Level II Armed Guard Services DR4781-TX & DR4798-TX
ID: 70FBR624Q00000066Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYFEMAWASHINGTON, DC, 20472, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for Level II Armed Guard Services under disaster declarations DR-4781-TX and DR-4798-TX in Texas. The contract requires up to 36 armed security guards to provide essential services such as access control, emergency response, and visitor processing at various locations, including Joint Field Offices in Ft. Worth, Austin, Houston, and Baytown. This procurement is critical for ensuring the safety and security of FEMA personnel and the public during disaster response and recovery operations. Interested small businesses must submit their quotations by October 7, 2024, and can direct inquiries to Jeffery Byrd at jeffery.byrd@fema.dhs.gov or by phone at 202-892-0534.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the solicitation for Level II Armed Guard Services as part of federal government contracts DR-4781-TX and DR-4798-TX. The proposal includes a base quantity of 37,800 service days for contract DR-4781-TX and 17,280 service days for contract DR-4798-TX, each with multiple option years. All entries indicate an hourly labor rate of $0.00, and there is no additional pricing information provided. The purpose of this RFP is to secure armed security services which will be monitored over several periods, as indicated by the structure categorizing base and option quantities. Overall, the document reflects the government’s strategy for acquiring necessary security services, ensuring readiness and compliance with situational demands over multiple years.
    The Federal Emergency Management Agency (FEMA) is issuing a Request for Proposal (RFP) for a Small Business Total Set-Aside contract to provide Level II Armed Security Services at disaster locations under disaster declarations DR-4781-TX and DR-4798-TX in Texas. The contract will require up to 36 armed security guards to deliver services such as access control, emergency response, and visitor processing across multiple locations including Joint Field Offices in Ft. Worth, Austin, Houston, and Baytown. The contractor must ensure compliance with federal regulations, provide certified personnel, and maintain robust management and supervision protocols. Specific requirements include adherence to Post Orders set by FEMA, thorough familiarity with security procedures, and provision of all necessary equipment, training, and insurance. The contract has defined periods of performance and may require additional services based on the evolving needs of FEMA missions, with a maximum provision of 432 hours of service per day. Careful attention to detail in maintaining security standards, proper documentation, and engagement with FEMA representatives is crucial for the success of this security setup, ensuring safety for FEMA employees and the public during disaster relief efforts.
    On 27 September 2024, the Contracting Officer addressed several inquiries related to a solicitation. The first question pertained to the requirement of a 5% bid bond, with the response directing parties to section 11 of the statement of work for clarity. The second inquiry concerned pre-employment screenings and firearm permits, with clarification that these requirements are to be fulfilled post-selection of the contractor. The importance of understanding the evaluation criteria was stressed to ensure a successful proposal submission. Finally, the submission process for bid materials was inquired about, with the officer referencing section L of the solicitation for the correct procedures. Overall, the document serves to clarify essential details surrounding the bidding process, emphasizing compliance with specified sections of the solicitation to ensure proper submissions and adherence to requirements.
    The document outlines a series of questions and answers regarding a federal solicitation for armed security services in Texas. The primary focus is on the necessity of armed guards, clarifying that federal requirements dictate the need for Level II armed security, despite state regulations suggesting otherwise. The expected man-hours for security coverage are confirmed as 37,800 for a 24/7 operation, equivalent to about 36 guards, with a separate requirement of 17,280 hours for another project. Compliance with several federal regulations and directives regarding security operations is mandatory prior to the contractor’s deployment, with no grace period allowed after award. The start dates for performance on various Contract Line Item Numbers (CLINs) remain to be determined based on the award date. Overall, the document serves to clarify specific operational and compliance obligations tied to the contract for security services in a federal context.
    The document addresses a government contract inquiry received on October 1, 2024. A question was posed to the Contracting Officer regarding whether the contract in question is an existing or new contract, specifically to assess the presence of an incumbent workforce. The response confirms that the government does indeed have an existing contract, implying the existence of an incumbent party. This correspondence is part of the broader context involving federal RFPs (Requests for Proposals) and is essential for planning and procurement processes within governmental operations. Understanding whether there is an incumbent workforce aids in evaluating future proposals and managing transitions between contractors.
    On October 2, 2024, the Contracting Officer addressed several inquiries regarding the incumbent contract 70FBR624F00000107. The contract involved a total of 66,480 labor hours and was awarded a total dollar amount of $3,988,800. The document also specifies the requirement for armed guards on site, indicating that 35 guards are needed for DR-4781 and 16 guards for DR-4798. Detailed guard requirements are outlined in Section 1.0 of the Statement of Work. This exchange of information highlights the structured approach taken by the government in managing contracts and responding to vendor inquiries, ensuring clarity in the execution of contract specifications and labor needs, which is crucial for compliance and operational success in federal and local projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    R4--OPTION - Level II Armed Guard Service DR-4829-SC
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide Level II Armed Guard Services under solicitation number 70FBR425R00000005. This procurement is a Total Small Business Set-Aside, requiring bidders to meet specific security service standards as outlined in the Statement of Work. The services are critical for ensuring safety and security at FEMA facilities, emphasizing the importance of professional physical security measures. Interested vendors must submit their bids through the Unison Marketplace by October 6, 2024, and can direct any inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    FEMA Direct Lease DR-4781-TX Housing
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified Vendor/Property Management Companies (Vendor/PMC) and/or Property Owners (PO) for the Direct Lease program under disaster declaration DR-4781-TX, aimed at providing temporary housing for individuals displaced by Severe Storms and Hurricane Beryl in Texas. The procurement involves leasing existing rental units in specific counties, including Jasper, Liberty, Polk, San Jacinto, Trinity, and Tyler, for a minimum term of 18 months, with an emphasis on compliance with federal, state, and local housing standards to ensure safe and accessible living conditions. This initiative is crucial for facilitating rapid housing assistance during emergencies, with interested parties required to submit a capabilities package by October 31, 2024, detailing available properties and management capabilities. For further inquiries, interested vendors can contact Venus Griffin or Lisa Thibodeaux at fema-4781tx-ia-directlease@fema.dhs.gov.
    PSO Services throughout Massachusetts, Rhode Island & Connecticut
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through its Federal Protective Service, is seeking proposals for Protective Security Officer (PSO) services across Western Massachusetts, Rhode Island, and Connecticut. The procurement aims to secure armed PSO services to protect federal personnel and property at various locations, with a total estimated requirement of 1,537,500 service hours over a five-year period, from May 1, 2025, to April 30, 2030. This opportunity is structured as a Total Small Business Set-Aside, emphasizing the importance of technical capabilities and quality of service over price, with a minimum contract guarantee of $100,000. Interested small businesses must submit proposals by October 14, 2024, and can direct inquiries to primary contact Kerrin Cahill at Kerrin.Cahill@fps.dhs.gov or secondary contact Todd Wanner at todd.m.wanner@fps.dhs.gov.
    FEMA Warehouse Scanning Devices
    Active
    Homeland Security, Department Of
    The Federal Emergency Management Agency (FEMA), part of the Department of Homeland Security (DHS), is seeking information on innovative handheld scanning devices to modernize its warehouse operations. The agency aims to identify products that enhance logistics within FEMA Distribution Centers, focusing on capabilities such as barcode scanning for inventory management and shipping processes, particularly in rugged and diverse environments. This Request for Information (RFI) is intended for market research purposes only, with no contracts being formed at this stage; interested vendors must submit their responses by November 4, 2024, and can direct inquiries to Staciellyn Chapman at staciellyn.chapman@fema.dhs.gov.
    FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) RESILENCE HAZARD MITIGATION TECHNICAL ASSISTANCE PROGRAM (HMTAP) NON-ARCHITECTURAL AND ENGINEERING (NON-A&E) SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the Hazard Mitigation Technical Assistance Program (HMTAP), specifically for Non-Architectural and Engineering (Non-A&E) services. The procurement aims to establish three single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts across designated geographic zones in the United States, enhancing FEMA's capacity to manage pre-disaster, during disaster, and post-disaster mitigation efforts. These services are critical for supporting resilience grants, conducting environmental assessments, and ensuring compliance with federal regulations related to disaster mitigation. Interested contractors must submit their proposals by Tuesday, November 12, 2024, at 2 PM ET, with a total contract value potentially reaching $93.3 million per contract. For further inquiries, contact Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
    WSMR Contracted Security Guards
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide security guard services at White Sands Missile Range (WSMR) in New Mexico. The contract will involve armed security personnel maintaining Secret clearances, responsible for deterring theft, espionage, and other threats, while ensuring the protection of classified and sensitive materials. This procurement is critical for supporting military operations and maintaining safety in restricted areas of the range. The solicitation is expected to be issued around October 7, 2024, and interested parties can contact Joseph Flores at joseph.a.flores.civ@army.mil or Flor Sanchez at flor.f.sanchez.civ@army.mil for further information.
    S--Unarmed Security Guard Service
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified small businesses to provide unarmed security guard services at various NPS sites in Washington, DC, for fiscal year 2025. The procurement aims to enhance safety and security at key federal locations, requiring contractors to supply trained personnel, including a Project Manager and Operations Supervisor, who will manage security operations and ensure compliance with federal, state, and local regulations. This initiative is crucial for maintaining visitor safety and effective security practices at significant national sites, with a focus on access control, emergency response, and quality assurance. Interested parties can reach out to Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322 for further information, noting that this is a Sources Sought Notice and not a formal solicitation at this time.
    FEMA Request for Information Post-trauma Disaster Care
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is issuing a Request for Information (RFI) to gather insights on post-trauma disaster case management barriers, best practices, and innovations. The objective of this RFI is to assess the marketplace's capabilities to provide turnkey congregate sheltering services and to inform potential future enhancements to FEMA's Disaster Case Management (DCM) program, which supports state, local, tribal, and territorial governments in assisting disaster survivors. This initiative is crucial for improving the efficiency and accessibility of disaster recovery services, ensuring that all survivors receive the necessary support regardless of their background. Interested parties can direct their inquiries to Isaac Chapple at Isaac.Chapple@fema.dhs.gov or Edward Rudd at Edward.ruud@fema.dhs.gov, with no specific funding amount or contract award anticipated at this time.
    Enterprise Acquisition Support Services and Acquisition Support Services
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, Federal Emergency Management Agency (FEMA) is seeking Enterprise Acquisition Support Services and Acquisition Support Services. These services are typically used to provide support for FEMA's acquisition needs. The purpose of this notice is to inform industry that the two requirements, Enterprise Acquisition Support Services and FIMA Resilience Acquisition Support Services, will be consolidated into a single requirement. The consolidation aims to ensure that FEMA receives the necessary services to meet its needs. The procurement will be set aside for small businesses from all socioeconomic backgrounds. The Request for Proposal (RFP) will be issued in February 2024 on GSA MAS NAICS 541611. The requirement will result in a single award Blanket Purchase Agreement (BPA). Interested parties can refer to the attached Draft Performance Work Statement (PWS) and Statement of Objectives (SOO) for both requirements to better understand FEMA's needs. The new requirement will integrate both efforts into a single effort, and a new PWS combining both efforts will be published. The place of performance for this procurement is Washington, DC, with a zip code of 20472, in the United States. For more information, contact Kimber Russell at kimber.russell@fema.dhs.gov.
    S--Unarmed Security Guards
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking to procure Unarmed Security Guard Services for various sites in Washington, DC, in fiscal year 2025. The procurement is aimed at small businesses across all socioeconomic categories, including 8(a), Small Disadvantaged Business, HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Business concerns, to ensure compliance with security requirements and operational standards at national sites. The selected contractor will be responsible for providing trained personnel, equipment, and maintaining compliance with applicable laws, while coordinating with the United States Park Police to uphold safety and security. Interested parties should contact Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322 for further details, and are encouraged to submit their capabilities and small business status in response to this sources sought notice.