Skip to content
Department of Justice

RFI - USMS AFD: Towing, Storage, Maintenance and Disposal of Seized/Forfeited Vehicles for the All Districts within the United States

Solicitation: 15M50026QA4400TBD-20260201
Notice ID: 971bd5e5db24422ea26539c3df52ef9a
TypeSources SoughtNAICS 493190PSCS215DepartmentDepartment of JusticeAgencyUs Marshals ServicePostedFeb 01, 2026, 12:00 AM UTCDueFeb 27, 2026, 03:00 PM UTCCloses in 5 days

Sources Sought from US MARSHALS SERVICE • JUSTICE, DEPARTMENT OF. Place of performance: United States. Response deadline: Feb 27, 2026. Industry: NAICS 493190 • PSC S215.

Market snapshot

Awarded-market signal for NAICS 493190 (last 12 months), benchmarked to sector 49.

12-month awarded value
$426,712,273
Sector total $430,407,131 • Share 99.1%
Live
Median
$77,780,735
P10–P90
$46,341,918$123,880,954
Volatility
Volatile100%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
99.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($426,712,273)
Deal sizing
$77,780,735 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Landover, MD • 20785 USA

Point of Contact

Name
Christopher Ottie
Email
Christopher.Ottie@usdoj.gov
Phone
Not available
Name
Eliana York
Email
eliana.york@usdoj.gov
Phone
Not available

Agency & Office

Department
JUSTICE, DEPARTMENT OF
Agency
US MARSHALS SERVICE
Subagency
US DEPT OF JUSTICE, USMS
Office
Not available
Contracting Office Address
Landover, MD
20785 USA

More in NAICS 493190

Description

The United States Marshals Service (USMS) has a responsibility to Relocate, Store, Maintain, and Dispose of seized and/or forfeited Vehicles throughout the United States. To deliver on this mission of the USMS Asset Forfeiture Division (AFD) each USMS District is included within one (1) of seven (7) regions: West, Midwest, Appalachia, Northeast, Southeast, Puerto Rico, South.

REQUEST FOR INFORMATION:

The USMS is posting this announcement as a Request for Information (RFI) only, for a potential solicitation to be posted at the end of FY26 Q3 on the System for Award Management (SAM.gov) website at https://sam.gov. This RFI is issued for the purpose of identifying the availability of potential qualified sources that will be able to meet the requirement within one (1) or more of the regions.

The potential solicitation would be for all regions, and each region would require the submission of a separate proposal. Each region will have a uniquely defined due date for proposal submission. It is anticipated that each region will be for a base year, four (4) one-year options, and FAR 52.217-8 Option to Extend Services up to 6-months.

Each region will have a unique Statement of Work (SOW) and Pricing Schedule that defines all requirements to include the number of contractor furnished storage facilities. All locations are to be within 90 road miles of each address identified within the SOW (unless otherwise defined within the SOW).

If you are interested in the potential solicitation, please provide a capability statement addressing your company’s ability to provide the related services. Additionally, please complete the provided pricing schedule for each region of interest with estimated rates (provided estimated rates are for USMS market research only and definitive, proposed rates will be required as future solicitations are published to SAM.gov). It is important that interested sources provide a capability statement and completed pricing schedule via email to:

·        Christopher Ottie, Contract Officer, Christopher.Ottie@usdoj.gov

·        AFP Procurement, Team Inbox, AFP.Procurement@usdoj.gov

Please note all cells in the provided Pricing Schedule are locked with the exception of those identified in yellow. Please do not submit a modified Pricing Schedule, only input estimated rates within the yellow cells.

In addition to a capability statement and pricing schedule, all interested parties need to ensure they have completed the linked questionnaire. 

https://usms.gov1.qualtrics.com/jfe/form/SV_ewzgkhAlOvQAB38

Providing your capability statement, pricing schedule, and responses to all questions does not constitute entitlement to payment, nor indirect costs, nor charges to the Government will arise as a result. The Government reserves the right to reject, in whole or in part, any company’s input resulting from this RFI. In addition, you are advised that providing responses to the survey questions will not automatically include you in the acquisition process for this solicitation.  All responses are due by 27 February 2026 at 10:00 am EST.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.