Immigration Detention and Transportation in Puerto Rico
ID: HSCEDM-17-D-00012Type: Justification
Overview

Buyer

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

PSC

HOUSEKEEPING- GUARD (S206)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Homeland Security (DHS), U.S. Immigration and Customs Enforcement (ICE), Office of Acquisition Management (OAQ), seeks to modify an existing contract with MVM, Inc. for immigration and detention services in Puerto Rico. This justification for other than full and open competition, authorized under 41 U.S.C. §3304 and FAR Subsection 6.302-1, extends the current contract by six months with an option for an additional six months, totaling $4,676,420.78. The extension is necessary because MVM, Inc. is the sole responsible source due to the time-sensitive nature of the services and the inability for a new vendor to transition within the required timeframe. Previous attempts to solicit proposals for a new contract were unsuccessful. The anticipated cost is deemed fair and reasonable based on historical pricing, with most rates remaining the same or increasing by less than 3%. ICE intends to publicize this modification and will not require subsequent sole-source acquisitions once a new competitively awarded contract is in place.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DSLA Flights Extension
    Buyer not available
    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.
    Justification Number FY23-0050 (70SBUR22F00000125 P00005)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking to modify an existing federal contract (Justification Number FY23-0050) for a one-month extension of Operations and Maintenance support services and cloud-based hosting for the Enterprise Information Lifecycle (EIL) service. This modification pertains to USCIS's current journaling and historical archiving solution, which is critical for managing and preserving immigration-related data. The place of performance for this contract is in Herndon, Virginia, and interested parties can reach out to Emily A. Sleeper at emily.a.sleeper@uscis.dhs.gov or by phone at 802-872-4135 for further details regarding this opportunity.
    Increase Travel Ceiling
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to increase the travel ceiling on an existing task order. This adjustment is necessary to accommodate the travel requirements associated with ongoing investigations and operations support in the Dallas office. The increase in the travel ceiling is crucial for ensuring that personnel can effectively carry out their duties in support of ICE's mission. For further inquiries, interested parties can contact Bryan Ford at bryan.j.ford@ice.dhs.gov.
    MQ-9 Unmanned Aircraft Systems
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is planning to issue a Sole Source Contract Modification to General Atomics Aeronautical Systems, Inc. for the procurement of up to eleven MQ-9 Unmanned Aircraft Systems. This contract modification aims to increase the contract ceiling and extend the performance period by an additional 12 months, from October 1, 2026, to September 30, 2027, to support anticipated aircraft deliveries and ongoing operational and maintenance services for the existing UAS fleet. The MQ-9 systems are critical for enhancing the DHS's mission capabilities in border security and surveillance operations. Interested parties are encouraged to express their interest and capabilities in writing to Brenda Mealer at brenda.mealer@cbp.dhs.gov prior to the closing date of this notice, as this is not a request for proposals or bids.
    Central American Minors (CAM) Parole Program
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), intends to award a sole source contract to the International Organization for Migration (IOM) for parole-related services under the Central American Minors (CAM) Parole Program. This contract will facilitate the processing of CAM parole cases, which allows certain children in Central America to be considered for refugee resettlement or parole while still in their home countries, including responsibilities such as notifying beneficiaries, facilitating medical clearances, scheduling interviews, and arranging travel. The CAM program is critical as it provides a pathway for failed refugee applicants to be considered for parole, ensuring a streamlined process for those in need. Interested parties can reach out to Daniel J. Dornfeld at daniel.j.dornfeld@uscis.dhs.gov or Alex Mostovyk at alexander.s.mostovyk@uscis.dhs.gov for further details regarding this opportunity.
    Chief Data Officer Support Services (CDOSS) Bridge
    Buyer not available
    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.
    Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is soliciting proposals for Armed Protective Security Officer (PSO) services at Customs and Border Protection (CBP) facilities throughout Puerto Rico. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period, with a minimum guarantee of $100,000. This procurement is a competitive 8(a) small business set-aside, emphasizing the importance of security services in safeguarding federal facilities. Interested parties must submit proposals by December 8, 2025, at 3:00 PM Eastern Time, and are encouraged to contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov for further information and to attend a pre-proposal conference on November 21, 2025.
    J&A - Purchase of 24 Private Booths for Florence CC, AZ
    Buyer not available
    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.
    DHS Medical Supplies BPA Modification
    Buyer not available
    The Department of Homeland Security (DHS), through the U.S. Customs and Border Protection (CBP), is modifying existing Blanket Purchase Agreements (BPAs) for medical supplies to address urgent operational needs. This modification extends the current BPAs, which support federal personnel in emergency medical services and personal protective equipment (PPE) requirements, through February 24, 2023, while the agency prepares for a competitive acquisition of new medical supplies. The BPAs are critical for fulfilling mission-essential requirements, particularly in response to operational and pandemic-related challenges. For further inquiries, interested parties can contact Dominique Brown at dominique.u.brown@cbp.dhs.gov or by phone at 317-715-6253, or reach out to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov or 317-339-7189.
    Notice of Justification and Approval for Other Than Full and Open Competition - Contract HHSH258201800012C
    Buyer not available
    The Department of Health and Human Services, specifically the Health Resources and Services Administration, has issued a Notice of Justification and Approval for Other Than Full and Open Competition regarding contract HHSH258201800012C with the University of Puerto Rico - Medical Science Campus. This contract modification extends the existing agreement by six months to ensure the continued provision of essential outpatient care for Hansen's Disease (leprosy) patients in the San Juan, Puerto Rico area, including services such as diagnosis, screening, treatment, case management, and medication management. The modification is critical for maintaining uninterrupted healthcare services for this specialized patient population. For further details, interested parties may contact Charisse Whitney at CWhitney@hrsa.gov or by phone at 225-756-3785, or Anne Stephan at AStephan@hrsa.gov.