Indiana Bids > Bid Detail

Armed Protective Security Officer (PSO) services throughout the State of Indiana

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159115614304137
Posted Date: Dec 7, 2023
Due Date: Jan 26, 2024
Source: https://sam.gov/opp/d2715d536e...
Follow
Armed Protective Security Officer (PSO) services throughout the State of Indiana
Active
Contract Opportunity
Notice ID
70RFP424RE5000001
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
OFFICE OF PROCUREMENT OPERATIONS
Office
FPS EAST CCG DIV 4 ACQ DIV
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 07, 2023 05:00 pm EST
  • Original Date Offers Due: Jan 26, 2024 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S206 - HOUSEKEEPING- GUARD
  • NAICS Code:
    • 561612 - Security Guards and Patrol Services
  • Place of Performance:
    IN
    USA
Description

The US Department of Homeland Security (DHS), Federal Protective Service (FPS) has a requirement to acquire Armed Protective Security Officer (PSO) services throughout Indiana. The Armed PSOs will protect federal personnel and property at federally owned and leased buildings. The annual estimated hours for Basic and Temporary Additional Service (TAS) are 275,000 hours and Emergency Security Services is 4,000 hours. The estimated known posts are 94 posts at approximately 52 facilities. The Contractor shall provide all labor, material, management, supervision, training, licenses, and permits to provide the services in accordance with the Statement of Work (SOW). Training includes but is not limited to: Basic Training, First Aid, Weapons (Lethal and Non-Lethal), National Weapons Detection Training Program (NWDTP) and Active Threat Awareness.



The Period of Performance is for a one-year base period with four one-year option periods. This requirement will be solicited as a commercial item in accordance with FAR Part 12. Services shall be furnished via an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with fixed hourly rates. Resultant task orders under this contract will be firm fixed prices. The source selection process to be utilized for this acquisition is best value/trade-off. The technical, non-price factors of past performance and management approach are more important than price. The submission requirements and evaluation criteria are defined in the solicitation. The North American Industry Classification System (NAICS) code is 561612 with Small Business size standard of $29 million. The Contractor is required to register with the System for Award Management (SAM) at http://www.sam.gov. No contract award shall be made to any contractor that is not registered in SAM.



A Pre-Proposal Conference will be conducted via Microsoft Teams on December 18, 2023. All interested parties are invited to attend a briefing of this procurement. The briefing will cover items such as the evaluation criteria, technical factor, post exhibit, pricing, teaming arrangements, etc. Attendance is not mandatory; however, it is strongly recommended. Contractors wishing to attend the conference should email Contract Specialist Claudio Casanova (Claudio.Casanova@fps.dhs.gov); and Contracting Officer Marcus Mason (Marcus.L.Mason@fps.dhs.gov) no later than December 14, 2023. The request shall include company information, such as the Company name, address, SAM Unique Entity ID, Cage Code, Business Size designation, address, phone number, and email address of the planned attendees. This conference will be 100% virtual and there will be no dial-in provided for this conference. This solicitation is 100% total small business set-aside.



Interested parties will be required to complete the attached DHS Form 11000-6 Non-Disclosure Agreement (to include the witness section) and request access within SAM.gov in order to gain access to the controlled documents. Submit completed forms via email to claudio.casanova@fps.dhs.gov and marcus.l.mason@fps.gov.



For questions regarding this announcement, please email claudio.casanova@fps.dhs.gov and marcus.l.mason@fps.dhs.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • 701 MARKET STREET, SUITE 3200
  • PHILADELPHIA , PA 19106
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 07, 2023 05:00 pm ESTCombined Synopsis/Solicitation (Original)

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 >