileau at Corey.Soileau@ice.dhs.gov.
    Request for Information - Cyber Defense and Intelligence Support Services (CDISS)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking information through a Request for Information (RFI) regarding Cyber Defense and Intelligence Support Services (CDISS). The objective of this RFI is to gather insights to refine the acquisition strategy, assess potential contract vehicles, and solicit feedback on the draft Statement of Work (SOW) related to enhancing ICE's cybersecurity capabilities, including 24/7 monitoring, incident response, and compliance with federal regulations. This initiative is crucial for strengthening ICE's defenses against cybersecurity threats across a vast network of approximately 53,000 devices. Interested parties must submit their responses by January 9, 2025, at 12:00 PM Eastern Time, and can direct inquiries to Contract Specialist Justin Dudenhefer at justin.dudenhefer@ice.dhs.gov or Contracting Officer Pamela Rodgers at pamela.a.rodgers@ice.dhs.gov.
    CONTRACT DETENTION FACILITY – EASTERN DISTRICT OF NORTH CAROLINA
    Justice, Department Of
    The U.S. Department of Justice, through the U.S. Marshals Service (USMS), is seeking information for a potential contract to operate a detention facility in the Eastern District of North Carolina. The facility must be fully constructed, high-capacity, and capable of accommodating at least 1,000 male and female federal detainees, with essential services including transportation, medical support, and compliance with ACA and PREA standards. This procurement is critical for maintaining federal detainee operations and ensuring compliance with federal regulations. Interested parties should submit their qualifications, management approach, and preliminary price estimates by January 9, 2026, to Arness Harris at arness.harris@usdoj.gov.
    DSLA Flights Extension
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to extend flight services under the task order 70CDCR18FR0000002 during a transition period while a new competitive procurement is finalized. This limited-sources justification aims to ensure continuity of air passenger services essential for the agency's operations related to detention compliance and removals. The services are critical for facilitating the transportation of individuals in custody, thereby supporting ICE's mission. Interested parties can reach out to Edward Kirksey at edward.kirksey@ice.dhs.gov for further details regarding this opportunity.
    RFI PHARMACY TEMPERATURE MONITORING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking information from vendors regarding a Request for Information (RFI) for a modernized temperature monitoring system. This system is intended for use in medical refrigerators, freezers, and storage areas across 17 detention facilities, with a focus on functionality such as data monitoring, alerts, and compliance with CDC, VFC, and FDA standards. Vendors are required to provide detailed proposals that include system capabilities, implementation timelines, customer support, and a comprehensive cost breakdown for the setup and ongoing fees. Interested parties must submit their responses by December 4, 2025, at 5 PM EST, and can reach out to Vladimir Jockovic or Michelle Taylor for further inquiries.
    Standards Catalogue Service Request for Information
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking contractors to provide a universal catalogue service for mission-critical standards through a Request for Information (RFI) issued by the Science and Technology Directorate (S&T). This service aims to grant DHS and its components, including the U.S. Coast Guard, Customs and Border Protection, Immigration and Customs Enforcement, and FEMA, access to a comprehensive range of international, federal, and industry-specific standards, which are essential for conducting critical mission operations. Interested vendors are required to submit detailed information regarding their catalogue service features, coverage, integration capabilities, and cost estimates by noon ET on January 6, 2025. For further inquiries, potential respondents can contact Dorothy Woolfolk at dorothy.woolfolk@hq.dhs.gov or Jennifer K. Koons at jennifer.koons@hq.dhs.gov.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service, is seeking a contractor for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to adhere to a detailed Statement of Work, which includes the installation of 13 cameras, the use of existing rack space, and compliance with specific contractor certifications. This procurement is a 100% small business set-aside, with a firm-fixed price contract expected to be awarded based on a best value selection process. Interested parties must register with the System for Award Management (SAM) and submit any questions to Contract Specialist Thomas Westlake by email. The Request for Quotation (RFQ) documents are anticipated to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    Chief Data Officer Support Services (CDOSS) Bridge
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking support services for the Chief Data Officer through a five-month bridge contract. This procurement is justified under the Justification for an Exception to Fair Opportunity (JEFO) J&A-23-0075, which is in accordance with FAR 16.505(b)(2)(ii)(D). The services are critical for maintaining continuity in data management and support functions within the agency. Interested parties can reach out to Michelle Brooks at Michelle.Brooks@ice.dhs.gov or by phone at 202-731-6925 for further details regarding this opportunity.
    J&A - Purchase of 24 Private Booths for Florence CC, AZ
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to procure and install 24 private booths for the Florence Correctional Center (CAFCC) in Arizona, in compliance with a court order from the United States District Court for the District of Columbia. The procurement includes 14 privacy booths and 10 ADA-compliant booths designed to facilitate confidential attorney-client communications, ensuring that legal calls are secure and private, with soundproofing to a minimum of 30-35 decibels. This initiative is critical for maintaining legal standards and ensuring detainees have access to private legal consultations, with the booths required to be operational for at least eight hours on weekdays and five hours on weekends. Interested vendors can contact Ejikeme Ezeala at ejikeme.ezeala@ice.dhs.gov for further details, with the purchase order expected to be awarded following a 30-day extension granted by the court.