Multiple AOR Armed/Unarmed Guard Transportation Services
Sources Sought from US IMMIGRATION AND CUSTOMS ENFORCEMENT • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: United States. Response deadline: Feb 27, 2026. Industry: PSC S206.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
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, 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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The U.S. Immigration and Customs Enforcement (ICE) is seeking responses to a Sources Sought Notice for armed and unarmed guard transportation services across multiple Areas of Responsibility (AORs) including Baltimore, New York, Newark, Boston, and Washington. The ICE seeks to identify vendors capable of providing comprehensive transportation and security services for detainees, as detailed in the draft Performance Work Statement (PWS). The response deadline is February 27, 2026, and any submission must not exceed three pages, excluding supplemental materials.
ICE aims to gather information on qualified vendors that can supply armed and unarmed guard transportation services for detainees in various AORs, ensuring compliance with their mission to manage detention and deportation operations effectively.
- Review draft Performance Work Statement (PWS) requirements.
- Prepare a non-standard capability statement addressing specific service capabilities.
- Suggest performance metrics for evaluating service effectiveness.
- Assess the adequacy of a 90-day transition period.
- Recommend a structure for Contract Line Item Numbers (CLINs).
- Evaluate the benefits of a single versus multiple vendors.
- Consider efficiencies gained from leveraging multiple AORs.
- Company capability statement addressing service requirements.
- Responses to performance metric suggestions.
- Comments on the draft PWS and transition period adequacy.
- Suggested CLIN structure documentation.
- Analysis of vendor structuring for efficiency.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Specific performance metrics preferred by ICE are not outlined.
- Details about the expected volume of transportation services are missing.
- Geographical boundaries for the AOR services are broadly defined without specific limits.
- Transition period rationale is not explained.
- Information on past contracts for similar services is not provided.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.