Opportunity
SAM #192126NYCPARKING-RFI
Secure, Reserved Indoor Parking Lease for ICE ERO NYC Vehicles
Buyer
ICE Detention and Removal Operations
Posted
April 16, 2026
Respond By
April 21, 2026
Identifier
192126NYCPARKING-RFI
NAICS
812930
This opportunity seeks secure, reserved indoor parking for government law enforcement vehicles in New York City: - Government Buyer: - U.S. Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Enforcement and Removal Operations (ERO), New York City Field Office - OEMs and Vendors: - No specific OEMs or vendors are named; open to qualified parking facility operators - Products/Services Requested: - Up to 150 exclusive, secure, indoor parking spaces for SUVs, mid-sized vans, and mini-buses - Parking must be within a 0.25-mile radius of 201 Varick Street, New York, NY 10014 - Spaces must be in one designated area, available 24/7 - Security requirements: camera monitoring, electronic key card access, placard identification, and vehicle/content protection - Minimum clearance height: 7'6" to 7'11"; maximum clearance: 11' - Unique or Notable Requirements: - Parking must be exclusively for ICE ERO NYC use - Facility must accommodate medium-to-oversized vehicles - Vendors must provide capability statements and relevant company information - Contract includes one base year with four one-year option periods - Place of Performance: - Within 0.25 miles of 201 Varick Street, New York, NY 10014 (ICE ERO NYC Field Office)
Description
The U.S. Immigration and Customs Enforcement (ICE) is seeking information and sources capable of providing the services described below. The purpose of this notice is to gather capabilities and market information pertinent to acquisition planning. The responses to this Sources Sought notice will contribute to determining the method of procurement and identify parties having an interest in and the resources to support this requirement.
The ICE NYC Field Office is seeking no more than 150 exclusive secure, reserved indoor parking spaces to accommodate a mix of SUVs, mid-sized vans, and mini-buses within a .25-mile radius of 201 Varick Street, New York, NY 10014. The parking spaces must be located in one designated area/location in the garage available 24/7 and include 24/7 security camera monitoring and vehicle/content protection. Additionally, the parking area shall have spaces identified by placards for assignment and electronic key card access that can be assigned to officers and visitors by ERO, NY. All parking for this requirement shall have a minimum clearance height of 7’6” ~ 11’ Max.
Reference the RFI and Statement of Work attachments for full details.
REQUEST FOR INFORMATION CONDITIONS AND NOTICES This RFI is issued solely for information and planning purposes, it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the government to contract for any supply or service whatsoever. Furthermore, ICE is not at this time seeking proposals and will not accept unsolicited proposals. Vendors are advised that the U.S. government will not pay 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 party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.
The information provided in this RFI is subject to change and is not binding on the government. All submissions become government property and will not be returned. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Unless advised or indicated on the responses to this RFI, all information furnished will be considered non-proprietary.
The government reserves the right to hold one-on-one meetings as a result of responses received from this RFI as part of its market research. Meetings may be held in particular with vendors who provide comprehensive responses to the questions posed. In addition, there may be a need to seek further clarification from those respondent(s) identified as capable. This clarification may be requested in the form of brief verbal communication by telephone; written communication; electronic communication; or a request for a presentation of the response. The government reserves the right to seek additional information from those vendors identified with unique solutions that are determined to be beneficial to the government. If a solicitation is released, information may be posted to the Department of Homeland Security (DHS) Advance Planning Forecast System (APFS) or the beta.SAM.gov Contract Opportunities website. It is the responsibility of potential vendors to monitor APFS or beta.SAM.gov for additional information pertaining to this requirement.