Skip to main content

An official website of the United States government

You have 2 new alerts

Puerto Rico Detention Management and Transportation Services

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Aug 08, 2022 02:38 pm EDT
  • Original Date Offers Due: Aug 17, 2022 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 01, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
  • NAICS Code:
    • 561612 - Security Guards and Patrol Services
  • Place of Performance:
    PRI

Description

I. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart  12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

II.The solicitation number is 70CDCR22R00000004 and is issued as a Request for Proposal (RFP).

III. The solicitation document and incorporated provisions and clauses are those in effect Through Federal Acquisition Circular 2022-06.

IV. This requirement is a 100% small business set-aside under the NAICS code 561612 with a small business size standard of $25,500,000.00

V.See solicitation for CLIN information on items, quantities, and units of measure.

VI. The U.S. Immigration and Customs Enforcement (ICE), Enforcement and Removals Operations (ERO) has a requirement for immigration detention and transportation in the commonwealth of Puerto Rico.

VII. It is anticipated that this effort will be comprised of a one-year base period and four one-year option periods. The anticipated base and option line items are included within the solicitation.

VIII. Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services applies to this acquisition.

IX.Provision 52.212-2, Evaluation - Commercial Products and Commercial Services is not applicable to this solicitation. Evaluation criteria can be found within Section M of the solicitation.

X. Offerors are advised that a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, must be included with the offer.

XI. Clause 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services, applies to this acquisition.

XII. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Products and Commercial Services applies to this acquisition.

XIII. All Phase I offers are due by 5:00 PM EST on August 17, 2022, via email to the Contract Specialist at John.Cappello@ice.dhs.gov and Contracting Officer at Corey.Soileau@ice.dhs.gov. Any offer that is submitted after this date will not be included in the Phase I evaluation and will be eligible to proceed to Phase II. **Phase II will include a mandatory site visit at the places of performance listed in the RFP. The government anticipates the mandatory site visit to occur on or before September 5 – 9, 2022. Additional information is included within the RFP**

XIV. All questions pertaining to the solicitation must be submitted via email to the Contract Specialist at John.Cappello@ice.dhs.gov and Contracting Officer at Corey.Soileau@ice.dhs.gov by 5:00 PM EST on August 10, 2022.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact

History