Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
ID: 70RFP126RE2000001Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSFPS EAST CCG DIV 1 ACQ DIVPHILADELPHIA, PA, 19106, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is soliciting proposals for Armed Protective Security Officer (PSO) services at Customs and Border Protection (CBP) facilities throughout Puerto Rico. The contract will be awarded as an Indefinite Delivery/Indefinite Quantity (IDIQ) with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period, from May 1, 2026, to April 30, 2031. This opportunity is set aside for 8(a) small businesses, emphasizing the importance of security services in safeguarding federal facilities. Interested parties must submit proposals by January 6, 2026, and are required to register with the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov or by phone at 267-717-9993.

    Files
    Title
    Posted
    Amendment 0001 to Solicitation 70RFP126RE2000001 extends the closing date for offers until December 19, 2025, at 12:00 PM EST. This solicitation is for Armed Protective Security Officer (PSO) Services at Customs and Border Protection (CBP) locations throughout Puerto Rico, with a performance period from May 1, 2026, to April 30, 2031. The amendment was issued by the U.S. Department of Homeland Security, Office of Procurement Operations, Federal Protective Service Acquisition Division, and all terms and conditions of the original solicitation remain in effect.
    Amendment 0002 to Solicitation 70RFP126RE2000001, issued by the U.S. Dept. of Homeland Security, Office of Procurement Operations – FPS, addresses Armed Protective Security Officer (PSO) Services in Puerto Rico. The amendment provides answers to vendor questions, clarifies that these answers are informational, and updates Attachment 2 (Statement of Work Exhibits) and the Clauses and Solicitation Provisions to incorporate DHS FAR deviations. Additionally, the closing date for offers has been extended to January 6, 2026, at 12:00 PM EST. The period of performance for the contract is May 1, 2026, to April 30, 2031. Offers must acknowledge receipt of this amendment by one of the specified methods to avoid rejection.
    The Department of Homeland Security (DHS), Federal Protective Service (FPS), is soliciting proposals (RFP 70RFP126RE2000001) for Armed Protective Security Officer (PSO) services at Customs and Border Protection (CBP) facilities across Puerto Rico. This is a competitive 8(a) small business set-aside, anticipated to result in a single-award, fixed-price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The contract will have a one-year base period (May 1, 2026 – April 30, 2027) and four one-year option periods, extending until April 30, 2031. The solicitation includes a $100,000 minimum guarantee. Interested 8(a) small businesses must submit a completed Non-Disclosure Agreement to kimberly.skiotys@fps.dhs.gov to receive the current post exhibit. The NAICS code is 561612, with a small business size standard of $29 million. The offer due date is December 8, 2025, at 1500 ET.
    The Department of Homeland Security's Non-Disclosure Agreement for Protected Critical Infrastructure Information (PCII) outlines the stringent requirements for individuals granted conditional access to sensitive government information. This agreement ensures compliance with various regulations, including the Critical Infrastructure Information Act of 2002 and 49 CFR Part 1520 for Sensitive Security Information (SSI). It also covers 'Other Sensitive but Unclassified (SBU)' information, encompassing categories like For Official Use Only (FOUO) and Law Enforcement Sensitive (LES). Signatories commit to safeguarding this information, preventing unauthorized disclosure, and reporting any security violations. The agreement details responsibilities for handling, disseminating, and returning materials, and warns of administrative, civil, or criminal penalties for non-compliance. It emphasizes that these provisions do not supersede whistleblower protections or disclosures to Congress or Inspectors General.
    Similar Opportunities
    Protective Security Officer (PSO) services in various locations throughout Alaska
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service Acquisition Division, is planning to extend an existing contract for Protective Security Officer (PSO) services in various locations throughout Alaska. This sole source extension, which will last up to two months starting February 1, 2026, aims to ensure the continued provision of armed PSO services while allowing for the placement of a new contract to maintain these critical services. The procurement falls under the NAICS code 561612 for Security Guards and Patrol Services, with a small business size standard of $29 million. Interested parties can reach out to Alyssa McQueen at Alyssa.M.McQueen@fps.dhs.gov or by phone at 253-999-2987 for further details.
    Perimeter Security Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking proposals from small businesses for the acquisition of Perimeter Security Assets through a Combined Synopsis/Solicitation. The procurement aims to establish multiple firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contracts to provide temporary security solutions and consultative services for National Special Security Events (NSSEs) across the Continental United States. These services include the provision and management of various assets such as vehicle barriers, fencing, tents, and generators, which are critical for ensuring security during high-profile events. Proposals are due by 11:00 AM EST on January 19, 2026, and interested parties should contact Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov for further information.
    Synopsis for Protective Security Officer Services throughout West Texas
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service Acquisitions Division, is seeking to extend a sole source contract for Protective Security Officer (PSO) services throughout West Texas. This extension, lasting up to six months, will continue the provision of armed PSO services at various locations in the region, ensuring the ongoing security needs are met while a new contract is prepared. The current contract is with Paragon Systems, Inc., and the government intends to negotiate solely with them under the authority of 41 U.S.C. 3304(a)(1), as only one responsible source can fulfill the agency's requirements. Interested parties can reach out to Jennifer Rayca at Jennifer.Rayca@fps.dhs.gov or call 267-946-3978 for further information, noting that a Request for Proposal will not be made available.
    CBP Design-Build Construction IDIQ
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking proposals for multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts aimed at designing and constructing various CBP facilities across the United States. The scope of work includes the construction, renovation, and maintenance of facilities such as checkpoints, sector headquarters, and border patrol stations, utilizing a Design-Build delivery method to address outdated infrastructure critical for modern border security operations. The total estimated value of the IDIQ contracts is $10 billion, with a minimum order value of $10,000 per task order and a contract duration of five years from the date of award. Proposals are due by January 20, 2026, and interested parties should direct inquiries to Sai Velaga at sai.p.velaga@cbp.dhs.gov or Gary Robertson at gary.r.robertson@cbp.dhs.gov.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    Immigration Detention and Transportation in Puerto Rico
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to modify an existing contract with MVM, Inc. for immigration detention and transportation services in Puerto Rico. This modification, justified under FAR Subsection 6.302-1, will extend the current contract by six months, with an option for an additional six months, totaling $4,676,420.78, due to the time-sensitive nature of the services and the sole-source determination that MVM, Inc. is the only responsible vendor capable of fulfilling the requirements within the necessary timeframe. The anticipated costs are considered fair and reasonable based on historical pricing, and ICE plans to publicize this modification while ensuring that future acquisitions will be competitively awarded. For further inquiries, interested parties may contact Corey A. Soileau at Corey.Soileau@ice.dhs.gov.
    Repair and Installation of Fences and Gates
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ) contract for the repair and installation of fences and gates at Fort Buchanan, Puerto Rico. The project aims to enhance security infrastructure by repairing existing fences and installing new fencing and gates, including various types and heights, with a total contract value estimated between $5,000,000 and $10,000,000. This opportunity is a 100% set-aside for 8(a) firms on a competitive basis, with a performance timeline commencing within 10 calendar days of award and completion expected within 1825 calendar days. Interested contractors should contact Eileen Rivera at eileen.z.riveradomenech.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil for further details and to ensure compliance with all solicitation requirements.
    USCGC HERIBERTO HERNANDEZ (WPC 1114) DOCKSIDE AVAILABILITY FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking capable contractors for dockside repairs to the USCGC HERIBERTO HERNANDEZ (WPC 1114) in San Juan, Puerto Rico, scheduled for fiscal year 2026. The scope of work includes essential repairs such as topside exterior structure maintenance, bilge surface cleaning, MDE plenums paint removal, ASW piping renewal, polyethylene deck protector renewal, and interior wet deck coverings renewal, with an anticipated performance period of 30 days from July 14, 2026, to August 12, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in the Coast Guard's mission. Interested companies must submit their capabilities, business size, small business certifications (if applicable), a statement of proposal submission intent, and past performance information by January 2, 2026, to the primary contact, Kurt Hoyer, at kurt.e.hoyer@uscg.mil or by phone at 304-694-3603.
    Justification and Approval for Other Than Full and Open Competition PSO Services for North Florida
    Homeland Security, Department Of
    The Department of Homeland Security is seeking to procure services related to Justification and Approval for Other Than Full and Open Competition for PSO Services in North Florida. This procurement aims to secure housekeeping and guard services, which are essential for maintaining safety and security in the region. The services will be performed in Florida, underscoring the importance of these operations in supporting the department's mission. Interested vendors can reach out to Kerrin Cahill at Kerrin.Cahill@fps.dhs.gov for further details regarding this opportunity.
    2024 Department of Homeland Security (DHS) Directorate of Science and Technology (S&T) Long Range Broad Agency Announcement (LRBAA) 24-01
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking proposals through its Long Range Broad Agency Announcement (LRBAA) 24-01, aimed at funding scientific and technical projects that enhance homeland security capabilities. This five-year initiative, open until May 31, 2029, focuses on three types of research: near-term component gaps, foundational science, and future needs/emerging threats, covering key mission areas such as Counter Terrorism, Border Security, and Cyberspace Security. The submission process involves a three-step approach: Industry Engagement, Virtual Pitch, and Written Proposal, with eligibility extended to various entities, including small businesses. Interested parties can contact John Whipple at john.whipple@hq.dhs.gov or the LRBAA Program Mailbox at LRBAA.Admin@HQ.DHS.GOV for further information.