Search Contract Opportunities

Armed Protective Security Officer (PSO) Services in Washington, DC   3

ID: 70RFP224REC000001 • Type: Solicitation

Description

Posted: April 16, 2024, 10:19 a.m. EDT

The Department of Homeland Security (DHS), Office of Procurement Operations (OPO), Federal Protective Service Acquisition Division (FPSAD), intends to procure armed Protective Security Officer (PSO) services at four (4) locations in Washington, DC.

This requirement is being solicited as a commercial service acquisition in accordance with FAR Part 12/15. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside.

Pursuant to 13 CFR 128, to be eligible for this SDVOSB set-aside, a concern must

Be certified by SBA as an SDVOSB concern; or

Have both represented that it is an SDVOSB concern and have submitted a complete application for SDVOSB certification to SBA on or before December 31, 2023.

SDVOSBs that are not certified by SBA, and do not have a pending application for certification with SBA on or before December 31, 2023, will not be eligible to receive an award.

It is anticipated that a single award indefinite delivery/indefinite quantity (ID/IQ) type contract with fixed price provisions will result from this Request for Proposals (RFP). The NAICS code for this acquisition is 561612, Security Guard and Patrol Services. The size standard for NAICS 561612 is $29 million. The resultant ID/IQ contract will consist of a five annual ordering periods.

The Request for Proposals (RFP) shall require the submission of a technical proposal as well as a price proposal.

A Pre-proposal teleconference is scheduled for 01:30PM Eastern Standard Time (EST) on 03/26/2024. Contractors are required to email a request to Josh.B.Clemens@fps.dhs.gov and Katelyn.Santacroce@fps.dhs.gov no later than 10:00AM EST the day of the teleconference. An invite will be sent to interested vendors via Microsoft Teams shortly before the pre-proposal conference. The purpose of the pre-proposal conference is to provide a comprehensive overview of the RFP, so that offerors can ascertain the general conditions that could materially affect the proposal price. Attendance is not mandatory; however, it is strongly recommended.

The Contractor is requested to submit any questions regarding this requirement via email no later than 3:00PM Eastern Time, 03/28/2024 to Josh.B.Clemens@fps.dhs.gov and Katelyn.Santacroce@fps.dhs.gov. Vendors are requested to withhold their questions until after the pre-proposal conference. Prospective contractors may contact the Government while preparing a proposal in order to obtain clarification of the statement of work or to obtain other information needed to prepare a proposal. Any clarifying information issued by the Government will be provided to all prospective contractors.

Those SDVO small businesses that are certified and active wishing to receive the current post exhibit must submit a completed Non-Disclosure Agreement to Josh.B.Clemens@fps.dhs.gov and Katelyn.Santacroce@fps.dhs.gov, which is included under this RFP as Exhibit 3. Upon receipt of a completed DHS Form 11000-06, the post exhibit shall be sent via email.

Please Note regarding the attached solicitation: All attachments are paper-clipped to this document. In order to view the paper-clipped attachments, the PDF file must be opened in the desktop application. The attachments will not show if opened in a web browser.

Amendment 0001 - This amendment hereby changes the pre-proposal conference time on 03/26/2024 from 1:30PM (EST) to 2:45PM (EST). This amendment deletes C. SOW Exhibits Attachment 2, Exhibit 10, Section 6 in its entirety. A Revised C. SOW Exhibits Attachment 2, Exhibit 10, Section 6 is hereby incorporated into the solicitation providing updates to the Post Tracking System technology.

This amendment deletes Paragraph 4. of the Proposal Submission Requirements (Solicitation Provisions-Attachment S.) in its entirety and is replaced with the following: 4. Page Limitation-Excluding the cover page, table of contents, past performance project forms (attachment 3), past performance questionnaires (attachment 4), teaming agreement, teaming narrative or narrative demonstrating an affiliate's meaningful involvement, the technical proposal (covering all non-price factors) is limited to ten (10) pages in at least 11pt. font and 1 margins. Pages in excess of this limitation will not be evaluated. The pages excluded from evaluation will be at the discretion of the Agency.

The following attached FAQs document is also added for informational purposes only and does not amend or change the solicitation. If there is any conflict between the solicitation and this additional information, the solicitation governs.

(See Attached Amendment 0001)

Amendment 0002 - This amendment hereby changes the proposal due date from 04/03/2024 at 2:00PM (EST) to 04/10/2024 at 2:00PM (EST).

(See Attached Amendment 0002)

Amendment 0003 - This amendment hereby changes the proposal due date from 04/10/2024 at 2:00PM (EST) to 04/16/2024 at 2:00PM (EST).

(See Attached Amendment 0003)

Amendment 0004- This amendment makes an update to the solicitation provisions, answers questions submitted by industry and changes the proposal due date to 4/18/2024 at 3:00PM (EST).

Posted: April 9, 2024, 12:45 p.m. EDT
Posted: April 2, 2024, 1:29 p.m. EDT
Posted: March 26, 2024, 9:04 a.m. EDT
Posted: March 20, 2024, 12:31 p.m. EDT
Background
The Department of Homeland Security (DHS), Office of Procurement Operations (OPO), Federal Protective Service Acquisition Division (FPSAD) intends to procure armed Protective Security Officer (PSO) services at four (4) locations in Washington, DC. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The resultant ID/IQ contract will consist of a five annual ordering periods.

Work Details
The solicitation requires armed Protective Security Officer (PSO) services at four locations in Washington, DC. It is being solicited as a commercial service acquisition in accordance with Part 12/15. To be eligible for this SDVOSB set-aside, a concern must be certified by SBA as an SDVOSB concern or have both represented that it is an SDVOSB concern and have submitted a complete application for SDVOSB certification to SBA on or before December 31, 2023. A single award indefinite delivery/indefinite quantity (ID/IQ) type contract with fixed price provisions is anticipated to result from this RFP. The solicitation also includes details about the pre-proposal teleconference, submission of questions, and the requirement for certified and active SDVO small businesses to submit a completed Non-Disclosure Agreement.

Period of Performance
07/01/2024 to 06/30/2029

Place of Performance
Four locations in Washington, DC

Overview

Response Deadline
April 18, 2024, 3:00 p.m. EDT (original: April 3, 2024, 2:00 p.m. EDT) Past Due
Posted
March 20, 2024, 12:31 p.m. EDT (updated: April 16, 2024, 10:19 a.m. EDT)
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
Washington, DC United States
Source
SAM

Current SBA Size Standard
$29 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
75% of obligations for similar contracts within the Federal Protective Service were awarded full & open.
On 3/20/24 Federal Protective Service issued Solicitation 70RFP224REC000001 for Armed Protective Security Officer (PSO) Services in Washington, DC due 4/18/24. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 561612 (SBA Size Standard $29 Million) and PSC S206.
Primary Contact
Name
Josh B. Clemens   Profile
Phone
None

Secondary Contact

Name
Katelyn Santacroce   Profile
Phone
None

Documents

Posted documents for Solicitation 70RFP224REC000001

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 70RFP224REC000001

Award Notifications

Agency published notification of awards for Solicitation 70RFP224REC000001

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 70RFP224REC000001

Contract Awards

Prime contracts awarded through Solicitation 70RFP224REC000001

Incumbent or Similar Awards

Contracts Similar to Solicitation 70RFP224REC000001

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 70RFP224REC000001

Similar Active Opportunities

Open contract opportunities similar to Solicitation 70RFP224REC000001

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > OFFICE OF PROCUREMENT OPERATIONS > FPS EAST CCG DIV 2 ACQ DIV
FPDS Organization Code
7001-FPSD2
Source Organization Code
100183295
Last Updated
April 13, 2025
Last Updated By
josh.b.clemens@fps.dhs.gov
Archive Date
April 13, 2025