S--BGNDRF SECURITY GUARD
ID: 140R4025Q0050Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 10:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for security guard services at the Brackish Groundwater National Desalination Research Facility (BGNDRF) in Alamogordo, New Mexico. The procurement is a total small business set-aside under NAICS code 561612, requiring contractors to provide unarmed security personnel for a minimum of 10 hours per week, with additional hours available for special events and construction monitoring. This contract is crucial for maintaining the security and integrity of federal operations at the facility, which spans 43 acres and includes various research buildings. Proposals are due by April 22, 2025, and interested parties can direct inquiries to Nayda Gonzalez at ngonzalez@usbr.gov. The anticipated contract period is from May 15, 2025, to November 14, 2028, with options for extensions.

Point(s) of Contact
Files
Title
Posted
Apr 17, 2025, 1:05 PM UTC
The document details an amendment regarding the RFP for security guard services (140R4025Q0050). It addresses several clarifying questions about the proposal requirements and contract specifics. The technical proposal must not exceed five pages, and the anticipated contract period spans from May 15, 2025, to November 14, 2028, with options for extensions. The previous contractor, Devine Professional Consulting Group, was engaged for flexible security needs, with a value of approximately $60,718.46 for three years. The government is open to negotiating more stable work schedules while acknowledging the inherent variability in security needs. Peak demand is expected to reach 40 hours per week after construction begins, with regular needs emerging in the afternoons and occasional weekends. This amendment serves to clarify expectations and improve contractor participation in the RFP process, ensuring alignment with government security requirements.
Apr 17, 2025, 1:05 PM UTC
The Brackish Groundwater National Desalination Research Facility (BGNDRF) requires as-needed unarmed security guard services for at least ten hours per week, with additional hours available for special events and construction monitoring. Located in Alamogordo, New Mexico, BGNDRF encompasses 43 acres and includes various research buildings and infrastructure. The contractor must provide personnel who comply with state laws and possess the necessary licensing, training, and certifications. Security guards are responsible for monitoring access, ensuring compliance with facility regulations, and maintaining security logs. Key requirements include the ability to handle emergencies and pass background checks, with a particular emphasis on competency, conduct, and professionalism. A quality control plan must be implemented by the contractor to ensure compliance with contract terms. The facility expects strict adherence to security protocols, and any failure to comply with licensing or conduct standards may result in termination of the contract. Overall, this document outlines the scope and qualifications necessary for the security services contract within a governmental context, highlighting the importance of security in protecting federal interests and infrastructure.
Apr 17, 2025, 1:05 PM UTC
The document outlines a federal Request for Proposal (RFP) for security guard services, detailing a price schedule structured around Contract Line Item Numbers (CLINs). It specifies a base year with scheduled weekly security guard services requiring a minimum of 10 hours weekly and additional as-needed hours, with quantities being estimates and subject to change. The proposal includes option years that mirror the base year’s structure, allowing for continued service and adjustments based on needs, such as holidays or events. A six-month extension is also offered, emphasizing flexibility in service provision. Total costs will be evaluated based on annual estimates across the base year and option years, ensuring comprehensive service delivery while allowing the government to request services as necessary without exceeding outlined quantities. This RFP is part of the overall procurement process, aiming to secure essential security services for federal operations effectively.
The document is a disjointed collection of characters and symbols, suggesting potential corruption or encoding issues, rendering it undecipherable. Consequently, it fails to present any coherent information, topics, or ideas related to government RFPs, federal grants, or state/local RFPs. Hence, it lacks substance for analysis or summarization, as no clear topic, key points, or supporting details are available. The document's intended purpose cannot be ascertained due to its fragmented nature, indicating it may require reconstruction or reformatting to extract meaningful content. As it currently stands, it does not serve any information or analytical needs relevant to government operations or funding opportunities.
Apr 17, 2025, 1:05 PM UTC
This document is an amendment to a solicitation pertaining to a federal procurement process, specifically for a contract or order under the Bureau of Reclamation, Upper Colorado Region. It outlines the requirement for contractors to acknowledge receipt of the amendment to their proposals through specified methods. The effective date of the amendment is April 8, 2025, and it allows for changes to offers to be submitted via letter or electronically before the specified deadline. Key information includes that the amendment serves to provide answers to questions raised and confirms the period of performance for the project, which spans from May 15, 2025, to November 14, 2028. The amendment is issued to modify existing contract terms and ensure compliance with procurement regulations. The document also highlights the importance of adherence to deadlines to prevent rejection of offers and maintains that all remaining terms and conditions of the original solicitation remain unchanged. Overall, it supports the structured implementation of government procurement processes, facilitating contractor compliance and project management.
Apr 17, 2025, 1:05 PM UTC
The document is a combined synopsis and solicitation (RFQ 140R4025Q0050) issued by the Bureau of Reclamation for security guard services at the Brackish Ground Water National Desalination Research Facility in Alamogordo, New Mexico. It is a total small business set-aside under NAICS code 561612, with a size standard of $29 million. The solicitation outlines the criteria for proposals, requiring a technical approach, past performance examples, and pricing schedules. Contractors must provide detailed documentation, including technical approaches to fulfilling the Statement of Work (SOW), quality control plans, and qualifications of personnel, among others. Evaluation will consider technical capabilities, past performance, and pricing. Proposals are due by April 22, 2025, with inquiries accepted until April 15, 2025. The document emphasizes compliance with federal regulations, security requirements, and labor standards. Compliance with the Department of Labor’s wage standards, safety protocols, and security measures is mandatory. These provisions ensure the integrity and safety of government operations while fostering accountability from contractors.
Lifecycle
Title
Type
BGNDRF SECURITY GUARD
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
S--Unarmed Security Guard Services at NCR
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for Unarmed Security Guard Services in the National Capital Region, specifically at iconic sites such as the Washington Monument, Lincoln Memorial, and Ford's Theater. The procurement aims to secure a single Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, set aside for Indian Small Business Economic Enterprises (ISBEE), to ensure comprehensive security coverage at these high-traffic locations. This contract, valued at approximately $14,265,000 over five years, includes a base year and four optional years, emphasizing the importance of maintaining safety and security for visitors and government property. Interested vendors must attend a mandatory site visit on April 3, 2025, and submit their proposals electronically by April 27, 2025, with inquiries directed to Michelle Shoshone at michelleshoshone@nps.gov.
Bradbury Janitorial Services
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is soliciting bids for comprehensive janitorial services at the Bradbury Dam Field Office located in Santa Barbara, CA. This opportunity is exclusively set aside for small businesses under NAICS code 561720, with a size standard of $22 million, and includes a base year from May 5, 2025, to May 4, 2026, along with four optional renewal years based on performance and need. The selected contractor will be responsible for managing all janitorial tasks, ensuring adherence to safety protocols, and maintaining high standards of cleanliness and environmental safety. Interested vendors must attend a mandatory site visit on April 22, 2025, and submit their proposals by April 29, 2025, at 11:59 PM PST; for further inquiries, contact Joe Molina at joemolina@usbr.gov or call 916-978-5177.
DESIGN BID BUILD FY22 UMMC, WATER INFRASTRUCTURE TO THE PERMANENT EXERCISE COMPLEX (PEC) and RANGE SUPPORT COMPLEX (RSC), MELROSE AIR FORCE RANGE (MAFR), CURRY COUNTY, NEW MEXICO
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design Bid Build project focused on water infrastructure at the Melrose Air Force Range in Curry County, New Mexico. The project aims to establish essential water lines connecting the Permanent Exercise Complex (PEC) and the Range Support Complex (RSC), including the construction of a new well and installation of filtration systems. This initiative is critical for enhancing military operational capabilities and ensuring compliance with federal, state, and local regulations throughout the construction process. Interested small businesses must submit their proposals by April 23, 2025, with an estimated contract value between $1 million and $5 million. For further inquiries, potential bidders can contact Karen Irving at karen.k.irving@usace.army.mil or by phone at 505-342-3356.
Armed Security Guard Services
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Armed Security Guard Services through a Blanket Purchase Agreement (BPA). The primary objective is to ensure the rapid deployment of 35 armed guards within 24 to 48 hours following a service call, primarily at disaster-related sites and facilities across the United States during declared disasters. This initiative is crucial for maintaining security and safety for federal employees and visitors in emergency situations, enhancing FEMA's operational support capabilities. Interested contractors must submit their responses, including company information and capability statements, by April 28, 2025, to the primary contact, Sherri Brown, at Sherri.Brown@fema.dhs.gov, or the secondary contact, Meeka Tilahun, at Meeka.Tilahun@fema.dhs.gov.
YAO Grounds Maintenance
Buyer not available
The Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for grounds maintenance services at the Yuma Area Office (YAO), with the contract set aside for small businesses. The procurement requires year-round maintenance tasks, including watering, trimming, pruning, weed control, and general upkeep of the grounds, ensuring a safe and well-maintained environment for operations. This contract is crucial for maintaining the integrity of federal facilities and will be awarded as a firm-fixed-price contract for a base year starting June 2, 2025, with an optional one-year extension. Interested contractors must submit their proposals electronically by May 21, 2025, and can direct inquiries to Kathleen Berry at kberry@usbr.gov or by phone at 702-293-8460.
38--MRG SFD GRIZZLY GRAVEL SEPARATOR
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals from small businesses for the procurement of a Heavy Duty Adjustable Rip Rap Grizzly Gravel Separator under solicitation number 140R4025Q0046. The equipment is intended to enhance operational efficiency at the Socorro Field Division in New Mexico by effectively separating large rocks and debris from finer materials, thereby improving productivity and reducing wear on existing machinery. Proposals must be submitted by 2:00 PM MDT on May 2, 2025, and should include a comprehensive price schedule, technical specifications, and compliance with federal regulations. Interested contractors can direct inquiries to Ronda Lucero at rlucero@usbr.gov or by phone at 505-462-3650.
Y--NGWSP REACH 1 PIPELINE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting proposals for the "Y--NGWSP REACH 1 PIPELINE REPAIRS" project, which involves significant repairs to a 4.8-mile section of a 42-inch ductile iron pipeline as part of the Navajo-Gallup Water Supply Project in New Mexico. The procurement aims to address critical infrastructure needs through joint repairs, valve replacements, and the installation of necessary structures, all while ensuring compliance with environmental standards and safety protocols. This project is vital for enhancing water supply reliability in the region and reflects the government's commitment to improving public resources. Interested contractors must submit their proposals by April 24, 2025, and can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
Yellowstone NP Wastewater Groundwater Monitoring
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for groundwater monitoring services at Yellowstone National Park, specifically near its wastewater treatment plants. The project involves annual monitoring of groundwater and surface water at multiple sites, including Fishing Bridge, Grant Village, Old Faithful, and Madison, with a focus on assessing the impact of wastewater treatment on local water quality. This contract, set aside for small businesses, requires the contractor to monitor 58 well and surface water sites between August 1 and September 30, 2025, with a final report due by February 15, 2026. Interested vendors must submit their proposals, including project narratives and past performance examples, by the specified deadlines, and can direct inquiries to Molly Lynam at MollyLynam@nps.gov.
KIRTLAND AIR FORCE BASE DRINKING WATER TEST WELL, KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for the establishment of a drinking water test well at Kirtland Air Force Base in Bernalillo County, New Mexico. The project requires contractors to provide drilling services, including the preparation of a detailed Work Plan and Accident Prevention Plan, as well as compliance with environmental and safety standards throughout the drilling and testing process. This initiative is crucial for ensuring the quality and safety of potential drinking water sources, reflecting the government's commitment to responsible resource management and environmental protection. Interested contractors should contact Karen Irving at karen.k.irving@usace.army.mil or call 505-342-3356 for further details, and must adhere to the specified requirements outlined in the Request for Proposal, with a performance period of 270 calendar days following contract award.
LMDT MAIN VEHICLE ACCESS GATE REPLACEMENT
Buyer not available
The U.S. Department of the Interior, Bureau of Reclamation, is seeking proposals for the replacement of the main vehicle access gate at the Leadville Mine Drainage Tunnel Water Treatment Plant in Leadville, Colorado. The project involves installing a new remotely operated vertical pivot gate, which includes the removal of the existing gate and the installation of new components such as vehicle sensors and access controls, all while ensuring compliance with safety standards and maintaining a safe distance from nearby power lines. This procurement is critical for enhancing infrastructure safety and security, with an estimated contract value between $100,000 and $250,000. Interested contractors must attend a site visit on April 9-10, 2025, submit questions by April 22, 2025, and provide proposals by April 30, 2025, with a project completion timeframe of 120 calendar days post-award. For further inquiries, contact Monte Baird at MBaird@usbr.gov or call 406-247-7805.