Antiterrorism & Physical Security (AT-PS) Program Support
ID: W56KGY-25-Q-0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-1846, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide support for its Antiterrorism & Physical Security (AT-PS) Program. The procurement aims to secure subject matter experts who will assist in developing and implementing AT-PS plans, policies, and training across multiple locations, including Camp Williams, Utah; Birmingham, Alabama; and Fort Moore, Georgia. This initiative is critical for enhancing the Army's capabilities in protecting personnel and infrastructure against potential threats, ensuring compliance with various Department of Defense regulations. Interested vendors must submit a detailed Capability Statement, including relevant experience and personnel qualifications, to Jun Li at jun.y.li.civ@socom.mil or Raymond Tchoulakian at raymond.g.tchoulakian.civ@army.mil, with a focus on demonstrating their ability to meet the stringent security and performance requirements outlined in the draft Performance Work Statement.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines requirements for a Capability Statement from vendors interested in providing support services related to a DRAFT PWS. It specifies the need for a detailed statement, not a company brochure, addressing technical capabilities. Key information requested includes company name, point of contact, DUNS number, CAGE code, socioeconomic status, and personnel security clearance level. The statement, limited to ten pages, must demonstrate the ability to provide all direct labor and supervision across multiple locations, personnel with required security clearances and highly desirable experience, and the capability to replace or relocate personnel within 30 days. It also requires past performance information on similar government contracts from the last three years. This document serves as a guide for potential contractors to showcase their qualifications for a government RFP.
    The U.S. Army Special Operations Command (USASOC) is seeking contractor support for its Protection, Antiterrorism & Physical Security (AT-PS) and Defense Critical Infrastructure (DCIP) Programs. This Performance Work Statement (PWS) outlines requirements for subject matter experts (SMEs) to provide full-time support at locations including Camp Williams, Utah; Birmingham, Alabama; and Fort Moore, Georgia. Key responsibilities include developing and implementing AT-PS plans, policies, and training, as well as assisting with resource allocation and threat analysis. Contractors must possess Top Secret/SCI clearances, relevant experience in AT-PS program management, and specific training in antiterrorism and physical security. The contract emphasizes strict quality control, adherence to government security protocols, and compliance with various DoD and Army regulations. Deliverables include quarterly reports and a comprehensive quality control plan.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Army Targetry Systems (ATS) III, Multiple Award (MA), Indefinite- Delivery Indefinite-Quantity (IDIQ) base contracts
    Buyer not available
    The Department of Defense, through the Army, is seeking contractors for the Army Targetry Systems (ATS) III, which involves Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) base contracts. This procurement aims to support the development and provision of armament training devices, which are critical for military training and operational readiness. The contract, identified as W56HZV-18-D-0001, has been modified to enhance the capabilities of the ATS III program, ensuring that the Army has access to the necessary training systems. Interested parties can reach out to Delaney Tepel at delaney.e.tepel.civ@army.mil or Patricia Pierce at patricia.pierce3.civ@army.mil for further information regarding this opportunity.
    Justification and Approval-PSO Services TN Statewide
    Buyer not available
    The Department of Homeland Security, specifically the Office of Procurement Operations, is seeking services related to Justification and Approval for PSO Services across the state of Tennessee. The procurement aims to secure housekeeping and guard services, which are essential for maintaining safety and security in various facilities. Interested vendors can find further details in the attached documentation, and they are encouraged to reach out to the primary contact, John Liu, at john.c.liu@fps.dhs.gov or by phone at 215-521-3112, or the secondary contact, Kelly Minturn, at Kelly.M.Minturn@fps.dhs.gov, for additional inquiries.
    ACO-P Cyber School course
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ACO-P Cyber School course at Fort Gordon, Georgia, aimed at providing instructional support services for the U.S. Army Cyber School. This contract, designated as W9124926RA003, seeks Women-Owned Small Businesses (WOSB) to deliver Advanced Cyber Operations-Procedures (ACO-P) Labor, with a base period from February 16, 2026, to February 15, 2027, and two additional one-year option periods. The services are critical for enhancing the training capabilities of 17-series personnel in the cyber career field, ensuring they are equipped to address evolving cyber threats. Interested parties must submit their proposals to Mr. Joseph Guss by email by the closing date specified on SF 1449, with all proposals remaining valid for 180 days. For further inquiries, contact Mr. Guss at joseph.e.guss2.civ@army.mil or Ms. Tia Harris at tia.j.harris.civ@army.mil.
    Airborne Anti-Terrorism/Border Security Signals Intelligence (SIGINT) system
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking sources for an Airborne Anti-Terrorism/Border Security Signals Intelligence (SIGINT) system intended for Foreign Military Sales (FMS) to Egypt. The procurement aims to identify qualified vendors capable of providing a SIGINT system that can detect, geo-locate, and intercept various communication devices, including push-to-talk radios, satellite phones, and cellular phones, all while mounted on an aircraft operating at altitudes up to 7,000 meters. This system is crucial for enhancing border security and anti-terrorism efforts for partner nations. Interested parties must submit their capabilities and Rough Order of Magnitude (ROM) pricing by 4:00 p.m. Eastern Standard Time on December 18, 2025, to the primary contact, Thien-Trang T. Tran, at thien-trang.t.tran.civ@army.mil.
    8(a) Contract Security Officer (CSO) Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking potential sources for an 8(a) Contract for Security Officer (CSO) Services to support the Pentagon Force Protection Agency (PFPA). The objective of this procurement is to ensure that security posts are adequately staffed, patrolled, and inspected, while maintaining the security of Entry Control Points (ECP) to prevent unauthorized access and ensure the safety of personnel within the National Capital Region, predominantly on the Pentagon Reservation. This contract is critical for delivering high-quality security and first-responder services that align with the PFPA's mission of protection and security. Interested parties can reach out to Yolnie Merriweather at yolnie.t.merriweather.civ@mail.mil or call 703-545-2750 for further information regarding this opportunity.
    Limited Sources Justification for Programmatic Support Services with the Security Assistance Management Directorate (SAMD)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to increase the ceiling for contract W31P4Q-18-A-0035/T.O. 0001, which pertains to programmatic support services for the Security Assistance Management Directorate (SAMD). This procurement aims to provide essential support services both within the continental United States (CONUS) and outside the continental United States (OCONUS). The services are critical for the effective management and execution of security assistance programs, which play a vital role in international defense cooperation. Interested parties can reach out to Delvin Sullivan at delvin.l.sullivan.civ@army.mil or by phone at 256-842-0739, or Michael K. Nickelson at michael.k.nickelson.civ@army.mil or 256-842-0522 for further information.
    ATL Firing Range Services
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking qualified vendors to provide Firing Range Services in Atlanta, Georgia. The TSA requires an established indoor shooting range within a thirty-mile radius of the Atlanta International Airport, capable of accommodating a minimum of twelve simultaneous firing points for training purposes, with specific criteria outlined for the range's facilities and operations. This service is crucial for agency personnel to train and qualify on various weapons essential for their duties. Interested parties must submit a capabilities statement, including company details and relevant experience, to Delisa Hawkins at Delisa.Hawkins@tsa.dhs.gov, with no set deadline specified for submissions as this is a sources sought notice and not a solicitation for proposals.
    MicroFocus Fortify Software
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure MicroFocus Fortify Software through a limited competition justification. This procurement involves the acquisition of Commercial Off-the-Shelf (COTS) Micro Focus Fortify products, which will be added to an existing option year on Contract W56JSR-22-F-0062. The MicroFocus Fortify Software is critical for enhancing security and compliance in software development processes. Interested vendors can reach out to Larry Wayne Carter at larry.w.carter.civ@army.mil or by phone at 443-861-4883 for further details regarding this opportunity.
    US Army Special Operations Instructional Support Services
    Buyer not available
    The U.S. Army Special Operations Command (USASOC) is seeking information from industry sources capable of providing instructional support services for Special Operations Forces (SOF) training at Fort Bragg, North Carolina. This opportunity is part of a market research effort to identify potential contractors who can deliver essential non-personal services, including role players, subject matter experts, and logistical support for various training exercises, as outlined in the Draft Performance Work Statement (PWS). The contract is anticipated to have a base period of 12 months with four additional option periods, emphasizing the importance of maintaining operational readiness through realistic training environments. Interested contractors must submit their capability statements by December 9, 2025, at 10:00 AM EST, to Maegan Castro and Justin Burke via the provided email addresses, ensuring compliance with all submission guidelines.
    Bas-OPs contract at Ft. Benning, GA and AL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses for the Bas-OPs contract at Fort Benning, Georgia, and Alabama. This procurement focuses on facilities support services, including housekeeping and operations support, essential for maintaining the functionality and cleanliness of military facilities. The contract is set aside for total small business participation, emphasizing the importance of supporting small enterprises in government contracting. Interested parties should reach out to Mike J. Vicory at michael.j.vicory.civ@army.mil or Jonathon Hecker at jonathon.r.hecker.civ@army.mil for further details regarding the submission process and any upcoming deadlines.