Washington, DC Bids > Bid Detail

Western Ground Transportation Solicitation (RFP)

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159789161825079
Posted Date: Mar 1, 2024
Due Date: Jan 18, 2024
Source: https://sam.gov/opp/05b2d37d89...
Follow
Western Ground Transportation Solicitation (RFP)
Active
Contract Opportunity
Notice ID
70CDCR24R00000007
Related Notice
70CDCR23R000000XX
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US IMMIGRATION AND CUSTOMS ENFORCEMENT
Office
DETENTION COMPLIANCE AND REMOVALS
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Mar 01, 2024 09:08 am PST
  • Original Published Date: Nov 27, 2023 12:33 pm PST
  • Updated Date Offers Due: Jan 18, 2024 12:00 pm PST
  • Original Date Offers Due: Jan 10, 2024 09:00 am PST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 31, 2024
  • Original Inactive Date: Jan 25, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S206 - HOUSEKEEPING- GUARD
  • NAICS Code:
    • 561612 - Security Guards and Patrol Services
  • Place of Performance:
    Washington , DC 20024
    USA
Description View Changes

RFP 70CDCR24R00000007 Amendment 6:



For your situational awareness, RFP Amendment 0006 was posted on SAM.gov today. The purpose of this amendment is to:



1) Inform offerors that the Government does not require the COV Price Schedule at this time. COV pricing will be evaluated at the task order level in accordance with FAR 16.505, fair opportunity procedures, if/when the Government requires COVs. The submitted price proposals for Attachment 4, Price Schedule for GOV (only) will be evaluated for awarding the IDIQs in accordance with Section M of this RFP.



2) Provide both the redlined and clean versions of the revised Sections L and M (attached).



No further action or information is requested.



RFP 70CDCR24R00000007 Amendment 5:



For your situational awareness – RFP Amendment 0005 was posted on SAM.gov today. The purpose of this amendment is to:




  1. provide corrected Attachment 4 – Price Schedule GOV. The Base overtime quantities formula was corrected to 10% and the hours for the San Diego Detention Officer Fixed Post were fixed to account for 82 officers.

  2. Updated Attachment 1 – PWS Appendix 5a - Salt Lake City AOR Transportation Routes. A 2nd line supervisor is added to Boise, ID and is also reflected in Attachment 4 Price Schedule for GOV.



****************************************************************************************************************************



RFP 70CDCR24R00000007 Amendment 4:



The purpose of this amendment is to:




  1. Provide corrected Attachment 4 - Price Schedule GOV. It includes the changes in Amendment 0002 for Transition and from Amendment 0003 to include the (1) Project Manager position for Salt Lake City AOR.



************************************************************************************************************************************************



RFP 70CDCR24R00000007 Amendment 3:



The purpose of this amendment is to:




  1. Provide revised Attachment 4 to include (1) Project Manager position for Salt Lake City AOR.

  2. Extend the RFP due date to January 18, 2024 at 12:00 PM PT



************************************************************************************************************************************************



RFP 70CDCR24R00000007 Amendment 2:



The purpose of this amendment to the solicitation is to:




  1. Provide revised Attachment 3 – Price Schedule COV and Attachment 4 – Price Schedule GOV. Changed “60-day” transition period.

  2. Provide Attachment 6 - Western Transportation Historical Mileage for reference. Note: Historical mileage data does not represent future requirements.

  3. Provide Revised/Updated RFP 70CDCR24R00000007 - Section B. Refer to the track changes.

  4. Updated Attachment 1 – Performance work Statement (PWS) changes for clarification. Refer to the track changes.

  5. For clarification, the government provides community workspace(s) where available for contractors during performance of the contract.



*******************************************************************************************************************************************



RFP 70CDCR24R00000007 Amendment 1:



The purpose of this amendment to the solicitation is to:




  1. Clarify the type of award. This is a multiple-award IDIQ Contract

  2. Provide the updated Section H. “Limitation of Operation of Awards” No awardee may operate in more than 3 of 5 Area of Responsibility at any given time.

  3. Extend submission deadline for PHASE I/Factor 1 - Experience Submission FROM 9:00 AM PST on December 13, 2023 TO 9:00 AM PST on December 19, 2023

  4. Provide Updated RFP 70CDCR24R00000007 Section L&M

  5. Extend RFP due date from 01/08/2024 to 01/17/2024

  6. Provide updated Attachment 3 - Price Schedule for COV

  7. Provide updated Attachment 4 Price Schedule for GOV

  8. Provide updated Appendix 5a and 5b

  9. Provide updated Appendix 2a and 2b

  10. RFP Questions and Answers



*********************************************************************************************************************************************



RFP 70CDCR24R00000007



This is a request for proposals to establish for Detention Officer, Guard Transportation Services in Los Angeles (LOS), San Francisco (SFR), San Diego (SND), Phoenix (PHO), and Salt Lake City (SLC) Areas of Responsibility (AORs) U.S. Immigration and Customs Enforcement (ICE), Enforcement and Removal Operations (ERO).



This solicitation is for the provision, operation and management of the transportation and

protection of noncitizens in ICE custody for Los Angeles, San Diego, San Francisco, Phoenix, and Salt Lake City Area of Responsibility Field Offices in accordance with sections B-M of this document.


Attachments/Links
Contact Information
Contracting Office Address
  • 500 12TH ST SW
  • WASHINGTON , DC 20024
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >