Posted: Nov. 21, 2024, 9:19 p.m. EST
RFP 70CDCR24R00000007 Amendment 7:
The purpose of this amendment (0007) is to re-open this solicitation for Fiscal Year 2025 (FY25) after a Government delay in FY24 in order to finalize for award.
The due date for this request is Friday, December 6th, 2024, at 5:30pm ET.
This amendment accomplishes the following:
1) Changes the Contracting Officer (CO) points of contact to the names provided below. Please include the three COs below on all communications.
2) Requests that vendors who submitted a Phase II proposal confirm that their pricing is still current for FY25.
3) Requests that vendors provide all applicable and current Wage Determinations (WD) and/or Collective Bargaining Agreements (CBAs) that apply to the regions for which they are proposing.
Points of Contact (POCs):
Contracting Officer (CO):
Shayla Wray
Shayla.B.Wray@ice.dhs.gov
771-233-8326
Contracting Officer (CO):
Jimmy Abyad
Jimmy.Abyad@ice.dhs.gov
202-505-0820
Contracting Officer (CO):
Roberta O. Onuma
Roberta.O.Onuma@ice.dhs.gov
202-731-8179
************************************************************************************************************************************************
RFP 70CDCR24R00000007 Amendment 6:
For your situational awareness, RFP Amendment 0006 was posted on SAM.gov today. The purpose of this amendment is to:
1) Inform offerors that the Government does not require the COV Price Schedule at this time. COV pricing will be evaluated at the task order level in accordance with FAR 16.505, fair opportunity procedures, if/when the Government requires COVs. The submitted price proposals for Attachment 4, Price Schedule for GOV (only) will be evaluated for awarding the IDIQs in accordance with Section M of this RFP.
2) Provide both the redlined and clean versions of the revised Sections L and M (attached).
No further action or information is requested.
RFP 70CDCR24R00000007 Amendment 5:
For your situational awareness RFP Amendment 0005 was posted on SAM.gov today. The purpose of this amendment is to:
- provide corrected Attachment 4 Price Schedule GOV. The Base overtime quantities formula was corrected to 10% and the hours for the San Diego Detention Officer Fixed Post were fixed to account for 82 officers.
- Updated Attachment 1 PWS Appendix 5a - Salt Lake City AOR Transportation Routes. A 2nd line supervisor is added to Boise, ID and is also reflected in Attachment 4 Price Schedule for GOV.
****************************************************************************************************************************
RFP 70CDCR24R00000007 Amendment 4:
The purpose of this amendment is to:
- Provide corrected Attachment 4 - Price Schedule GOV. It includes the changes in Amendment 0002 for Transition and from Amendment 0003 to include the (1) Project Manager position for Salt Lake City AOR.
************************************************************************************************************************************************
RFP 70CDCR24R00000007 Amendment 3:
The purpose of this amendment is to:
- Provide revised Attachment 4 to include (1) Project Manager position for Salt Lake City AOR.
- Extend the RFP due date to January 18, 2024 at 12:00 PM PT
************************************************************************************************************************************************
RFP 70CDCR24R00000007 Amendment 2:
The purpose of this amendment to the solicitation is to:
- Provide revised Attachment 3 Price Schedule COV and Attachment 4 Price Schedule GOV. Changed 60-day transition period.
- Provide Attachment 6 - Western Transportation Historical Mileage for reference. Note: Historical mileage data does not represent future requirements.
- Provide Revised/Updated RFP 70CDCR24R00000007 - Section B. Refer to the track changes.
- Updated Attachment 1 Performance work Statement (PWS) changes for clarification. Refer to the track changes.
- For clarification, the government provides community workspace(s) where available for contractors during performance of the contract.
*******************************************************************************************************************************************
RFP 70CDCR24R00000007 Amendment 1:
The purpose of this amendment to the solicitation is to:
- Clarify the type of award. This is a multiple-award IDIQ Contract
- Provide the updated Section H. Limitation of Operation of Awards No awardee may operate in more than 3 of 5 Area of Responsibility at any given time.
- Extend submission deadline for PHASE I/Factor 1 - Experience Submission FROM 9:00 AM PST on December 13, 2023 TO 9:00 AM PST on December 19, 2023
- Provide Updated RFP 70CDCR24R00000007 Section L&M
- Extend RFP due date from 01/08/2024 to 01/17/2024
- Provide updated Attachment 3 - Price Schedule for COV
- Provide updated Attachment 4 Price Schedule for GOV
- Provide updated Appendix 5a and 5b
- Provide updated Appendix 2a and 2b
- RFP Questions and Answers
*********************************************************************************************************************************************
RFP 70CDCR24R00000007
This is a request for proposals to establish for Detention Officer, Guard Transportation Services in Los Angeles (LOS), San Francisco (SFR), San Diego (SND), Phoenix (PHO), and Salt Lake City (SLC) Areas of Responsibility (AORs) U.S. Immigration and Customs Enforcement (ICE), Enforcement and Removal Operations (ERO).
This solicitation is for the provision, operation and management of the transportation and
protection of noncitizens in ICE custody for Los Angeles, San Diego, San Francisco, Phoenix, and Salt Lake City Area of Responsibility Field Offices in accordance with sections B-M of this document.
Posted: Nov. 21, 2024, 9:19 p.m. EST
Posted: Nov. 20, 2024, 3:12 p.m. EST
Posted: Nov. 20, 2024, 1:45 p.m. EST
Posted: March 1, 2024, 12:08 p.m. EST
Posted: March 1, 2024, 11:44 a.m. EST
Posted: Jan. 12, 2024, 9:16 p.m. EST
Posted: Jan. 12, 2024, 3:00 p.m. EST
Posted: Jan. 11, 2024, 6:45 p.m. EST
Posted: Jan. 9, 2024, 5:41 p.m. EST
Posted: Dec. 13, 2023, 3:42 p.m. EST
Posted: Nov. 27, 2023, 3:33 p.m. EST
Background
The U.S. Immigration and Customs Enforcement (ICE), Enforcement and Removal Operations (ERO) manages and oversees the nation's civil immigration detention system. Its mission is to identify, arrest, and remove immigrants who may present a danger to national security or are a risk to public safety, as well as those who enter the United States illegally or otherwise undermine the integrity of our immigration laws and our border control efforts. This acquisition is mission critical and will be for transportation services for these Areas of Responsibility (AORs).
Work Details
The contractor shall provide all management, supervision, labor, and materials necessary to perform the services identified in the Performance Work Statement (PWS) through an Indefinite Delivery - Indefinite Quantity (IDIQ) contract for transportation services procured on a hybrid Firm-Fixed Price (FFP)/Time & Material (T&M) basis. The services involve the management, transportation, and the escort of immigrants in a secure manner. The contractor shall ensure that all employees have required identification credentials in their possession. They shall also obtain all required permits and licenses before performing under the contract.
Place of Performance
Los Angeles (LOS), San Francisco (SFR), San Diego (SND), Phoenix (PHO), and Salt Lake City (SLC) Areas of Responsibility Field Offices.