Detention Center Services
ID: 70B03C25Q00000375Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONBORDER ENFORCEMENT CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

Correctional Institutions (922140)

PSC

LEASE/RENTAL OF PENAL FACILITIES (X1FF)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking proposals for Detention Center Services through a Request for Quotation (RFQ) aimed at establishing multiple-award Blanket Purchase Agreements (BPAs) for jail space in Vermont and Northern New York. The procurement requires contractors to provide secure custody, care, and safekeeping of detainees, including housing, meals, medical care, and transportation for off-site medical needs, with an estimated average of 686 detainees annually over a five-year period. Interested small businesses must submit a technical proposal, price quote, and past performance questionnaire by September 16, 2025, with all submissions directed to Amoz Samuel at amoz.j.samuel@cbp.dhs.gov. The contract will be evaluated based on technical capability and past performance, with individual calls not exceeding $25,000.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Quotation (RFQ) 70B03C25Q00000375, issued by DHS - Customs & Border Protection, is a 100% small business set-aside for Jail Space Services. It seeks proposals for detention services across multiple counties, including Rensselaer, Clinton, Coos, Franklin, Albany, Schenectady, Montgomery, and the State of Vermont. The solicitation emphasizes that this is not an order and does not commit the Government to pay preparation costs. The award will be a multiple-award Blanket Purchase Agreement (BPA) with a five-year ordering period and individual calls not exceeding $25,000. Proposals will be evaluated based on Technical Capability/Management Approach and Past Performance (more important than price), and Price. Quoters must submit a technical proposal, price quote, and past performance questionnaire, along with completing specific sections of the SF-18 form, by August 15, 2025, at 4:00 p.m. ET. Questions are due by August 13, 2025, 4:00 p.m. ET. Key attachments include a Statement of Work and Price Quote Template. The document also details various FAR clauses incorporated by reference, including prohibitions on Kaspersky Lab and certain telecommunications equipment.
    The Department of Homeland Security (DHS), Customs and Border Protection (CBP), Procurement Directorate, issued Request for Quotation (RFQ) number 70B03C25Q00000375 to procure Jail Space Services. This RFQ is a 100% small business set-aside under NAICS code 922140. The solicitation seeks to establish multiple-award Blanket Purchase Agreements (BPAs) for detention services in various counties, including Albany, Clinton, Coos, Franklin, Rensselaer, Schenectady, Montgomery, and the State of Vermont. Quotes will be evaluated based on technical capability, past performance, and price, with technical capability and past performance being more important than price. Quoters must submit a technical proposal, price quote, and past performance questionnaire by August 29, 2025, at 4:00 p.m. EST. Questions are due by August 27, 2025. The BPA will have a five-year ordering period, with individual calls not exceeding $25,000.
    This Request for Quotation (RFQ) by the Department of Homeland Security (DHS), Customs and Border Protection (CBP), seeks proposals for Jail Space Services under solicitation number 70B03C25Q00000375. It is a 100% small business set-aside, utilizing NAICS code 922140 with a 500-employee size standard. The procurement will result in a multiple-award Blanket Purchase Agreement (BPA) for a five-year ordering period, with individual calls not exceeding $25,000. Quotes will be evaluated based on technical capability, past performance, and price, with technical capability and past performance being more important than price. Quoters must submit a technical proposal, a completed price quote, and a past performance questionnaire by the extended deadline of September 5, 2025, at 4:00 PM EST. Questions are due by September 3, 2025, at 4:00 PM EST, to be submitted via email to amoz.j.samuel@cbp.dhs.gov, and all quotes must be submitted via SAM.gov. The RFQ includes various FAR clauses related to commercial products and services, emphasizing compliance with federal regulations.
    This Request for Quotation (RFQ) 70B03C25Q00000375, issued by the Department of Homeland Security, Customs and Border Protection, seeks proposals for "Jail Space Services" for various counties. The solicitation is a 100% small business set-aside with NAICS code 922140 and a 500-employee size standard. It will result in a multiple-award Blanket Purchase Agreement (BPA) for a five-year ordering period, with individual calls not exceeding $25,000. Quotes are due by September 12, 2025, at 4:00 p.m. ET to amoz.j.samuel@cbp.dhs.gov, with questions due by September 10, 2025. Evaluation criteria prioritize Technical Capability and Past Performance over Price. Required submissions include the SF-18 form, a price quote, a past performance questionnaire, and a technical proposal. The document also details various Federal Acquisition Regulation (FAR) clauses and deviations related to commercial products and services, including prohibitions on hardware/software from Kaspersky Lab and certain telecommunications/video surveillance equipment from covered foreign countries.
    This Request for Quotation (RFQ) 70B03C25Q00000375, issued by DHS Customs & Border Protection, is a small business set-aside for Jail Space Services. The RFQ aims to establish multiple-award Blanket Purchase Agreements (BPAs) for detention services in various counties, including Albany, Clinton, Coos, Franklin, Rensselaer, Schenectady, Montgomery, and the State of Vermont. The ordering period for the BPA is five years from the award date, with individual calls not exceeding $25,000. Offers will be evaluated on technical capability, past performance, and price, with technical aspects and past performance being more important than price. Quoters must submit a technical proposal, price quote, and past performance questionnaire by September 12, 2025, at 4:00 p.m. ET. Amendments have extended the solicitation end date multiple times, with the latest being September 16, 2025, at 4:00 PM EST. The document also includes various FAR clauses related to ethical conduct, supply chain security, labor standards, and sustainable products.
    The document outlines a Request for Quotation (RFQ) from the Department of Homeland Security (DHS), specifically the Customs and Border Protection (CBP) division, for the procurement of Jail Space Services. This solicitation is set aside for small businesses, reflecting the intent to increase participation from this sector while specifying a North American Industrial Classification System (NAICS) code of 922140. The RFQ emphasizes the requirement for suppliers to submit quotations that include a detailed technical proposal addressing how they will meet the specifications laid out in the Statement of Work (SOW), past performance data, and price quotes. Quotations must be submitted by August 8, 2025, and should include several documents including a completed price template and a past performance questionnaire. The contract will be awarded based on technical capability and past performance, with cost being a secondary consideration. Additionally, contractors are advised to familiarize themselves with both the terms of the RFQ and the attached contractual clauses, as these will govern the procurement process and define regulatory compliance requirements. The overall aim is to establish a Blanket Purchase Agreement (BPA) for detention services needed by the CBP on an as-needed basis over a five-year period.
    U.S. Customs and Border Protection (CBP) Swanton Sector requires jail space to detain individuals awaiting deportation, material witnesses, or those charged with federal violations. This Request for Proposal (RFP) seeks multiple award blanket purchase agreements for jail space in Vermont and Northern New York, specifically in Albany, Clinton, Franklin, Montgomery, Rensselaer, Schenectady Counties, NY, and Coos County, NH, and Vermont. The contract spans five years, from the date of award until July 31, 2030, with an estimated annual detainee average of 686. Contractors must provide secure custody, care, and safekeeping of detainees in accordance with federal and local laws, offering housing, three daily meals, full medical care within the facility, and transportation for off-site medical needs. They are responsible for medical costs incurred within the facility and must notify the agency of significant medical issues, potential litigation, alleged criminal activity, or escapes, bearing the costs of apprehension in the latter case. Billing will be at a per diem rate established by the U.S. Marshals Service, requiring trip tickets and proper invoicing. All information shared by the government must remain confidential.
    The U.S. Customs and Border Protection (CBP), specifically the U.S. Border Patrol, Swanton Sector, is seeking price quotes for Firm-Fixed Price detention center services. This Request For Quote (RFQ) aims to select a vendor whose offer provides the best value to the Government and fulfills all requirements outlined in the Statement of Work (SOW) and accompanying attachments. The document is a price quote template, requesting vendors to provide pricing for detention services across five distinct service periods, spanning from the date of award through July 31, 2030. It includes fields for company information, UEI#, contact details, and a total sum for all service periods. This RFQ is a standard government procurement document, detailing the specific needs and financial structure for a federal contract.
    The document outlines a requirement for jail space to detain non-citizens, material witnesses, or individuals charged with or convicted of Federal law violations for the USBP, Swanton Sector. The cost breakdown details estimated days of detention across several counties including Albany, Clinton, Coos, Franklin, Montgomery, Rensselaer, Schenectady, and the State of Vermont DOC, totaling 750 estimated days. The requirement spans five service years, from the Date of Award-7/31/2026 to 8/1/2029-7/31/2030, with a 3 percent COLA applied. This file appears to be part of a federal government RFP for detention services.
    The provided document is a standardized Past Performance Form used by U.S. Customs and Border Protection (CBP) for RFQ – Detention Center Services. It is designed to evaluate a contractor's previous performance on government contracts. The form requires detailed information about past projects, including the agency name, point of contact details (name, title, phone, email), period of service, contract type (e.g., Firm Fixed Price, Time & Materials), and contract value. It also asks for a brief project description and title. Crucially, the form includes subjective evaluations: whether the agency would award a contract to the company again and a performance rating (Excellent, Good, Acceptable, Fair, Poor), along with an explanation for the rating. The form concludes with fields for the evaluator's printed name, title, signature, and date. This structured format ensures comprehensive feedback on a contractor's past work, aiding CBP in making informed decisions for future contract awards.
    The Department of Homeland Security's U.S. Customs and Border Protection (CBP) seeks to establish a multiple award blanket purchase agreement (BPA) for jail space to detain federal detainees in Vermont and Northern New York. This agreement aims to accommodate individuals awaiting deportation or facing federal charges, reflecting a need driven by daily apprehension rates, with an estimate of 686 detainees held yearly. The performance period extends over five service years, starting from July 31, 2026. Included in the scope are detailed requirements for the contractors, who must ensure secure custody, provide medical care equivalent to state standards, and maintain access for agency personnel. Contractor obligations also include adherence to privacy regulations and proper billing practices. The document specifies contracting points of contact and emphasizes the need for compliance with the Prison Rape Elimination Act and other federal regulations. Overall, this RFP is crucial for enhancing border security and improving the management of detained individuals.
    The document is a Price Quote Template for Detention Center Services from the U.S. Customs and Border Protection (CBP), specifically for the Swanton Sector of the U.S. Border Patrol. It outlines the framework for vendors to submit their price quotes for a Firm-Fixed Price order based on the provided Statement of Work (SOW). Vendors are required to provide their company details and submit quotes for five service periods, spanning from the date of award until July 31, 2030. Each service period has designated timeframes, and vendors must detail their pricing for detention services to be rendered in each period, alongside a total for all service periods. The primary purpose of this document is to solicit competitive pricing from responsible vendors in order to award a contract that fulfills governmental requirements efficiently and adequately. Clarity in pricing and compliance with submission guidelines is essential for vendors interested in participating in this government procurement process.
    The USBP, Swanton Sector requires the procurement of jail space for non-citizens facing deportation proceedings or those charged with federal law violations. The provided cost breakdown outlines the estimated days and pricing for various counties, including Albany (70 days), Clinton (250 days), Coos (20 days), Franklin (150 days), Montgomery (60 days), Rensselaer (50 days), Schenectady (60 days), and Vermont DOC (90 days), resulting in a total of 750 estimated days. Pricing is summarized with unit costs and a total cost incorporating a 3% cost-of-living adjustment (COLA) for an operational period spanning five years, starting from the award date to July 31, 2030. This document forms part of federal requests for proposals (RFPs) aimed at ensuring compliant and adequate detention facilities for managing detainees within the specified timeframe, reflecting the government’s focus on maintaining law enforcement capabilities and procedural integrity in detaining non-citizens.
    The document outlines the Past Performance Form necessary for proposals related to Detention Center Services within the U.S. Customs and Border Protection (CBP). It collects detailed information from the contracting agency, including contact details of representatives, contract timelines, types, values, and brief project descriptions. Additionally, it evaluates the contractor's past performance through ratings ranging from "Excellent" to "Poor," alongside a crucial inquiry regarding whether the contracting entity would re-award business to the contractor. This form forms an essential part of the federal procurement process, focusing on assessing a company's reliability and effectiveness in executing government contracts. By ensuring that past performance is documented and rated, CBP aims to maintain high standards of service and accountability in its service providers, integral to federal RFPs and contracting operations.
    The RFI response clarifies that the purchase of prisoner restraint benches is not a requirement for the detention center services opportunity. Facilities are expected to already possess the necessary equipment.
    Lifecycle
    Title
    Type
    Detention Center Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    DHS Medical Services Strategic Sourcing Vehicle (SSV) for Persons in Custody (PIC) and Related Services
    Buyer not available
    The Department of Homeland Security (DHS) is seeking information from industry stakeholders regarding the Medical Services Strategic Sourcing Vehicle (SSV) for Persons in Custody (PIC) and related services through Request for Information (RFI) 70RWMD26RFIP00002. The objective of this RFI is to gather insights on efficient, safe, and secure healthcare solutions, including medical staffing, logistics, equipment management, and quality oversight, to support DHS operations across various components such as ICE, CBP, and USCG. This initiative is crucial for ensuring standardized and effective medical care for individuals in custody and workforce members, addressing a dynamic healthcare landscape that requires adaptability and operational continuity. Interested parties must submit their responses using the provided template by December 23, 2025, at 5:00 PM ET, via email to the DHS Office of Procurement Operations at opoindustryliaison@hq.dhs.gov.
    CBP Ajo Station Trash Removal Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking quotations for solid waste removal services at the Ajo Border Patrol Station and the Ajo State Route 85 Checkpoint in Arizona. The contract encompasses a base year and four option years, with service requirements including the provision of trash containers, specified pickup frequencies, and compliance with federal, state, and local regulations. This procurement is crucial for maintaining cleanliness and operational efficiency at these border facilities, with an anticipated award date around January 23, 2026. Interested small businesses must submit their quotes by December 10, 2026, and can direct inquiries to Eric Neckel at eric.r.neckel@cbp.dhs.gov.
    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.
    DHS-wide Uniforms III Contract
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the DHS-wide Uniforms III Contract, managed by the U.S. Customs and Border Protection (CBP). This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for the supply of uniforms and quartermaster services for approximately 135,000 DHS employees across various components, ensuring compliance with domestic sourcing requirements under the Kissell Amendment. The contract will include a base period of three years, with options for additional years, and will require offerors to submit proposals that adhere to detailed specifications outlined in the solicitation documents. Interested parties should direct their inquiries to Camilla J. Schmidt at camilla.j.schmidt@cbp.dhs.gov or Rick A. Travis at rick.a.travis@cbp.dhs.gov, with proposals due by the specified deadline.
    Soft-Sided Facilities and Wrap-around Services El Paso
    Buyer not available
    The U.S. Department of Homeland Security, specifically the United States Customs and Border Protection (CBP), is seeking to modify Task Order number 70B01C23F00000067 to establish a new 2500-person soft-sided facility in El Paso, Texas, along with wrap-around services. This procurement is being conducted under a Limited-Sources Justification in accordance with FAR 8.405-6(a), indicating a focused need for these specific services and facilities to support operational requirements. The establishment of such facilities is critical for managing and accommodating personnel and resources effectively in response to border security needs. Interested parties can reach out to Jacob Burns at JACOB.J.BURNS@CBP.DHS.GOV for further information regarding this opportunity.
    Immigration Detention and Transportation in Puerto Rico
    Buyer not available
    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.
    Yuma Soft Sided Facility (SSF) 500 Capacity Increase Modification - 70B01C22F00000711
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking to modify Task Order 70B01C22F00000711 to increase the capacity of the Yuma Soft Sided Facility (SSF) to accommodate a surge in non-citizens at the Southwest Border. This modification aims to provide expanded detention and processing space in response to the anticipated influx of non-citizens due to the potential end of Title 42. The additional facility capacity is critical for managing the operational demands associated with border processing and detention. Interested parties can reach out to Kevin Sarff, the Contract Specialist, at Kevin.P.Sarff@cbp.dhs.gov 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.
    U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information
    Buyer not available
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is conducting a Request for Information (RFI) to explore market capabilities for providing less lethal specialty impact and chemical munitions, specifically distraction devices and munitions that can be hand-delivered or launched from 40mm launchers. This procurement aims to equip CBP and other federal agencies with necessary training and operational tools while achieving cost efficiencies, with a planned 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The munitions sought include various types such as smoke, CS, and OC canisters, rubber ball grenades, and specialized training kits, all of which must comply with CBP's Use of Force Policy. Interested vendors should submit their responses via email to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov by 2:00 p.m. EST on October 24, 2025, as this RFI is for information and planning purposes only and does not constitute a commitment to contract.
    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.