DHS Awards $2M for ICE Transportation Services Under Full and Open Competition
Contract Overview
Contract Amount: $2,037,598 ($2.0M)
Contractor: Instaff Solutions LLC
Awarding Agency: Department of Homeland Security
Start Date: 2025-06-01
End Date: 2026-12-31
Contract Duration: 578 days
Daily Burn Rate: $3.5K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Transportation
Official Description: THE PURPOSE OF THIS AWARD IS TO PROVIDE ICE HQ TRANSPORTATION SERVICES FOR THE OFFICE OF ASSET AND FACILITIES MANAGEMENT (OAFM).
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20536
Plain-Language Summary
Department of Homeland Security obligated $2.0 million to INSTAFF SOLUTIONS LLC for work described as: THE PURPOSE OF THIS AWARD IS TO PROVIDE ICE HQ TRANSPORTATION SERVICES FOR THE OFFICE OF ASSET AND FACILITIES MANAGEMENT (OAFM). Key points: 1. Contract awarded to INSTAFF SOLUTIONS LLC for essential transportation services. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract value is $2,037,598.29 over approximately 1.5 years. 4. Services are for the Office of Asset and Facilities Management (OAFM) at ICE HQ.
Value Assessment
Rating: good
The contract value of $2,037,598.29 for transportation services appears reasonable given the duration and scope. Benchmarking against similar government transportation contracts would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a competitive process where multiple vendors were considered. This method generally promotes price discovery and potentially better pricing.
Taxpayer Impact: Taxpayer funds are being used for essential operational support, with competition likely ensuring a fair price.
Public Impact
Ensures continuity of essential transportation for ICE HQ operations. Supports the Office of Asset and Facilities Management's logistical needs. Provides a critical service for agency personnel and asset movement.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for price increases in future contract renewals.
- Dependence on a single contractor for critical services.
Positive Signals
- Competitive award process.
- Clear definition of services required.
- Fixed-price contract type limits cost overruns.
Sector Analysis
This contract falls under the 'All Other Transit and Ground Passenger Transportation' sector. Spending in this area is crucial for agency operations, and benchmarks vary widely based on service type and geographic location.
Small Business Impact
While the award was made under full and open competition, it is not specified if small businesses were prime contractors or subcontractors. Further analysis would be needed to determine small business participation.
Oversight & Accountability
The contract is managed by the Department of Homeland Security, U.S. Immigration and Customs Enforcement. Standard oversight procedures for definitive contracts are expected to be in place.
Related Government Programs
- All Other Transit and Ground Passenger Transportation
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Contract duration is relatively short (approx. 1.5 years).
- Fixed-price contract type.
- Awarded under full and open competition.
- Services are critical for agency operations.
- Contractor is INSTAFF SOLUTIONS LLC.
Tags
all-other-transit-and-ground-passenger-t, department-of-homeland-security, dc, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $2.0 million to INSTAFF SOLUTIONS LLC. THE PURPOSE OF THIS AWARD IS TO PROVIDE ICE HQ TRANSPORTATION SERVICES FOR THE OFFICE OF ASSET AND FACILITIES MANAGEMENT (OAFM).
Who is the contractor on this award?
The obligated recipient is INSTAFF SOLUTIONS LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Immigration and Customs Enforcement).
What is the total obligated amount?
The obligated amount is $2.0 million.
What is the period of performance?
Start: 2025-06-01. End: 2026-12-31.
What is the specific nature of the transportation services required by ICE HQ?
The data indicates the purpose is to 'PROVIDE ICE HQ TRANSPORTATION SERVICES FOR THE OFFICE OF ASSET AND FACILITIES MANAGEMENT (OAFM).' This likely encompasses personnel transport, movement of equipment or assets, and potentially other logistical support requiring ground transportation within the Washington D.C. metropolitan area.
What are the potential risks associated with this contract?
Risks include potential service disruptions if the contractor fails to perform, reliance on a single entity for critical transportation needs, and the possibility of price escalation in future contract periods. Ensuring robust performance metrics and contingency plans is key.
How effectively does this contract support ICE's mission?
This contract provides essential logistical support for ICE's facilities management, which is critical for the agency's day-to-day operations. Reliable transportation ensures personnel can perform their duties and assets are managed effectively, indirectly supporting the broader ICE mission.
Industry Classification
NAICS: Transportation and Warehousing › Other Transit and Ground Passenger Transportation › All Other Transit and Ground Passenger Transportation
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › TRANSPORTATION OF THINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 70CMSW25R00000003
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 18191 NW 68TH AVE, HIALEAH, FL, 33015
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Hispanic American Owned Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $7,262,632
Exercised Options: $2,450,253
Current Obligation: $2,037,598
Actual Outlays: $264,812
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2025-06-01
Current End Date: 2026-12-31
Potential End Date: 2029-12-31 00:00:00
Last Modified: 2026-02-02
More Contracts from Instaff Solutions LLC
- Section 508 Support Services — $17.2M (Department of Health and Human Services)
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)