Multiple AOR Armed/Unarmed Guard Transportation 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), specifically US Immigration and Customs Enforcement (ICE), is conducting market research through a Sources Sought Notice/Request for Information (RFI). This RFI seeks to identify sources capable of providing armed and unarmed guard and transportation services for detainees across multiple Areas of Responsibility (AORs) including Baltimore, Boston, Newark, New York, and Washington, and surrounding states. Responses are due by February 27, 2026, at 4:00 PM EST.
Scope of Work
This RFI aims to gather information for the provision, operation, and management of transportation and protection services for ICE detainees, Alien-Files (A-Files), and Temporary files (T-Files). Services are required 24 hours a day, 7 days a week, year-round, including holidays. The primary operational areas cover New York, Maryland, Pennsylvania, New Jersey, West Virginia, Delaware, Massachusetts, Connecticut, Rhode Island, Maine, New Hampshire, Vermont, Virginia, and potentially North Carolina and Georgia.
Key requirements include:
- Providing armed and unarmed ground transportation and guard services.
- Operating and maintaining a uniformed transportation officer staff.
- Ensuring all officers are armed and comply with federal, state, and local firearm laws.
- Adhering to National Detention Standards (NDS) 2025, ICE Family Residential Standards, and all applicable laws and regulations.
- Performing processing duties such as case processing, docket management, data entry, and records management.
- Managing detainee movement, documentation, and transfers, including 'sight checks' on hold room cells.
- Operating less-than-lethal law enforcement tools and applying restraint techniques.
- Maintaining vehicles equipped with interior security features, complying with USDOT regulations, and ensuring sanitation and regular inspections.
- Providing emergency medical evacuation and complying with procedures for detainee death or injury.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Potential Contract Structure (from Draft PWS): Base period of twelve (12) months, with four (4) 12-month option periods.
- Set-Aside: All business sizes and categories are encouraged to participate; information will be used to determine appropriateness of set-asides.
- Response Due: February 27, 2026, 4:00 PM EST
- Published: February 12, 2026
Specific Inquiries for Contractors
Interested parties are requested to provide feedback on:
- Recommended performance metrics.
- Any issues with the RFI or attached draft PWS.
- Adequacy of a 90-day transition period.
- Preferred Contract Line Item Number (CLIN) structure.
- Benefits/efficiency of a single vendor versus multiple vendors.
- Ability to leverage multiple AORs for efficiency.
Additional Notes
This RFI is for information and planning purposes only and does not constitute a Request for Quote (RFQ)/Request for Proposal (RFP) or a promise to issue one. The Government will not reimburse for any information or administrative costs incurred in response. Responses should be limited to 3 pages (excluding title pages, index, table of contents, graphs, or charts) and submitted via email. Questions can be submitted but will not be answered; they will be used to strengthen a future PWS.
Contact Information:
- Primary: Natalie Carr (Natalie.Carr@ice.dhs.gov, 202-924-3631)
- Secondary: Sayed Abubaker (Sayed.Abubaker@associates.ice.dhs.gov)