Skip to main content

An official website of the United States government

You have 2 new alerts

Transportation Services for the SNA and HLG Field Office, TX

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Aug 15, 2023 10:08 am CDT
  • Original Published Date: Aug 11, 2023 03:50 pm CDT
  • Updated Response Date: Sep 11, 2023 02:00 pm CDT
  • Original Response Date: Sep 11, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Sep 26, 2023
  • Original Inactive Date: Sep 26, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S206 - HOUSEKEEPING- GUARD
  • NAICS Code:
    • 561612 - Security Guards and Patrol Services
  • Place of Performance:
    USA

Description

Amendment 0001: (08/15/2023): Amendment 0001 is issued to update the date in the below description to match the system's RFI's response date.

--------------------------------------------------------------

Transportation Services for the SNA and HLG Field Office, TX

This is an RFI (Request for Information) for transportation services for the U.S. Immigration and Customs Enforcement (ICE), San Antonio Field Office and Homeland Security Investigations (HSI). As part of its market research, Department of Homeland Security (DHS) is issuing this RFI to determine the estimated number of interested vendors capable of the scope of this requirement. The Government may use the responses to this RFI for information and planning purposes.

By posting this RFI, ICE hopes to: shorten the time-to-award, thereby delivering capabilities to customers faster; encourage competition by providing interested vendors with an improved understanding of the goals and objectives for the procurement; and increase the likelihood of a successful outcome by refining evaluation techniques to identify the most qualified contractors. 

Acquisition Strategy

The acquisition strategy is still under development and is not finalized. The acquisition strategy will be partially dependent upon the solutions/alternatives presented as a result of this RFI. If you have any comments on acquisition strategy, please include it in your response.

Background

ICE is responsible for the detention, health, welfare, transportation, and deportation of immigrants in removal proceedings and immigrants subject to final orders of removal.  The intent of this contract is to identify Detention/Transportation Officer tasking as appropriate for managing this activity.  This work involves the management, transportation, and the escort of immigrants, including those in removal proceedings, immigrants subject to final orders of removal, material witnesses and criminal detainees which include United States Citizens and Lawful Permanent Residents in a secure manner. 

The objective of this contract is for the provision, operation and management of the transportation and protection of noncitizens for U.S. ICE located in ERO’s San Antonio Field Office, Harlingen Field Office, and Homeland Security Investigations in southwest TX. As necessary, transportation services may be required to Texas counties outside of the referenced AOR, and in some cases, to bordering states.

Currently, the Government is only releasing questions for this requirement. A draft PWS and draft solicitation is expected to be released for this requirement in Q1 of FY24.

Responses

Prospective contractors who are qualified to provide these services should provide the following information for ICE’s review:

1. Company name

2. Company address

3. POC information (name, title, phone number, email address, etc.)

4. Company business size

5. Socio-economic status

6. Unique Entity Identifier (UEI) number

ICE requests responses to the following questions. Please use the attached excel worksheet to record your responses.

  1. Please provide your capability to provide Transportation Services in the SNA and HLG AOR.
  2. Transportation is ever changing for ICE needs. What kinds of flexibilities can you offer the Government? What are your limitations?
     
  3. Are you able to change your hubs quickly? What are your flexibilities? What are your limitations?
     
  4. Is a Guaranteed Minimum CLIN structure helpful? Is there any other CLIN structures the industry believes is helpful to look at?
     
  5. The Government is contemplating structuring CLINs around a radius of 300 miles from the origination point. What are the industries thoughts regarding this CLIN structure and/or different structure (i.e. different number of miles, counties, map)?
     
  6. Do you have your own system for requesting G391s? How do you prioritize?
     
  7. The Government is contemplating a multiple-award vendor contract between the 2 AORs. What flexibilities do you have to meet both AORs and control costs between
    the two? Do you have any active agreements with other transportation companies?

     
  8. The Government is contemplating a multi-award set-up with backup vendors. Please describe any limitations or advantages industry wants the Governemnt to be aware of for this strategy.

Additional information

Interested parties shall submit all requested information and responses electronically to Shereen.Demarais@ice.dhs.gov  and Brittany.Tobias@ice.dhs.gov  by 2:00 p.m., CST, September 11, 2023, or sooner.  Please use a length you believe is appropriate, but no more than 10 pages.

This RFI is for the purpose of identifying potential sources as part of ICE’s market research. No solicitation exists; therefore, do not request a copy of the solicitation.

Responses to this RFI will not be considered quotes. This RFI is issued for information and planning purposes only and does not itself constitute a Request for Quotations (RFQ) or Request for Proposals (RFP). The Government does not intend to issue any award based only on responses to this RFI.

All information received in response to this RFI marked “Proprietary” will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response.

Responses to the RFI will not be returned.  Responders are solely responsible for all expenses associated with responding to this RFI. ICE will not pay for information received in response to this RFI.

There is no commitment by the Government to issue an RFQ, make an award or awards, or to be responsible for any monies expended by industry responses to this RFI.

The Government reserves the right to hold one-on-one meetings as a result of responses received from this RFI as part of its market research. Meetings may be held in particular with vendors who provide comprehensive responses to the questions posed.  In addition, there may be a need to seek further clarification from those respondent(s) identified as capable.  This clarification may be requested in the form of brief verbal communication by telephone; written communication; electronic communication; or a request for a presentation of the response. The Government reserves the right to seek additional information from those vendors identified with unique solutions that are determined to be beneficial to the Government.

Contact Information

Contracting Office Address

  • 500 12TH ST SW
  • WASHINGTON , DC 20024
  • USA

Primary Point of Contact

Secondary Point of Contact

History