Notice of Intent to Sole Source – Torrance and Cibola
Special Notice from US IMMIGRATION AND CUSTOMS ENFORCEMENT • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NM. Response deadline: Mar 13, 2026. Industry: NAICS 561612 • PSC S206.
Market snapshot
Awarded-market signal for NAICS 561612 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 40 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 561612
Description
THIS IS NOT A REQUEST FOR QUOTE. THIS IS A NOTICE OF THE GOVERNMENT’S INTENT TO ISSUE A SOLE SOURCE CONTRACT TO CORECIVIC
The Department of Homeland Security (DHS), U.S. Immigration and Customs Enforcement (ICE), Office of Acquisition Management (OAQ), on behalf of Enforcement and Removal Operations (ERO) intends to award a sole source contract to CoreCivic for the operation and management of transportation for protection of detainees for ICE primarily, but not exclusively, at Cibola and Torrance detention facilities. Enforcement and Removals Operations (ERO) has an on-going and continuously uninterrupted need to contract for detention and transportation services to provide, operate, and manage the Cibola and Torrance detention facilities in the El Paso (ELP) Area of Responsibility (AOR), within the state of New Mexico. This contract will support the ICE ELP Field Office with the provision of comprehensive detention services for two years. This required geographical area is essential for ERO to accomplish its apprehension and detention, and removal mission in the most cost efficient and timely manner. The combined facilities will have a capacity of up to 1,955 beds, while also providing guards, meals, medical care, and transportation services. These services are required to support ERO’s mission to safely detain illegal aliens while they await trial or deportation.
The contractor provides all personnel, detention management, equipment, facilities, supplies, transportation, medical care, and onsite hearings in accordance with the ICE 2025 National Detention Standards (NDS), American Correctional Association (ACA) Standards for Adult Local Detention Facilities (ALDF), Standards for Health Services in Jails, National Commission on Correctional Health Care (NCCHC), and other state and local laws.
ICE intends to procure these detention services pursuant to RFO Subpart 6.103-1, only one responsible source and no other supplies or services will satisfy agency requirements. CoreCivic, Inc is the sole operator of the Cibola and Torrance detention facilities that meets ICE requirements in the timeframe.
This notice of intent is NOT a request for proposals or quotes. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement in the future will be in the best interest of the Government.
Interested parties may identify their interest and capability to fulfill this requirement by responding to this Notice of Intent no later than 12:00 PM Central Daylight Time (CDT) on March 13, 2026, by email to Brittany.Tobias@ice.dhs.gov and Shereen.Demarais@ice.dhs.gov; no telephone communications will be entertained. The subject line in the email shall state “Response to Notice of Intent 70CDCR26R00000014 – Cibola and Torrance Sole Source”. All information submitted should support the offeror’s capability to provide the supplies and services required and shall be furnished at no cost to the Government. The Government reserves the right to cancel the sole source award. The anticipated primary North American Classification Systems (NAICS) code is 561612 –Security Guards and Patrol Services.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.