Armored Car Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Homeland Security (DHS), Customs and Border Protection (CBP), intends to award a Firm-Fixed Price Contract for Armored Car Services in the Buffalo, Niagara Falls, and Lewiston, New York areas. This opportunity is for ongoing, bonded, commercial armored car services. Quotes are due February 12, 2026.
Scope of Work
The contractor will provide secure pick-up and delivery of cash and financial instruments in sealed deposit bags, Monday through Friday (excluding Federal holidays). Services include:
- Element 1: Outlying Area Collections to Main Office: Pick up from designated CBP sites (Peace Bridge, Lewiston Bridge Commercial Warehouse, Rainbow Bridge Plaza) and deliver to the CBP Area Port of Buffalo Main Office (726 Exchange Street, Buffalo, NY). Pick-up no earlier than 11:00 A.M., same-day delivery no later than 4:00 P.M.
- Element 2: Main Office Collections to Bank: Pick up from the CBP Area Port of Buffalo Main Office and deliver to a designated U.S. Bank account. Pick-up no later than 1:30 P.M., same-day delivery no later than 4:00 P.M. The contractor is responsible for all labor, equipment, personnel, licenses, permits, supplies, and supervision. Full responsibility and liability for contents (insured up to $2,000,000 total, $250,000 per bag) is required. Daily collections must be delivered the same day and not retained overnight.
Contract & Timeline
- Contract Type: Firm-Fixed Price
- Period of Performance: Base Year (April 1, 2026 – March 31, 2027) plus four (4) Option Years (extending through March 31, 2031).
- Set-Aside: Full and Open Competition
- NAICS Code: 561613 (Courier And Messenger Services) with a $43.0M small business size standard.
- Published Date: February 5, 2026
- Questions Due: February 9, 2026, by 2:00 PM EST
- Quotes Due: February 12, 2026, by 2:00 PM EST
Evaluation
Award will be made to the responsible offeror whose offer is determined to be the lowest priced technically acceptable. Technical acceptability includes price, past performance, and technical capability. Offerors must be registered in SAM.gov.
Additional Notes
All contractors must review the attached Statement of Work (SOW) and meet its requirements. Invoicing will be processed monthly through the U.S. Department of Treasury's Invoice Processing Platform (IPP). Quotes must include TIN, UEI, Contractor Name, Email, Phone, and Business Mailing Address. Contact David Banks (david.m.banks@cbp.dhs.gov) for submissions.