Detention Facility Support for Seattle, WA Area of Responsibility
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.
***THIS IS PRESOLICITATION NOTICE. PROPOSALS ARE NOT BEING REQUESTED AT THIS TIME***
Please be advised that this requirement is currently in DRAFT form and has not been approved for solicitation.
The purpose of this advanced notice is to obtain industry feedback and for planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.
Any information submitted by interested parties is strictly voluntary and no monetary compensation will be provided. If the solicitation is approved by the Government, an official RFP will be published in late January or early February.
This pre-solicitation notice is for comprehensive detention, transportation, and food services for ICE detainees located in the Seattle, WA area in support of the ICE ERO Seattle Field Office as detailed in the Performance Work Statement.
This will be a firm-fixed-price service contract. The North American Industry Classification System (NAICS) code for this requirement is 561612, and the associated small business size standard is a maximum of $17M.
The solicitation will be unrestricted.
Please read the presolicitation notice in its entirety prior to responding.
Please email all responses to DCRWest@ice.dhs.gov and include "NWIPC Presolicitation Response" in the subject line.