Emergency Detention and Related Services Strategic Sourcing Vehicle
ID: 70CDCR25R00000005Type: Combined Synopsis/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
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 6:00 PM UTC
Description

The Department of Homeland Security, through the U.S. Immigration and Customs Enforcement (ICE), is seeking proposals for an Emergency Detention and Related Services Strategic Sourcing Vehicle to enhance detention capacity in response to a national emergency declaration regarding immigration enforcement. The procurement aims to secure additional detention beds and comprehensive services, including facility operations, secure transportation, medical care, and legal resources for detainees, reflecting the government's commitment to managing immigration control effectively. This initiative is critical for ensuring compliance with national security directives and operational efficiency in detention practices. Interested contractors must submit their proposals by April 7, 2025, with the contract performance period anticipated from April 14, 2025, to April 13, 2027. For further inquiries, contact Sarah West at sarah.a.west@ice.dhs.gov.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 5:04 PM UTC
The document outlines a Request for Proposals (RFP) issued by the Department of Homeland Security's U.S. Immigration and Customs Enforcement for emergency detention and related services, necessitated by national security directives. The umbrella acquisition seeks to expand detention beds and related capabilities nationwide due to increased immigration law enforcement efforts stemming from recent executive orders. The solicitation operates under full and open competition, anticipating multiple indefinite delivery/indefinite quantity (IDIQ) contracts. Key requirements include detention facility operations, secure transportation, medical care for detainees, and legal assistance resources. Proposals must be submitted by April 7, 2025, and will be evaluated based on various performance metrics. The contract is set for two years with potential extensions, underscoring the government's commitment to managing its immigration control objectives effectively. Furthermore, prerequisites regarding security, insurance, and adherence to specific federal regulations are emphasized, highlighting the comprehensive nature of the procurement process.
Apr 7, 2025, 5:04 PM UTC
The document outlines a Request for Proposals (RFP) issued by the Department of Homeland Security's U.S. Immigration and Customs Enforcement for emergency detention and related services, necessitated by national security directives. The umbrella acquisition seeks to expand detention beds and related capabilities nationwide due to increased immigration law enforcement efforts stemming from recent executive orders. The solicitation operates under full and open competition, anticipating multiple indefinite delivery/indefinite quantity (IDIQ) contracts. Key requirements include detention facility operations, secure transportation, medical care for detainees, and legal assistance resources. Proposals must be submitted by April 7, 2025, and will be evaluated based on various performance metrics. The contract is set for two years with potential extensions, underscoring the government's commitment to managing its immigration control objectives effectively. Furthermore, prerequisites regarding security, insurance, and adherence to specific federal regulations are emphasized, highlighting the comprehensive nature of the procurement process.
Apr 7, 2025, 5:04 PM UTC
The document is an amendment to Solicitation Number 70CDCR25R00000005 issued by the ICE Office of Acquisition Management concerning the Detention Compliance and Removals sector. This amendment primarily serves to extend the proposal submission deadline to 2:00 PM EDT on April 7, 2025. It includes updates such as a revised Standard Form SF-33, the removal of Contracting Officer signatures and Contract Line Item Numbers (CLINs), and modifications to the CLIN structure detailed in Section B.5. Additionally, it notes that a clean PDF and a tracked changes version of revised Sections B-M have been uploaded, along with a modified Attachment 15 for the Pricing Schedule. The amendment concludes by indicating that answers to submitted questions will be provided in forthcoming documents. The period of performance for the contract is specified to be from April 14, 2025, to April 13, 2027. This document exemplifies the administrative processes involved in government contracting and the importance of timely communication and modifications in the RFP lifecycle.
Apr 7, 2025, 5:04 PM UTC
The purpose of Amendment 0002 to Solicitation Number 70CDCR25R00000005 is to update several critical components of the procurement process managed by the ICE Office of Acquisition Management. Key modifications include the upload of a Q&A attachment responding to solicited questions, a revised SF-33 correcting the proposal due date to 2:00 PM EDT on April 7, 2025, and updated versions of RFP Sections B-M presented in both tracked changes in Word and PDF formats. Additionally, the amendment includes the release of a Quality Assurance Surveillance Plan (QASP) sample and a list of FY24 Field Offices. Offers must acknowledge receipt of this amendment through specified methods before the submission deadline to avoid rejection. The overall period of performance for the contract is set from April 14, 2025, to April 13, 2027. This amendment is crucial for maintaining compliance and clarity in the procurement process, particularly for contractors participating in the solicitation.
Apr 7, 2025, 5:04 PM UTC
The Department of Homeland Security (DHS), through U.S. Immigration and Customs Enforcement (ICE), has issued a Request for Proposals (RFP) for emergency detention and related services as part of fulfilling U.S. border security initiatives outlined by Executive Orders from January 2025. The RFP aims to secure additional detention capacity nationwide in response to anticipated increases in immigration law violations. The contract structure will allow for multiple indefinite delivery/indefinite quantity (IDIQ) awards, with a total funding ceiling of $45 billion. Contractors are expected to provide various services including detention facility management, safe transport of detainees, medical care, and support for legal resources. Proposals are due by April 7, 2025, and the established competitive procurement will employ full and open competition principles. The contract will span a two-year period from April 2025, with options for extension. Special contract requirements emphasize performance-based services, compliance with security training, and specific insurance obligations for contractors. The solicitation will involve performance assessments to ensure effective service delivery and adherence to DHS operational standards. Overall, this procurement highlights a strategic response to national security demands through enhanced detention capabilities.
Apr 7, 2025, 5:04 PM UTC
The Department of Homeland Security (DHS), through U.S. Immigration and Customs Enforcement (ICE), has issued a Request for Proposals (RFP) for emergency detention and related services as part of fulfilling U.S. border security initiatives outlined by Executive Orders from January 2025. The RFP aims to secure additional detention capacity nationwide in response to anticipated increases in immigration law violations. The contract structure will allow for multiple indefinite delivery/indefinite quantity (IDIQ) awards, with a total funding ceiling of $45 billion. Contractors are expected to provide various services including detention facility management, safe transport of detainees, medical care, and support for legal resources. Proposals are due by April 7, 2025, and the established competitive procurement will employ full and open competition principles. The contract will span a two-year period from April 2025, with options for extension. Special contract requirements emphasize performance-based services, compliance with security training, and specific insurance obligations for contractors. The solicitation will involve performance assessments to ensure effective service delivery and adherence to DHS operational standards. Overall, this procurement highlights a strategic response to national security demands through enhanced detention capabilities.
Apr 7, 2025, 5:04 PM UTC
Apr 7, 2025, 5:04 PM UTC
The document is an amendment (0003) to Solicitation Number 70CDCR25R00000005, issued by the ICE Office of Acquisition Management, specifically related to detention compliance and removals. The primary purpose of this amendment is to clarify submission requirements for offerors, allowing them to present their experience as prime contractors, subcontractors, or teaming members. Key updates include the upload of revised sections B-M of the RFP with tracked changes and a PDF version, along with an updated Solicitation Question Template (Attachment 14). Additionally, Attachment 13 regarding IHSC Medical Minimum Staffing Levels is removed. The amendment also details the acknowledgment process for offerors and specifies the period of performance for the resultant contract from April 14, 2025, to April 13, 2027. All terms and conditions of the initial solicitation remain effective, emphasizing the importance of compliance with these updates for potential bidders.
Apr 7, 2025, 5:04 PM UTC
The document outlines a Request for Proposals (RFP) from the Department of Homeland Security (DHS) and U.S. Immigration and Customs Enforcement (ICE) for emergency detention and related services. This acquisition responds to a national emergency declaration regarding immigration enforcement. The RFP requests proposals for the provision of additional detention beds and comprehensive services to support increased immigration law enforcement activities. The solicitation includes multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts, anticipating a total combined ceiling of $45 billion over multiple awards. Services required include detention facility operations, transportation services, medical care for detainees, legal resource access, and management of detainee records, among others. Contractors must comply with specific FAR clauses and security requirements while ensuring contractor personnel undergo necessary training. The RFP emphasizes a performance-based contracting approach and establishes sound financial and insurance obligations for contractors. The anticipated performance period extends from April 2025 to April 2027, with opportunities for task orders throughout this period. The document highlights the government's urgency in securing resources to enhance border security and effectively manage detention operations.
Apr 7, 2025, 5:04 PM UTC
The document outlines a Request for Proposals (RFP) from the Department of Homeland Security, specifically U.S. Immigration and Customs Enforcement (ICE), for the provision of emergency detention services in response to a national emergency declaration regarding immigration policy. The RFP is a combined synopsis/solicitation focusing on the need to increase detention capacity due to anticipated increases in immigration law violations. It indicates that multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts will be awarded, with an overarching ceiling of $45 billion. The document details various service objectives, including detention facility operations, security services, transportation, medical care, legal resources for detainees, and management of detainee records. Proposal submissions are mandated by a specific deadline, and the RFP includes a structured pricing model for various services based on specified quantities. The contract will have a two-year performance period, with the potential for extensions. The document emphasizes compliance with security, insurance, and reporting requirements, alongside strict oversight on government contracting regulations. This acquisition aims to provide robust support for immigration enforcement activities while ensuring operational efficiency and safety compliance in federal detention practices.
The U.S. Department of Homeland Security's Immigration and Customs Enforcement (ICE) outlines the design standards for Contract Detention Facilities (CDF) to ensure the safe and efficient detention of individuals facing deportation. The document provides a framework that categorizes operational components of CDFs into organizational, operational, and functional requirements. This includes various zones: the Office Zone for administrative functions, Court Interface Zone for legal proceedings, Detainee Living Zone for detainee accommodations, Service Zone for necessary support services, and Facility Support Zone for maintenance and staffing operations. The design standards aim to enhance operational efficiency while adhering to security protocols. They are intended for architects, engineers, and contractors involved in planning and constructing these facilities, ensuring that ICE's operational needs are met effectively. The document specifies the staffing configurations based on facility size and operational structure, delivering metrics for accurate workforce planning. By establishing uniform standards, the document facilitates streamlined design and construction processes, ultimately supporting ICE's mission to enforce immigration laws while maintaining public safety. The comprehensive approach reflects a commitment to creating secure environments for detainees while ensuring operational integrity throughout the detention process.
Apr 7, 2025, 5:04 PM UTC
Apr 7, 2025, 5:04 PM UTC
The Immigration and Customs Enforcement (ICE) Structured Cable Plant Standard outlines guidelines for the planning, design, and installation of Information and Communications Technology (ICT) systems across ICE facilities. It serves to enhance compliance, efficiency, and security in federal operations under the Department of Homeland Security (DHS). The document details various sections, including quality assurance, cable pathways, mechanical and electrical requirements, distribution closet specifications, and risk management strategies. Essential updates in this edition include new definitions, construction specifications, and enhanced testing and inspection protocols. The standard also emphasizes the importance of coordinating the installation process to mitigate risks associated with cabling installations, ensuring adherence to national and local codes. Overall, this standard aims to streamline ICT infrastructure while addressing unique vulnerabilities related to ICE’s mission of national security and law enforcement.
Apr 7, 2025, 5:04 PM UTC
The Quality Assurance Surveillance Plan (QASP) of the ICE outlines the governmental framework for monitoring and ensuring satisfactory performance by service providers in operating detention facilities. The government emphasizes the service provider's responsibility to develop a Quality Control Plan (QCP) that meets established performance standards aligned with the American Correctional Association and ICE's National Detention Standards (NDS). The QASP includes definitions of key terms such as Performance Requirements Summary (PRS), which delineates what will be evaluated in service delivery, and the role of the Contracting Officer’s Representative (COR) in performance inspections. Compliance will be assessed across various functional areas—such as safety, security, care, and workforce integrity—each associated with specific withholding and deduction criteria linked to service deficiencies. Continuous monitoring through inspections, documentation, and direct engagement with facility personnel is mandated. Any deficiencies will prompt either withholding of payments or deductions from invoices until resolved. The processes aim to uphold standards of care, safety, and operational integrity, ultimately promoting accountability and ensuring the humane treatment of detainees. This structured oversight is critical for maintaining compliance within government contracts related to detention facility operations.
Apr 7, 2025, 5:04 PM UTC
The ICE ERO TMO document provides detailed instructions for utilizing an automated tool to upload G-391 data templates from contractors involved in the transportation of aliens. The guide outlines crucial steps for inputting required data, validating it, and securely managing personally identifiable information (PII) throughout the process. Key components include filling out the "Input" tab, defining vehicle logistics, and documenting transportation activities, including mission details and demographics of transported individuals. Vital validation procedures are emphasized to prevent errors, such as avoiding duplicate entries and ensuring critical fields are completed. The document underscores the importance of accurate reporting in compliance with federal requirements for transportation contractors, facilitating effective data management and analyzed oversight in alien movement by ICE officers. This tool aims to streamline administrative processes within ICE operations while maintaining safety and regulatory standards for sensitive data management.
The document outlines the data collection requirements for transportation movements of aliens by contractors, specifically for the G-391 contractor report, as mandated by ICE. It details the necessary categories to be filled out by the prime contractor, including contract specifics, transportation activities, trip details, and relevant comments. Key sections include information about contract details such as contract number and invoicing, transportation activities which categorize movements (e.g., air removal, legal transport), and detailed trip logistics (e.g., start and stop locations, odometer readings, alien counts). The systematic structure aims to ensure accurate tracking and reporting of alien transportation, facilitating compliance and oversight in line with government expectations. This document serves as a guideline for contractors tasked with reporting transportation data, reflecting the federal government's focus on transparency and accountability in managing immigration-related transportation operations.
The Personal Property Operations Handbook, created by the Office of Asset & Facilities Management within U.S. Immigration and Customs Enforcement (ICE), outlines the procedures and guidelines for managing personal property throughout its lifecycle, including acquisition, utilization, and disposal. The handbook mandates the proper tracking of significant personal property in the Sunflower Asset Management System and clarifies the roles and responsibilities of various personnel, including Accountable Property Officers (APOs), Property Management Officers (PMOs), and Property Custodians (PCs). Key sections include the acquisition processes for personal property, emphasizing the preferred use of excess assets from within ICE and other Federal agencies over direct purchase. The document also details procedures for receiving and tracking assets, ensuring compliance with federal regulations, and conducting annual inventories. The handbook aims to enhance accountability and optimize the management of government property, ensuring taxpayer interests are safeguarded while facilitating effective ICE operations. It serves as a comprehensive reference for ICE personnel and contractors managing personal property, underscores the importance of standard operating procedures, and emphasizes adherence to established federal laws and policies.
Apr 7, 2025, 5:04 PM UTC
The Virtual Attorney Visitation (VAV) program facilitates remote legal consultations using web and video conferencing tools, ensuring confidentiality for communications between legal representatives and detained non-citizens. While not a replacement for in-person meetings, VAV offers a timely and efficient alternative. The program adheres to existing attorney-client visit standards, allowing only legal personnel and interpreters in the virtual setting. It mandates soundproof booths with visibility for safety, equipped for various legal applications beyond just attorney-client meetings. VAV is to be operational within three months following contract award, encompassing equipment setup, staff training, and policy implementation. Deliverables include procedures for online scheduling of legal visits, secure messaging, and document exchanges between legal representatives and detainees, to be posted on the ICE website. Service providers must maintain a monthly usage log and notify ICE of any changes to scheduling processes. This document outlines the government's commitment to enhancing legal access for detained individuals through technological means, thereby streamlining legal processes within ICE facilities while ensuring compliance with established standards and privacy regulations.
Apr 7, 2025, 5:04 PM UTC
The ICE Health Service Corps (IHSC) document outlines standards for constructing and maintaining health care facilities for noncitizens in ICE custody. Its central purpose is to ensure high-quality health care through standardized design criteria that simplify facility planning and construction while adhering to health service requirements. The document details the various types of spaces required, staffing models based on detention facility sizes, and administrative support functions necessary for effective health service delivery. Key organizational components include the Administration Division, Clinical Services Division, and Health Care Compliance Division, each responsible for different aspects of health care delivery and adherence to standards. The document emphasizes the need for secure, efficient, and conducive environments for medical staff and detainees, clearly defining workspace requirements and specific equipment necessary for effective operation. This document sets forth the mandatory guidelines that all stakeholders and contractors must adhere to when designing and renovating IHSC facilities, thereby serving as a pivotal tool in enhancing the health care framework within ICE detention settings. Through its comprehensive approach to facility design, the standards aim to maintain compliance with national healthcare protocols while providing optimal care to the target population.
Apr 7, 2025, 5:04 PM UTC
The Department of Homeland Security's Immigration and Customs Enforcement (ICE) is seeking contractors for an Emergency Strategic Sourcing Vehicle to provide comprehensive detention and related services for aliens in custody. The services may include the construction and operation of detention facilities, ground transportation, medical care, case processing, and staffing, ensuring the health, safety, and security of detainees. This initiative aligns with a government-wide approach to immigration enforcement under a recent Executive Order. Contractors must adhere to established detention standards and provide necessary infrastructure and qualified personnel, including bilingual staff. ICE has outlined eight key objectives, from providing safe detention operations to ensuring access to legal resources. The contractor's compliance with security protocols and background investigations for personnel is critical, as sensitive information and detainee safety are paramount. This RFP represents a strategic effort by ICE to enhance operational efficiency and effectiveness in detention services while complying with applicable laws and standards.
Apr 7, 2025, 5:04 PM UTC
The document outlines the U.S. Department of Homeland Security’s (DHS) standards for the prevention, detection, and response to sexual abuse and assault in detention facilities. It emphasizes a zero-tolerance policy regarding sexual abuse, mandating facilities to employ a Prevention of Sexual Assault Compliance Manager and maintain adequate supervision to protect detainees. Critical components include the definitions of sexual abuse, requirements for staff training, and policies for detainee education on reporting mechanisms. Facilities must conduct thorough assessments to identify detainees at risk of victimization or abusiveness during intake, ensure protection for victims, and provide access to medical and mental health care. Reporting protocols require immediate action from staff regarding any incidents, while investigations must be prompt and conducted by trained personnel. Additionally, the document emphasizes the need for regular audits and data collection to ensure compliance with standards and improve practices. These guidelines aim to reinforce accountability within facilities and enhance the safety and well-being of detainees, demonstrating the government’s commitment to upholding human rights and providing a secure environment in detention settings.
Apr 7, 2025, 5:04 PM UTC
The ICE Directive 19009.3 establishes the Firearms and Use of Force policy for U.S. Immigration and Customs Enforcement (ICE), effective May 26, 2023. This directive outlines responsibilities for agency personnel regarding the authorized use of force, training, reporting of incidents, and the maintenance and storage of firearms. It mandates that force be used only when no safe alternatives exist and that the level of force must be objectively reasonable based on the circumstances. Key responsibilities are designated to various officials, including ensuring compliance with policies, approving weapons for use, and overseeing training programs. The directive encourages de-escalation tactics and requires officers to intervene against excessive force. It reinforces the need for psychological support following use of force incidents and detailed reporting for all such events. The directive also specifies the use of different force levels, with clear guidelines distinguishing between intermediate and deadly force, the latter only permitted under severe threat conditions. Recordkeeping and adherence to federal laws are emphasized throughout. This policy reflects ICE's commitment to careful management of force while ensuring accountability and safety in law enforcement practices.
Apr 7, 2025, 5:04 PM UTC
This government document lists various field offices and sub-field offices within the federal government, organized by region and state. It details offices across multiple locations such as Atlanta, Baltimore, Boston, and more, specifying their addresses, zip codes, and sometimes additional identifiers such as AOR and geographical coordinates. This compendium serves as an essential resource for understanding the federal structure supporting immigration and enforcement activities, facilitating outreach, and administrative processes across the country. The document is structured to provide comprehensive information for stakeholders regarding where specific operations and services are situated, thereby aiding in accessibility and coordination. Overall, it underlines the importance of these locations in federal operations related to immigration and law enforcement, forming a critical part of the government's framework for managing these functions across various jurisdictions.
Apr 4, 2025, 8:07 PM UTC
The document establishes minimum staffing requirements for healthcare personnel in federal detention facilities, based on the number of beds available. The guidelines set ratios for various positions, including Health Services Administrators (HSA), physicians (MD), midlevel providers (MLP), mental health providers (MHP), dentists (DDS), dental assistants (DT), registered dental hygienists (RDH), pharmacists, pharmacy technicians, medical records technicians (MRT), radiology technicians (RT), and nursing staff. Each role has a specified ratio corresponding to capacity ranging from 250 to 3,250 beds, with a focus on accommodating health needs effectively within corrections facilities. Notably, minimum staffing includes relief factors, ensuring continuous care. This document serves as a critical reference for federal and state RFPs and grants related to health services in detention settings, underpinning compliance with National Detention Standards. It showcases the importance of adequate healthcare staffing in maintaining inmate welfare and safety, while also outlining the strategic deployment of resources based on facility demographics.
Apr 7, 2025, 5:04 PM UTC
The document outlines the Request for Proposal (RFP) for the Strategic Sourcing Vehicle (SSV), specifically related to detention services provided by contractors for the U.S. Immigration and Customs Enforcement (ICE). It details the contractor's obligations, including taking all referrals from ICE without refusal, the option to provide selective services, and criteria for bid evaluation based on corporate experience and pricing. Key objectives of the proposal include service delivery requirements for managing detained aliens, medical services, legal resources, and facilities adjustment per ICE standards. The RFP covers pricing schedules, proposal content, and requirements for various contractor obligations, addressing security, performance metrics, and emergency plans. It also raises critical concerns regarding compliance with multiple standards and various clarifications on the bidding process. Ultimately, the document aims to standardize and clarify expectations for potential contractors to ensure efficient acquisition of services crucial to federal operations.
Apr 7, 2025, 5:04 PM UTC
The document is a Solicitation Question Template designed for use in the context of Request for Proposals (RFPs), federal grants, and state and local RFPs. It outlines a structured format for posing inquiries related to specific sections, pages, or paragraphs of RFP documents, enabling potential bidders to seek clarification on the solicitation process. The template ensures that questions are organized systematically, thus facilitating efficient communication between the issuing agency and interested parties. By collecting questions in this format, the agency aims to provide transparent and consistent answers, enhancing understanding for all prospective respondents. This format is intended to streamline the RFP process, ensuring all inquiries are addressed fairly, ultimately leading to more informed submissions and effective project proposals.
Apr 7, 2025, 5:04 PM UTC
The document outlines the solicitation for a Strategic Sourcing Vehicle (SSV) contract, specifically focusing on providing detention-related services for the Department of Homeland Security. Key objectives include managing detainee records, ensuring access to legal resources, and facilitating medical care, all while adhering to specified standards such as the ICE National Detention Standards (NDS 2019). Contractors are obligated to accept referrals from ICE and manage various operational tasks, including transportation and temporary housing. Pricing proposals must include detailed narratives justifying costs and addressing potential risks. The document touches upon essential aspects such as evaluation criteria for bidders, the hierarchy of applicable standards, and requirements for facilities, emphasizing adherence to security protocols and the importance of effective emergency response planning. Overall, the solicitation emphasizes comprehensive service delivery to ensure the well-being and lawful management of detainees under U.S. jurisdiction, while also obligating compliance with evolving standards and regulations in this sensitive sector.
Apr 7, 2025, 5:04 PM UTC
The document outlines a federal government Request for Proposal (RFP) for various detention services. It details the Contract Line Item Numbers (CLINs) related to the pricing schedule for services such as bed day rates, transportation, armed and detention guard rates, and medical support services. The RFP specifies different CLINs based on the number of detainees and the duration of service, with rates varying according to the conditions (e.g., 1-3 months, 4-6 months) and type of service offered. The pricing for each service is broken down, noting a government fair and reasonable price for various hourly and monthly rates. The document underscores the potential for additional items to be priced and determined at task order, emphasizing flexibility in service provision. The primary purpose of this RFP is to solicit bids for competent contractors to provide essential detention-related support, ensuring compliance with federal standards and efficiency in managing detainee populations.
Apr 7, 2025, 5:04 PM UTC
The document outlines various pricing structures and service types related to federal contracts for detention services. It specifies line item numbers (CLIN), each corresponding to different categories of services, including bed day rates for various detainee capacities and durations, on-call detention guard services, medical support services, mobilization, and demobilization. Pricing is provided for specific periods, highlighting the government's fair and reasonable prices per detainee per day, broken down into different ranges based on the number of persons and months of service required. The document also indicates additional items and the potential for further price adjustments at the task order level. This structured approach is typical of federal RFPs and grant proposals, ensuring clarity in cost expectations and service deliverables. The overarching aim is to facilitate the procurement of necessary services to support federal detention operations efficiently.
Apr 7, 2025, 5:04 PM UTC
This document outlines an emergency acquisition by U.S. Immigration and Customs Enforcement (ICE) under the Department of Homeland Security, responding to a national emergency concerning immigration enforcement as mandated by executive orders from January 2025. The solicitation, identified as number 70CDCR25R00000005, seeks proposals for additional detention beds to accommodate an increase in apprehensions of individuals violating immigration laws. This Request for Proposals (RFP) is structured as multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, with a ceiling of $45 billion and a minimum order value of $250. Offerors are guided on required submissions, including representations, certifications, and compliance with various federal clauses. The contract will have a performance period from April 14, 2025, to April 13, 2027, with possible extensions. The document also emphasizes the use of performance-based contracting and compliance with security policies, ensuring contractors manage various operational risks while conducting detention-related services nationwide. This acquisition reflects broader governmental efforts to enhance border security and manage immigration enforcement comprehensively.
Apr 7, 2025, 5:04 PM UTC
The document appears to be a digitally signed confirmation by Sarah A. West, dated April 1, 2025. However, its content is limited, presenting no explicit information regarding government RFPs, federal grants, or state/local RFPs. As it stands, the document lacks substantive context or details that would typically outline a proposal, grant application, or program description. The signing indicates formal approval or acknowledgment of an action, but without additional context or content, it does not convey specific requirements, objectives, or areas of funding relevant to government solicitations. Consequently, it does not fulfill the requirements for summarizing a substantial government document in this area.
Apr 7, 2025, 5:04 PM UTC
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Armed Security Guard Services
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Armed Security Guard Services through a Blanket Purchase Agreement (BPA). The primary objective is to ensure the rapid deployment of 35 armed guards within 24 to 48 hours following a service call, primarily at disaster-related sites and facilities across the United States during declared disasters. This initiative is crucial for maintaining security and safety for federal employees and visitors in emergency situations, enhancing FEMA's operational support capabilities. Interested contractors must submit their responses, including company information and capability statements, by April 28, 2025, to the primary contact, Sherri Brown, at Sherri.Brown@fema.dhs.gov, or the secondary contact, Meeka Tilahun, at Meeka.Tilahun@fema.dhs.gov.
BPA vehicle to provide Law Enforcement Equipment to support ICE/OFTP
Buyer not available
The Department of Homeland Security, through the Immigration and Customs Enforcement (ICE), is seeking qualified small businesses to establish a Blanket Purchase Agreement (BPA) for the provision of mission-critical law enforcement equipment. This procurement aims to enhance agent safety and operational effectiveness by supplying 381 specific items over a five-year period, including holsters, restraints, and tactical gear, which are essential for training and operational readiness in law enforcement. The total estimated value of the awards could reach up to $49.5 million, with individual BPA awards not exceeding $7.5 million. Interested vendors must submit their proposals, adhering to strict guidelines and deadlines, and can contact Tony Ross at Tony.Ross@ice.dhs.gov or 202-253-1757 for further information.
Storage Space/Storage Units
Buyer not available
The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking qualified vendors to provide storage space and storage units in the Rio Grande Valley Sector, specifically in Edinburg, Texas. The procurement involves leasing commercial storage units measuring between 5,500 to 6,000 square feet, with specific requirements including concrete flooring, a minimum ceiling height of 16 feet, and adequate access for semi-truck trailers, to securely store government supplies and equipment. This initiative is crucial for enhancing operational efficiency and security in managing CBP's increased inventory, with a contract period spanning from September 2025 to September 2030, including a base year and four option years. Interested offerors must submit their quotes by April 18, 2025, and can direct inquiries to David Torres at david.torres@cbp.dhs.gov.
FLETC Artesia Construction IDIQ Contract
Buyer not available
The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is soliciting proposals for a construction Indefinite Delivery/Indefinite Quantity (IDIQ) contract at its facility in Artesia, New Mexico. The contract aims to secure services for construction, maintenance, and repairs across various buildings, with a guaranteed minimum value of $50,000 and a maximum estimated value of $33 million over its duration. This HUBZone set-aside opportunity emphasizes the importance of compliance with federal regulations and safety standards, requiring contractors to submit detailed proposals and adhere to strict quality control measures. Interested contractors must submit their proposals by May 14, 2025, and are encouraged to contact William Hilliard at william.a.hilliard@fletc.dhs.gov for further information.
TRANSITIONAL SHELTERING ASSISTANCE PROGRAM OVERVIEW
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking information from qualified contractors regarding the Transitional Sheltering Assistance (TSA) Program, which aims to enhance temporary lodging solutions for disaster survivors. The TSA program provides short-term sheltering for individuals and families affected by disasters, having successfully accommodated over 319,000 households in the past five years, and FEMA is looking to streamline processes and expand collaborations with private-sector lodging providers to activate housing solutions quickly post-disaster. Interested contractors are invited to submit their capabilities in developing survivor processing portals, system integrations, and payment management, with responses due by April 2025, as the anticipated project launch is estimated for October 2025. For further inquiries, interested parties may contact Lassey Wilson-Bahun at lassey.wilsonbahun@fema.dhs.gov or Keturah Stroy at keturah.stroy@fema.dhs.gov.
Executive Office for Immigration Review Interpretation Services
Buyer not available
The Department of Justice, through the Executive Office for Immigration Review (EOIR), is seeking contractors to provide comprehensive interpretation services, including on-site, telephonic, Video Remote Interpretation (VRI), and written transcription/translation for immigration court proceedings across the United States and its territories. These services are critical for facilitating effective communication during immigration hearings, ensuring that non-English speakers receive fair access to justice. The contract is expected to span a base period from September 1, 2025, to August 31, 2026, with a total funding amount of up to $700 million over the full term, including six additional option periods. Interested parties can contact Allison Polizzi at allison.j.polizzi@usdoj.gov or Pamela F Pilz at pamela.f.pilz@usdoj.gov for further details.
Request For Quote (RFQ) 20150706- 2026 CBP Trade and Cargo Security Summit
Buyer not available
The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is soliciting quotes for the 2026 Trade and Cargo Security Summit, scheduled for April 27-30, 2026, in Dallas, Texas. The procurement requires a qualified vendor to provide conference space for at least 1,300 in-person attendees, along with catering, logistical support, audio-visual services, and webcasting capabilities for an additional 3,000 virtual participants. This summit is crucial for enhancing collaboration among trade and transportation sectors, government agencies, and stakeholders regarding CBP priorities. Interested vendors must submit a technical and separate price quote by April 17, 2025, and inquiries are accepted until April 14, 2025. The total budget for the event is capped at $230,000 for audio-visual services and $260,000 for food and beverages, with funding contingent upon appropriated funds being available in FY 2026. For further details, vendors can contact Matthew Coniglio at matthew.coniglio@cbp.dhs.gov or Peter Giambone at peter.a.giambone@cbp.dhs.gov.
Student Support/Facilities Operation Maintenance Services
Buyer not available
The Department of Homeland Security's Federal Law Enforcement Training Centers (FLETC) in Charleston, South Carolina, is seeking proposals for two Indefinite Delivery Indefinite Quantity (IDIQ) contracts focused on Student Support Services and Facility Operation Maintenance Services. The selected contractors will be responsible for providing comprehensive support, including dormitory operations, dining services, transportation, janitorial services, and facility maintenance, ensuring a high standard of service delivery for law enforcement training programs. This procurement is particularly significant as it aims to enhance the operational efficiency and effectiveness of training environments for federal law enforcement personnel. Interested parties must submit their proposals by April 9, 2025, with a pre-proposal conference scheduled for March 11-13, 2025, to clarify requirements and expectations. For further inquiries, potential contractors can contact Queen H. Singleton at queen.h.singleton@fletc.dhs.gov or Tyshawn Neals at Tyshawn.neals@fletc.dhs.gov.
Request for Information - Arctic Security Cutter (ASC): Icebreaking Capable Vessels or Vessel Designs that are Ready for Construction
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is conducting a Request for Information (RFI) to explore the availability of icebreaking-capable vessels or vessel designs that are ready for construction. The USCG aims to assess the capabilities of both domestic and international maritime industries to develop vessels that meet specific criteria, including a length of 360 feet or less, the ability to break through 3-foot thick ice, and a range of 6,500 nautical miles. This initiative is crucial for enhancing the USCG's icebreaking capabilities, which are vital for operations in Arctic regions. Interested parties must submit their responses electronically by 5:00 PM ET on April 25, 2025, and can reach out to Christopher A. Wellons or Kayode Adewole via email for further inquiries.
Industry Partnership and Outreach Program Office FY25 Industry Day for Border Patrol
Buyer not available
The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is hosting a Fiscal Year 2025 Industry Day focused on the U.S. Border Patrol's capabilities and needs. This virtual event aims to provide industry stakeholders with insights into the Program Management Office Directorate's portfolio, current capabilities, and desired capabilities, while also soliciting feedback to address capability gaps. The Industry Day is an important opportunity for participants to engage with the government and understand the operational requirements of the Border Patrol. The event is scheduled for July 23, 2025, from 10:00 A.M. to 12:00 P.M. EST, and interested parties can reach out to Demetrius Smith at procurement-ipop@cbp.dhs.gov for further information.