Lower Columbia River Armed Security Services, Amend 0001
ID: W9127N25RA011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, Portland District, is seeking proposals for armed security services at the Lower Columbia River dams, including Bonneville, The Dalles, and John Day. The procurement aims to ensure continuous security operations, including roving patrols, building security, and emergency responses, with a contract performance period beginning approximately July 1, 2025. This opportunity is particularly significant as it supports the protection of critical infrastructure, emphasizing compliance with federal, state, and local regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals electronically by April 22, 2025, and can direct inquiries to Nathean Stoner at nathean.w.stoner@usace.army.mil or Suzanne Hunt at suzanne.w.hunt@usace.army.mil, with a total contract value estimated at $29 million.

Files
Title
Posted
Mar 26, 2025, 9:07 PM UTC
The U.S. Army Corps of Engineers, Portland District, seeks armed security guard and administrative services for the Bonneville, The Dalles, and John Day Dams as part of a contract spanning six months, with four optional yearly extensions. The contractor will supply all necessary personnel, equipment, and services while adhering to federal, state, and local regulations. Contract personnel must be U.S. citizens and will collaborate with the incumbent contractor during the transition. Comprehensive definitions of roles, responsibilities, and operational requirements are outlined, emphasizing the need for regulatory compliance, training, and reporting. Guards will conduct security operations, including monitoring access, vehicle inspections, and emergency responses, while maintaining continuous communication with the government. Performance standards specify the expectations for conduct, reports, and the management structure, including a Contractor’s Supervisory Manager overseeing the service. The contractor must maintain a high standard of conduct and security procedures, including the handling of controlled and sensitive information. The document stresses the importance of ongoing training and strict adherence to safety measures to ensure a secure environment at all three dam sites, ultimately reflecting the government's commitment to security and operational readiness.
Mar 26, 2025, 9:07 PM UTC
The Commander’s Policy Memorandum #7 from the U.S. Army Corps of Engineers, Portland District, establishes Critical Information Requirements (CCIR) to maintain situational awareness during critical events affecting operations. It outlines the roles, responsibilities, and communication methods for reporting CCIRs, mandating email notifications and the use of the ENGLink Emergency Management Dashboard. There are five categories of CCIRs, ranging from CAT 1 (most critical) to CAT 5, each defining how and to whom events should be reported based on their severity. Key events include mission degradation, sexual harassment allegations, and security incidents. The document emphasizes the importance of accurate reporting to ensure effective command response while protecting sensitive information. The memorandum supersedes an earlier version and includes a point of contact for further inquiries. Overall, this policy reinforces the Army Corps' commitment to effective crisis management and operational readiness.
Mar 26, 2025, 9:07 PM UTC
The U.S. Army Corps of Engineers (USACE) has established Regulation ER 25-1-111, governing the management of radio and satellite transmission systems and frequency management. This policy applies to all USACE elements and mandates that any systems requiring radio frequencies must be coordinated with the ACE-IT Radio Systems Design Branch. Compliance with federal regulations is obligatory for all radio equipment operating in federal bands, ensuring compatibility with military and civil operations. Key components include the requirement for all radio equipment to be P25 capable and JF12 compliant, emphasizing interoperability with other agencies. Frequency requests must be submitted via ACE-IT’s Enterprise Service Desk before operations or procurement. The regulation also specifies that long-haul satellite services must be procured through the Defense Information Systems Agency (DISA). Special requirements for maritime communication and frequency authorization for various radio systems are outlined, reinforcing a structured approach to frequency management. This regulation supersedes the previous version and underscores the importance of centralized coordination and compliance in managing electromagnetic spectrum resources, reflecting the broader context of government RFPs and grants focused on communication technologies.
The document outlines the pre-proposal site visit scheduled for federal solicitation W9127N25RA011 regarding security guard services at the Lower Columbia River dams. It emphasizes that informal discussions during the site visit do not alter solicitation specifications, and all amendments will be formally posted on www.sam.gov. The project is a Firm Fixed Price contract, set aside for small businesses, particularly Service-Disabled Veteran-Owned Businesses (SDVOB), under the NAICS code 561612. Interested contractors must register in the System for Award Management (SAM) and submit proposals by April 22, 2025, with questions due by April 14. The site visit includes multiple dam locations, with participants required to RSVP and adhere to security protocols. Meeting points for each dam are clearly noted, requiring proper identification and personal protective equipment. The purpose of this document is to facilitate the bidding process for federal security services while ensuring compliance with government regulations and safety standards during site visits.
Mar 26, 2025, 9:07 PM UTC
The US Army Corps of Engineers, Portland District is soliciting information from offerors regarding their past performance and experience in support of Request for Proposal (RFP) W9127N25R0011 for armed guard services on federal properties. The desired services include roving patrols, building security, CCTV monitoring, and access control. Interested offerors must submit detailed information on relevant past contracts, particularly those worth approximately $12 million over five years, for evaluation purposes. The assessment will include interviews and possibly a questionnaire to gather insights on the offeror's performance. Respondents should evaluate compliance, project management effectiveness, timeliness, cost control, and customer satisfaction, using specified rating definitions from "Substantial Confidence" to "No Confidence." For correct processing, responses should be sent promptly to the provided contact details. The questionnaire aims to accumulate factual data to ensure informed decisions when awarding contracts.
Mar 26, 2025, 9:07 PM UTC
The file outlines wage determinations under the Service Contract Act, specifically Wage Determination No. 2015-5563, Revision No. 24, issued by the U.S. Department of Labor. The document establishes minimum wage rates and fringe benefits for various occupations across specific Oregon and Washington counties. Key wage rates for 2025 include a minimum of $17.75 per hour under Executive Order 14026 for new contracts, and $13.30 per hour for contracts awarded between 2015 and January 29, 2022, unless extended. The document lists a wide range of occupations with corresponding hourly rates, emphasizing compliance with labor standards, including sick leave provisions for federal contractors. Furthermore, it stipulates health and welfare benefits, vacation time, holidays, and the process for requesting additional classifications and wage rates for unlisted positions. The primary purpose of this document is to ensure fair wages, benefits, and work conditions for contractors and their employees involved in federal service contracts, thereby supporting the overarching goals of labor equity and worker protections in government contracts.
Mar 26, 2025, 9:07 PM UTC
The document outlines the minimum wage determinations under the Service Contract Act, indicating that contracts effective on or after January 30, 2022, must comply with Executive Order 14026, setting a minimum wage of $17.75 per hour for workers, while those awarded between January 1, 2015, and January 29, 2022, are subject to the previous Executive Order 13658 with a minimum of $13.30 per hour. It also details various occupation codes and corresponding wage rates for specific positions, fringe benefits requirements, and contractor obligations regarding employee compensation and sick leave under federal regulations. Additionally, it describes the process for conforming unlisted job titles to ensure fair compensation under the act.
Mar 26, 2025, 9:07 PM UTC
The current collective bargaining agreements pertaining to the security services at Bonneville and John Day Dams in Oregon outline the terms between American Eagle Protective Services Corporation (AEPS) and the International Union, Security, Police and Fire Professionals of America (SPFPA). The agreements cover employees' wages, working conditions, and grievance procedures, specifying a rate increase from $19.16 to $23.24 over three years, starting January 1, 2024. Key provisions include union security, hours of work, holiday pay, leaves of absence, and guidelines for discipline and discharge. Employees are to receive paid leave for eleven holidays and up to fifty-six hours of paid sick leave annually. The agreements prohibit strikes or work stoppages during the contract period. The context reflects the significance of these agreements in ensuring labor stability and compliance with federal regulations concerning government contracts. Overall, they demonstrate a commitment to maintaining a structured and fair working environment for security personnel serving federal facilities, underlining both employee rights and management's operational prerogatives.
Mar 26, 2025, 9:07 PM UTC
The document outlines the collective bargaining agreement (CBA) between Meritus Solutions Group, LLC and the International Union, Security, Police and Fire Professionals of America (SPFPA) for security officers at Bonneville Lock and Dam, Oregon. The agreement’s effective dates are from March 15, 2024, through December 1, 2027, defining terms related to union recognition, work conditions, disciplinary actions, wages, and employee benefits. Key provisions include establishing union security and management rights, detailing grievance procedures, employee leave policies, and outlining health and welfare provisions. It emphasizes the obligations for wages and benefits, including specific provisions for overtime, holiday pay, and dues check-off. Furthermore, it contains clauses about employee representation, non-discrimination, and the process for handling disputes or grievances, highlighted by a structured arbitration process. Special attention is given to provisions to maintain harmonious relations between the employer and union, as well as the stipulation of no-strike and no-lockout clauses, ensuring uninterrupted operation. This document serves as a framework for employment relations, ensuring both employee and employer rights are respected while laying foundational guidelines for compliance with federal labor standards and grants.
Mar 26, 2025, 9:07 PM UTC
The document is currently inaccessible for content review as it appears to be displaying a message related to PDF viewer limitations, rather than the actual contents. Therefore, the main topic and key ideas cannot be identified or summarized. The file seems to contain information regarding federal government RFPs, federal grants, and state and local RFPs, which typically involve solicitations for services or funding opportunities aimed at organizations or individuals to fulfill government needs. An analysis would require confirming the specifics of the document's content. Once the material is accessible, a structured summary can be created to encapsulate its essential details regarding the proposed projects, funding opportunities, eligibility criteria, and application processes associated with government solicitation efforts. For now, the summary process cannot be completed due to lack of visible information. Further access to the document is needed for a complete and accurate summary.
Mar 26, 2025, 9:07 PM UTC
The document DD Form 2772, dated September 1998, serves as an updated form that replaces the obsolete MT Form 352-R. This form is utilized within the context of federal government processes, specifically for Requests for Proposals (RFPs) and federal grants, as well as state and local RFPs. The document does not provide extensive details regarding specific procedures or application processes but indicates its significance as an updated administrative tool designed to improve the efficiency and organization of government-related submissions and assessments. Its role is primarily focused on streamlining documentation for agencies and applicants, ensuring compliance with existing governmental standards. This highlights the government's ongoing efforts to maintain updated and relevant paperwork in line with administrative needs and legal regulations.
Mar 26, 2025, 9:07 PM UTC
The Memorandum of Understanding (MOU) outlines an agreement between the U.S. Army Corps of Engineers' Portland District and an unnamed company for the use of designated radio frequencies at the __________ Lock & Dam in Cascade Locks, Oregon. The MOU permits the company to communicate with Corps of Engineers personnel solely for operational purposes related to security and does not permit internal communications. The company is responsible for acquiring and maintaining the necessary radio equipment and must adhere to all technical standards and procedures set by the Corps. This MOU will become effective upon signature and remains in effect until either party terminates it with a 90-day written notice. The document includes provisions for modification and specifies contact points for both parties related to technical and operational matters. The agreement prioritizes clear communication protocols between the company and the Corps to ensure safety and compliance with local, state, and federal policies.
Mar 26, 2025, 9:07 PM UTC
The document outlines regulatory compliance and safety requirements for contractors involved in projects overseen by various government entities, emphasizing adherence to Oregon and Washington state regulations, U.S. Army guidelines, and federal safety standards. Key regulations include the Oregon Department of Public Safety Standards and Training, Washington licensing for private security, the U.S. Army Corps of Engineers Safety Manual, and several Army regulations addressing security, substance abuse, and personnel safety. Other significant references pertain to the National Institute of Justice Ballistic Resistance Standard, Homeland Security directives, and relevant privacy laws. It serves as an essential framework for ensuring that contractors maintain compliance throughout their operations, particularly in security and safety applications. The consistency in referencing established guidelines indicates a structured approach aimed at safeguarding personnel and property while meeting legal and safety standards crucial for federal and state projects. The document illustrates the commitment to regulatory adherence within the broader context of government contracting and public safety initiatives.
Mar 26, 2025, 9:07 PM UTC
The document outlines a solicitation for Armed Security Guard and Administrative Services for the Lower Columbia River Basin Projects under the Women-Owned Small Business program. The contract, identified as W9127N25RA011, has an award amount of USD 29 million, with a base period initially running for six months at three dam locations: The Dalles, John Day, and Bonneville. Various option periods extend service availability to several years with clear delivery timelines extending from mid-2025 through mid-2030. Inspection and acceptance processes are specified for each project site, employing a firm fixed pricing arrangement. The document emphasizes compliance with Federal Acquisition Regulations (FAR), including clauses related to subcontracting limitations, labor standards, and various other contractual obligations pertinent to government procurements. As a government request for proposal (RFP), this document illustrates strict adherence to regulatory frameworks designed to ensure fair bidding and encourage small business participation, particularly from women-owned entities, while also emphasizing inspection protocols to maintain operational safety and effectiveness.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the maintenance, repair, and upgrade of alarm, signal, and security detection systems at the VA SORCC in White City, Oregon. The contract, which is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide monitoring, technical support, and enhancements for existing security camera systems, ensuring compatibility with current infrastructure and advanced surveillance capabilities. This initiative is crucial for bolstering security measures at VA facilities, with an estimated total award amount of $25 million over a five-year period, including a base year and four option years. Interested contractors must submit their quotes via email to Subrina Cantil by April 11, 2025, and may direct inquiries until March 28, 2025.
St. Marys Falls Canal Armed Security Guard Services
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Detroit District, is conducting a Sources Sought notice to identify potential contractors capable of providing armed security guard services for the Soo Project Office located in Sault Ste. Marie, Michigan. The primary objective is to ensure the safety of government personnel, facilities, and equipment, with contractors required to supply all necessary personnel, equipment, and supervision for effective security operations. This initiative is part of a broader effort to enhance security through contracted services, emphasizing the importance of reliability and experience in the selection process. Interested firms, including small businesses, must submit their responses, including a completed questionnaire, to Contract Specialist Joseph Orlando at joseph.orlando@usace.army.mil and Contracting Officer Kari Tauriainen at kari.tauriainen@usace.army.mil by 2:00 PM Eastern Time on April 17, 2025.
Rogue River Basin Grounds Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a contractor for grounds maintenance services at the Rogue River Basin Project in Medford, Oregon. The contract, valued at approximately $9.5 million, involves managing and maintaining lawns, unimproved grounds, paved areas, and trails, ensuring compliance with local, state, and federal regulations as outlined in the Performance Work Statement (PWS). This procurement is crucial for maintaining public recreational spaces and ensuring safety and accessibility for visitors. Interested parties, particularly Women-Owned Small Businesses, are encouraged to attend a pre-bid meeting on March 25, 2025, at 2 PM PDT, and should direct inquiries to Jessica Manley at jessica.manley@usace.army.mil.
MS RIVER MI 616-326 STONE REPAIRS TO REVETMENTS AND DIKES, FY25 FC/MR&T, MS RIVER BASIN, CHANNEL IMPROVEMENT PROGRAM INDEFINITE DELIVERY/INDEFINITE QUANTITY, (IDIQ)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for stone repairs to revetments and dikes along the Mississippi River, specifically between mile markers 616 and 326, as part of the Fiscal Year 2025 Channel Improvement Program. The project involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a total capacity of $30 million, including a minimum guarantee of $8 million, and encompasses tasks such as grading, stone paving, and environmental protection under varying water conditions. This initiative is crucial for maintaining and enhancing flood protection and the reliability of river infrastructure, reflecting the government's commitment to safeguarding local communities. Interested bidders must submit their proposals by April 22, 2025, and can direct inquiries to Kasey Davis at Kasey.T.Davis@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
Ice Harbor Dam Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the Ice Harbor Dam Intake Gate Hydraulic System Upgrades project, which aims to modernize the hydraulic systems at the Ice Harbor Lock and Dam in Washington. The project involves the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, along with the removal of outdated equipment and rehabilitation of existing facilities, all while adhering to strict safety and environmental regulations. This initiative is crucial for maintaining the integrity and reliability of regional water management infrastructure. Interested small businesses must submit sealed offers by April 18, 2025, with an estimated project cost between $10 million and $25 million; inquiries can be directed to Preston Jones at Preston.E.Jones@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.
ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. The procurement aims to enhance the safety and structural integrity of the dam, addressing critical geological and hydrological concerns identified in previous assessments. This project is vital for maintaining effective water management and flood control in the region, ensuring compliance with federal safety standards. Interested contractors must submit their proposals electronically by April 18, 2025, with a total estimated contract value between $250 million and $500 million. For further inquiries, contact Adyson Medley at adyson.medley@usace.army.mil or call 502-315-6211.
Lower Monumental Bridge Crane Wheel and Drive System Upgrade
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking qualified contractors for the Lower Monumental Bridge Crane Wheel and Drive System Upgrade project located at the Lower Monumental Dam in Kahlotus, Washington. This opportunity involves a firm-fixed-price Design Bid Build construction contract, with an estimated value between $10 million and $25 million, aimed at upgrading the existing bridge crane's drive system and hoists, which have been in service since 1968. Interested firms are required to submit a Capabilities Statement demonstrating their experience with similar projects, along with details on their business size and bonding capacity, by April 18, 2025, as the solicitation is anticipated to be issued by June 2025, with an award expected in October 2025. For further inquiries, interested parties can contact LeAnne R. Walling at leanne.r.walling@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.
LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Sources Sought, Request for Information, Industry Day and Interviews
Buyer not available
The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking businesses capable of constructing a new 1,200 ft lock as part of the Lock and Dam 25 Navigation and Ecosystem Sustainability Program (NESP). This project aims to enhance navigation and ecological sustainability along the Mississippi River, specifically at Lock and Dam 25, located approximately 61.5 river miles upstream from St. Louis. Interested parties are encouraged to participate in an Industry Day and one-on-one discussions, with registration deadlines set for June 17, 2024, and responses to the Request for Information due by June 26, 2024. For further inquiries, potential bidders can contact Whitney Dee at whitney.r.dee@usace.army.mil or Angie Grimes at angie.l.grimes@usace.army.mil.
McNary Dam Powerhouse Roof Guardrail
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the installation of a Powerhouse Roof Guardrail at the McNary Lock and Dam in Umatilla, Oregon. The primary objective of this procurement is to enhance safety by installing guardrails that comply with safety regulations, thereby protecting personnel from falls at significant heights. This project underscores the importance of safety in construction and maintenance operations, particularly in high-risk environments such as dam facilities. Interested contractors must ensure compliance with the "Buy American Act" for materials, adhere to safety protocols, and submit inquiries through the designated Bidder Inquiry platform. For further information, potential bidders can contact Hillary A. Morgan at hillary.a.morgan@usace.army.mil or Sara Edwards at sara.edwards@usace.army.mil, with all submissions and inquiries due by the specified deadlines.
Intent to Sole Source - John Day Dam Refuse and Recycle Collection and Disposal Services
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, intends to negotiate a sole-source contract for refuse collection and recycling services at John Day Dam, LePage Park, and Giles French Park in Sherman County, Oregon. The procurement will be awarded to Waste Connections of Oregon Inc, dba Dalles Disposal Service, which is the only provider permitted under a franchise agreement in the county to perform these essential services. The contract is crucial to maintaining sanitary conditions and preventing public health risks associated with waste accumulation, with a response deadline for capability statements set for April 18, 2025. Interested parties should submit their responses to the primary contacts, John Scukanec and Suzanne Hunt, via the provided email addresses.