Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    Multiple AOR Armed/Unarmed Guard Transportation Services

    Sol. 70CDCR26R00000012Sources SoughtWASHINGTON, DC
    Closed
    STATUS
    Closed
    closed Feb 27, 2026
    POSTED
    Feb 13, 2026
    Publication date
    NAICS CODE
    561612
    Primary industry classification
    PSC CODE
    S206
    Product & service classification

    AI Summary

    The Department of Homeland Security is seeking vendors capable of providing armed and unarmed guard and transportation services for various field offices. This Sources Sought Notice aims to identify potential sources for these services, which include the management and operation of detainee transportation and protection. Interested parties should respond with their capabilities and insights by February 27, 2026.

    Contract details

    Solicitation No.
    70CDCR26R00000012
    Notice Type
    Sources Sought
    Posted Date
    February 13, 2026
    Response Deadline
    February 27, 2026
    NAICS Code
    561612AI guide
    PSC / Class Code
    S206
    Contract Code
    7012
    Primary Contact
    Natalie Carr
    State
    DC
    ZIP Code
    20024
    AI Product/Service
    service

    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.

    Key dates

    1. February 13, 2026Posted Date
    2. February 27, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    Multiple AOR Armed/Unarmed Guard Transportation Services is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.