SOURCES SOUGHT
S -- Armed Guard and Transportation Services
- Notice Date
- 1/13/2022 8:27:54 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- DETENTION COMPLIANCE AND REMOVALS WASHINGTON DC 20024 USA
- ZIP Code
- 20024
- Solicitation Number
- RFIBALNY22
- Response Due
- 1/24/2022 9:00:00 AM
- Archive Date
- 01/25/2022
- Point of Contact
- Monali Parikh, Phone: 2029230076, Musa Kamara, Phone: 2027317089
- E-Mail Address
-
monali.parikh@ice.dhs.gov, musa.kamara@ice.dhs.gov
(monali.parikh@ice.dhs.gov, musa.kamara@ice.dhs.gov)
- Description
- 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 and New York Enforcement and Removal Operations (ERO) in identifying sources capable of providing armed/unarmed guard and transportation services for the Baltimore and New York area and is solely for information and planning purposes � it does not constitute as a Request for Proposal (RFP) nor does it restrict the Government to any acquisition approach. ICE is responsible for the detention, health, welfare, transportation, and deportation of immigrants in removal proceedings and immigrants subject to final orders of removal. This work involves the management, transportation, escort, and guard of the immigrants, including those in removal proceedings, immigrants subject to final orders of removal, material witnesses and criminal detainees which include United States Citizens and Lawful Permanent Residents in a secure manner. ICE ERO currently has an existing requirement for armed transportation services in the Baltimore Area of Responsibility (AOR) (geographically the state of Maryland), and the New York AOR (geographically the greater New York City area, Long Island, and Hudson Valley).� These services are performed in accordance with the ICE 2011 Performance-Based National Detention Standards (2011 Operations Manual ICE Performance-Based National Detention Standards | ICE). Due to COVID-19 restrictions and the need to transport detainees outside of respective AORs, there will likely be daily or weekly transports to West Virginia and North Carolina, and possible ad hoc transportation runs may require services across the East Coast. The vendor must be able to provide armed and unarmed transportation/fixed posts and guard services in the surrounding areas within the AOR.�� Currently these services are procured under separate contract vehicles.� The Baltimore AOR had an annual estimated mileage of 202,810, and the New York AOR had an annual estimated milage of 155,199.� Both contracts use contractor owned vehicles for the transportation services. The purpose of this RFI is to conduct market research into the viability of a combining the services of both AORs into a single award Indefinite Delivery Indefinite Quantity (IDIQ) with independent task orders for each AOR. �ICE is seeking vendors capable of fulfilling the above requirements, preferably small businesses if the scope permits. 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, including any current or recent contracts which demonstrate performance of similar services. Please limit your total response to this RFI to 3 pages with a 10-pt font size or larger, 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. All submissions shall be provided via email to the Government Point of Contact: Mona Parikh, Contracting Officer, at Monali.Parikh@ice.dhs.gov and Musa Kamara, Contract Specialist at Musa.Kamara@ice.dhs.gov. Submissions are due no later than 12:00pm ET on January 24, 2022. The subject line of the email should read: �RFI: Armed Guard and Transportation Services.� Extraneous materials such as brochures will not be considered. In addition to capabilities information, interested parties shall provide their Point of Contact (including email, regular mail address, and telephone number(s)), DUNS Number, Small Business Classification or other status (E.g., non-governmental, non-profit organization), any relevant Contract Numbers and the applicable NAICS and Product Service Codes. Questions shall be submitted in written form via email only to by January 19, 2022. Responses to inquiries is at the Government�s discretion. Telephone inquiries will not be addressed
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9ada48cc30c5475597fed242613cbda4/view)
- Record
- SN06217515-F 20220115/220114120846 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |