This Sources Sought Notice/Request for Information (RFI) is being issued to assist the Department of Homeland Security (DHS), Immigrations and Customs Enforcement (ICE), Baltimore, New Jersey, New York, Boston and Washington Enforcement and Removal Operations (ERO) in identifying sources capable of providing armed/unarmed guard and transportation services for each of these field offices.
ICE is responsible for the detention, health, welfare, transportation and deportation of aliens in removal proceedings and aliens subject to final order of removal. The mission of Enforcement and Removal Operations (ERO) directorate is the planning, management, and direction of a broad program relating to supervision, detention and deportation of aliens who are in the United States illegally. In implementing its mission, ERO is responsible for carrying out all orders for the required departure of aliens handed down in removal proceedings, or prior thereto, and arranging for detention of aliens when such becomes necessary. Transportation and armed/unarmed guard services will be for the Baltimore (BAL), Boston (BOS)Newark (NEW), New York (NYC),and Washington (WAS) Areas of Responsibility (AORs) and surrounding areas including all of New York, Maryland, Pennsylvania, New Jersey, West Virginia, Delaware, Massachusetts, Connecticut, Rhode Island, Maine, New Hampshire, Vermont, Virginia, and, in some cases, as far as North Carolina, and Georgia.
The objective of this contract is for the provision, operation and management of the transportation and protection of detainees for U.S. Immigration and Customs Enforcement (ICE). Vendor should be able to provide armed and unarmed transportation/fixed posts and guard services for the Baltimore (BAL), New York (NYC), Newark (NEW), Boston (BOS), and Washington (WAS) Areas of Responsibility (AORs) and surrounding areas including all of New York, Maryland, Pennsylvania, New Jersey, West Virginia, Delaware, Massachusetts, Connecticut, Rhode Island, Maine, New Hampshire, Vermont, Virginia, and, in some cases, as far as North Carolina, and Georgia.
DHS/ICE is seeking vendors capable of fulfilling the above requirements. Interested parties having the necessary capabilities are invited to participate. Please do not submit a standard firm capability statement; it will not be considered. It is preferred that you include short statements regarding your company's ability to provide the required services specified in the attached draft PWS. Additionally, ensure your right up addresses the below:
- What, if any, performance metrics would prospective contractors recommend the Government use to measure performance for these services?
- After reviewing the RFI and attached draft PWS, are there any issues that should be addressed? All comments received will be gathered and reviewed.
- Is a 90-day transition period adequate?
- If the vendor had the opportunity to propose its own Contract Line Item Number, (CLIN) structure, what would this CLIN structure look like?
- Would it be more beneficial/efficient for the government to have 1 vendor or multiple?
- Would you be able to leverage multiple AOR's to gain efficiency?
Please limit your total response to this RFI to 3 pages, not to include title pages, index, table of contents, graphs or charts. Responses should be submitted in a Microsoft Word Document (.doc or .docx) or Portable Document Format (.pdf).
NOTICE: This RFI is being issued solely for information and planning purposes, it DOES NOT constitute a Request for Quote (RFQ)/Request for Proposal (RFP)/Invitation to Bid (IFB) or a promise to issue a RFQ/RFP/IFB in the future. This RFI does not commit the Government to a contract/order for any supply or service whatsoever.
Furthermore, the Government is not seeking quotes/proposals/bids at this time and will not accept unsolicited quotes/proposals/bids. Responders are advised that the Government will not reimburse for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties' expense.
The information requested is for the purpose of market research ONLY in accordance with Federal Acquisition Regulation (FAR) Part 10.
The information provided in the RFI is subject to change and is not binding on the Government. All submissions become Government property and will not be returned. Unless advised or indicated on the responses to this RFI, all information furnished will be considered nonproprietary.
Contractors are encouraged to provide questions to the RFI, however please note that responses are not guaranteed. Submitted questions will be used primarily for informational and market research purposes and to help refine and strengthen the PWS. Questions can be provided but will not be answered and will only be used to strengthen the PWS.
RFI responses should be provided no later than February 27, 2026 by 4:00 PM (EST) via email to Natalie Carr at Natalie.Carr@ice.dhs.gov and Sayed Abubaker at Sayed.Abubaker@associates.ice.dhs.gov.
Background
The Department of Homeland Security (DHS), through U.S. Immigration and Customs Enforcement (ICE), is seeking to identify sources capable of providing armed and unarmed guard and transportation services for its Enforcement and Removal Operations (ERO) in various locations including Baltimore, New Jersey, New York, Boston, and Washington.
ICE's mission involves the detention, health, welfare, transportation, and deportation of aliens in removal proceedings. The contract aims to support ICE's responsibilities by ensuring secure management and transportation of detainees across multiple states.
Work Details
The contractor will be responsible for the provision, operation, and management of transportation services for detainees. Key tasks include:
- Providing armed/unarmed guard services for detainees during transport.
- Ensuring compliance with all applicable Federal, State, and local laws regarding transportation and firearm regulations.
- Maintaining a uniformed officer staff available 24/7 to transport detainees securely to designated locations as directed by ICE officials.
- Conducting initial screenings of incoming detainees to confirm identity and ensure proper documentation.
- Performing thorough searches of detainees upon intake and maintaining custody during transport.
- Providing security for detainees requiring medical care at hospitals until relieved.
- Establishing a communication system for direct contact with all transportation vehicles and ICE officials.
- Developing a Transition-In Plan to ensure seamless service continuity from the current contractor to the new contractor without service degradation.
Period of Performance
The contract will have a base period of twelve (12) months with four (4) additional twelve-month options that may be exercised at the Government's discretion. A transition period of up to 90 days may be required before full operational capability is achieved.
Place of Performance
Services will be performed primarily in the Baltimore (BAL), New York (NYC), Newark (NEW), Boston (BOS), Washington (WAS) Areas of Responsibility (AORs) as well as surrounding areas including New York, Maryland, Pennsylvania, New Jersey, West Virginia, Delaware, Massachusetts, Connecticut, Rhode Island, Maine, New Hampshire, Vermont, Virginia, North Carolina, and Georgia.