Buffalo Federal Detention Facility Detention Transportation And Food Services Contract

The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Enforcement and Removal Operations Directorate has an ongoing requirement for complete detention services at the Buffalo Federal Detention Facility in Batavia, NY.

Solicitation Summary

The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Enforcement and Removal Operations Directorate has an ongoing requirement for complete detention services at the Buffalo Federal Detention Facility in Batavia, NY.

Solicitation in a Nutshell

Item

Details

Agency The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Enforcement and Removal Operations Directorate
Solicitation Number F2024065526
Status Pre-RFP
Solicitation Date 05/31/2024
Award Date 09/2024 (Estimate)
Contract Ceiling Value $275,724,000.00
Solicitation Number F2024065526
Competition Type 8(a) Set-Aside
Type of Award IDIQ – Agency Specific
Primary Requirement IT Services
Duration Contract completion by September 29, 2023
Contract Type Firm Fixed Price,Indefinite Delivery Indefinite Quantity
No. of Expected Awards N/A
NAICS Code(s):
561612

Security Guards and Patrol Services
Size Standard: $29.0 million annual receipts

Place of Performance:
  • Batavia, New York, United States
Opportunity Website: https://sam.gov/opp/3fcf3066ae184bf8911c276013a29168/view

Background

ICE is responsible for the detention, health, welfare, transportation, and deportation of foreign nationals in immigration proceedings and foreign nationals subject to final orders of removal. The ICE Buffalo Federal Detention Facility (BFDF), a Government-owned facility located in Batavia, NY, has a requirement for the oversight, management, supervision, and vehicles necessary to provide complete detention, food, transportation, and commissary services at this facility. The Contractor shall fully staff the facility to secure, control, and supervise detainees in custody.

The ICE BFDF is a 650 (834 in emergency circumstances) bed Government-owned/contractor-operated facility located at 4250 Federal Drive, Batavia, NY 14020. The BFDF is staffed twenty-four (24) hours a day, seven (7) days a week, fifty-two (52) weeks a year including all Federal Holidays.

BFDF has a requirement for complete detention services. This is a predominately male facility. However, females could be housed in a separate dorm unit.

BFDF provides safe and secure conditions of confinement based on the individual characteristics of a diverse population, including threats to the community, risk of flight, type and status of immigration proceeding, community ties, medical and mental health issues.

The management of BFDF shall provide easy access to legal services; ample indoor and outdoor recreation that allows for vigorous aerobic exercise in accordance with PBNDS meal service or satellite feeding; institutional detainee clothing; non-contact and contact visitation, including special arrangements for visiting families, with extended hours including nights and weekends; private areas for attorney-client visits, with video teleconferencing capabilities; noise control; enhanced, but controlled freedom of movement (although the manner and degree of implementation may vary based on security levels); enhanced law library and legal resources; and enhanced programming, including religious services and social programs and dedicated space for religious services.

Requirements

    • The contractor shall operate the government-owned detention facility, BFDF, to house detainees, both male and female, on a twenty-four (24) hours per day, seven (7) days per week, 365 days per year basis.
    • Contractor shall also post a transport team at the ERO-Albany suboffice. Lastly, this contract includes an option to post a transport team at the ERO-Champlain suboffice.
    • The contractor must provide unarmed detention officers, armed detention officers, and armed transportation officers. The contractor must provide full food service operations, commissary program, and recreational programs. Services include management, supervision, staffing, training, certifications, licenses, officer commissioned certifications, drug testing, uniforms, equipment, supplies, and vehicles necessary to provide the objectives of this PWS.
    • The Contractor shall be able to provide armed and unarmed detention officers, including management, supervision, manpower, training, certifications, licenses, drug testing, uniforms, equipment, supplies, and vehicles necessary to provide detention management and transportation services seven (7) days a week, twenty-four (24) hours a day at BFDF.
    • In housing detainees, the Contractor will be required to perform in accordance with the most current editions of the ICE Performance Based National Detention Standards (PBNDS), American Correctional Association (ACA) Standards for Adult Local Detention Facilities (ALDF), and Standards Supplement, Standards for Health Services in Jails, National Commission on Correctional Health Care (NCCHC), and state and local laws on firearms.
    • The contractor shall not add any non-ICE detainee population to the facility from any other entity without the expressed prior written approval of the COR and/or ICE-designee.
    • The contractor agrees to accept and provide for the secure custody, care, and safekeeping of detainees in accordance with the State and local laws, standards, policies, procedures for firearms requirements, or court orders applicable to the operations of the facility.
    • The contractor shall furnish all personnel, management, equipment, office supplies, food rations, training, certification, commissions, inspections, and services necessary for performance of all aspects of the contract. Unless explicitly stated otherwise, the contractor is responsible for all costs associated with and incurred as part of providing the services outlined in this contract.

    Facilities

    • The contractor shall obtain all required permits and licenses by the date of contract award. The contractor must be licensed as a qualified security service company in accordance with the requirements of the district, municipality, county, and state in which the ICE work site is located. Throughout the term of this contract, the contractor shall maintain current permits/business licenses/permits and make copies available for Government inspection. Contractor shall comply with all applicable federal, state, and local laws and all applicable Occupational Safety and Health Administration (OSHA) standards.
    • The contractor shall maintain a separate electronic and hard file of all issued permits. The contractor must retrieve all parking permits from facility visitors and employees no longer employed at the facility.
    • The contractor shall provide all such ground transportation services as may be required to transport detainees securely, in a timely manner, to locations as directed by the COR or designated ICE official, including the transportation of detainees to various appointments. Regular transportation to key sites shall be provided as necessary and additional transportation requirements as requested by the COR or designated ICE official. When officers are not providing transportation services, the contactor shall assign the employees to supplement security duties within the facility. However, the primary function of these officers is transportation. Duties performed by these officers shall not incur any additional expenses to the Government.
    • The contractor shall assign, at a minimum, two-person teams of armed transportation officers whenever necessary throughout a 24-hour period, 7 days a week, including weekends and holidays. When transporting detainees of the opposite gender, assigned transportation staff shall call in their time of departure and odometer reading; and then do so again upon arrival, to account for their time. Except in emergency situations, a single transportation staff member may not transport a single detainee of the opposite gender. Further, if there is an expectation that a pat down will occur during transport, an assigned transportation staff member of the same gender as the detainee(s) must be present.
    • The contractor shall furnish suitable vehicles in good condition, approved by the Government and in line with the PBNDS 2011 requirements, to safely provide the required transportation services per facility as listed below. The contractor shall be responsible for all cost associated with fuel, tolls, maintenance, security features and comply with all federal and state laws with regard to inspections, licensing, registration, and current emissions standards for all vehicles used for transportation.
    • Nothing in this contract shall restrict the contractor from acquiring additional vehicles as deemed necessary by the contractor at no cost to the Government. The contractor shall not allow employees to use their privately owned vehicles to transport detainees. The contractor shall furnish vehicles equipped with interior and exterior security features in accordance with PBNDS 2011. The contractor shall provide the interior security specification of the vehicles to ICE for review and approval prior to installation. Vehicles furnished by the contractor shall be equipped with GPS tracking and interior security features such as, but not limited to: door lock controls, window locks, a wire cage with acrylic panel between the driver seat and the rear passenger
    • The contractor personnel provided for armed transportation services shall be of the same qualifications, receive the same training, complete the same security clearances, and wear the same uniforms as those contractor personnel provided in the other areas of this contract. Armed transportation officers shall have the required state licenses for commercial drivers with the proper endorsement limited to vehicles with automatic transmission and meet the federal and state licensing requirements.
    • All transportation detention officers shall be armed in the performance of these duties. The contractor shall supply and maintain restraining equipment, per PBNDS 2011 Standard 1.3 “Transportation (by Land).” ICE personnel reserve the right to approve such restraining equipment, as well as the right to inspect such restraining equipment.
    • The contractor shall comply with ICE transportation standards related to the number of hours the contractor employee may operate a vehicle. Overnight lodging resulting from transportation services shall be approved in advance by the COR or designated ICE official; overnight lodging expenses shall be billed at rates not to exceed the applicable GSA per diem rates. Transportation shall be accomplished in the most economical manner and in accordance with the applicable GSA per diem rates.
    • The contractor shall, upon order of the COR or designated ICE official, or upon his or her own decision in an urgent medical situation, transport a detainee to a hospital location. An officer, or officers, shall keep the detainee under constant supervision 24 hours per day until the detainee is ordered released from the hospital, or at the order of the COR. The contractor shall then transport the detainee to the detention site.
    • The COR may direct the contractor to transport detainees to unspecified, miscellaneous locations, within a 50-mile radius of the facility. Locations outside this radius require advance written approval from the COR. When the COR or ICE-designated official provides documents to the contractor concerning the detainee(s) to be transported and/or escorted, the contractor shall deliver these documents only to the named authorized recipients or his or her designee. The contractor shall ensure the material is kept confidential and not viewed by any person other than the authorized recipient.
    • The contractor shall establish a fully operational communication system compatible with ICE communication equipment [e.g., Motorola APX 8000 radios] that has direct and immediate contact with all transportation vehicles and post assignments. Upon demand, the COR shall be provided with the current status of all vehicles and post assignment employees.
    • Failure of the contractor to comply fully with the detainee(s) departure as pre-scheduled may result in the contractor having deductions made for non-performance.
    • ICE anticipates normal transportation requirements other than hospital visits and local needs. In addition to unspecified or miscellaneous locations, the contract facility must support transportation to and from locations as directed by ICE COR or designee. All transportation reports must be submitted to the COR within two (2) business days of trip completion.

    On-Call Stationary Guard Services

    • The contractor shall provide on-call guard services as requested by the COR or ICE- designated official and shall include, but is not limited to, escorting and guarding detainees to medical or doctor appointments and hospital admissions; hearings; ICE interviews; and any other remote location requested by the COR or designated ICE official. Qualified guard personnel employed by the contractor under its policies, procedures, and practices will perform such services. The contractor shall augment such practices as may be requested by ICE to enhance specific requirements for security, detainee monitoring, visitation, and contraband control. Upon the order of the COR or designated ICE official or in an emergency, the contractor shall provide an officer to safeguard the detainee(s) at a medical facility while undergoing medical examination or treatment as either inpatient or outpatient care. Such assignments may include but are not restricted to medical appointments of detainees. The detainee shall be kept under constant supervision. Public contact is prohibited unless authorized in advance by the COR.
    • The numbers and frequency of these services shall vary, but to the extent possible, the COR or ICE-designated official shall notify the contractor two (2) hours in advance of such need and of a schedule for the remote post to be manned. One (1) guard shall be authorized for such post unless the COR specifies additional guards are required.
    • The following notes are applicable to the above posts:
      • All on-call posts require at least one (1) guard who is of the same sex as the detainee
      • Additional officers for each post assignment may be required at the direction of the designated ICE official when operationally necessary.
      •  All necessary meals shall be provided by the contractor when the detainees(s) are in the custody of the contractor.
      • COR shall guarantee a minimum of two (2) hours for each on-call post-directed.
      • The contractor remains responsible for providing security and preventing escapes.

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.