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

Agency:
State: District of Columbia
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159991514227269
Posted Date: Nov 3, 2023
Due Date: Nov 13, 2023
Source: Members Only
Follow
Armed Protective Security Officer (PSO) Services in NW Washington, DC.
Active
Contract Opportunity
Notice ID
70RFP223REC000008
Related Notice
70RFP223REC000008
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
OFFICE OF PROCUREMENT OPERATIONS
Office
FPS EAST CCG DIV 2 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 View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 03, 2023 01:31 pm EDT
  • Original Published Date: Nov 03, 2023 01:30 pm EDT
  • Updated Date Offers Due: Nov 13, 2023 02:00 pm EST
  • Original Date Offers Due: Nov 13, 2023 02:00 am EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Nov 03, 2024
  • Original Inactive Date: Nov 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: S206 - HOUSEKEEPING- GUARD
  • NAICS Code:
    • 561612 - Security Guards and Patrol Services
  • Place of Performance:
    DC
    USA
Description

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 five (5) locations in NW Washington, DC.





This requirement is being solicited as a commercial service acquisition in accordance with FAR Part 12/15. This procurement is a 100% Competitive 8(a) Small Business set-aside. All 8(a) small businesses must be certified and active. 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 five annual ordering periods. The Government may also exercise the option at FAR 52.217-8 for up to an additional 6 months.





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





A Pre-proposal teleconference is scheduled for 11:00 A.M. Eastern Standard Time (EST) on 11/07/2023. Contractors are required to email a request to Josh.B.Clemens@hq.dhs.gov and frank.borelli@hq.dhs.gov no later than 9:00 A.M. EST the day of the teleconference. An invite will be sent to interested vendors via Microsoft Teams shortly after for 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 3:00 PM Eastern Time, 11/07/2023 to Josh.B.Clemens@hq.dhs.gov and frank.borelli@hq.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 8(a) 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@hq.dhs.gov and frank.borelli@hq.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 review the below link from the SBA’s website that provides interim guidance for 8(a) program participants in light of the US District Court Ruling, (Ultima Servs. Corp. v. Dep’t of Ag. (E.D. Tenn.)).





https://www.sba.gov/federal-contracting/contracting-assistance-programs/8a-business-development-program





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.


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

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 >