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
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for armed security services at the Lower Columbia River dams, including Bonneville, The Dalles, and John Day Dams, with a contract performance period starting approximately July 1, 2025. The procurement aims to ensure continuous armed guard services to protect critical infrastructure, emphasizing compliance with federal regulations and the provision of trained personnel. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561612, with a total contract value of $29 million. Interested contractors must submit their proposals electronically by April 25, 2025, and are encouraged to contact Nathean Stoner at nathean.w.stoner@usace.army.mil or Suzanne Hunt at suzanne.w.hunt@usace.army.mil for further inquiries.

    Files
    Title
    Posted
    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.
    The U.S. Army Corps of Engineers, Portland District, is soliciting a contract for armed security guard and administrative services at the Bonneville Dam, The Dalles Dam, and John Day Dam, spanning a base duration of six months with four option years. Contractors are responsible for all personnel, equipment, and compliance with local, state, and federal regulations. The contract emphasizes that all personnel must be U.S. citizens and outlines various definitions, responsibilities, and requirements for contractors, including the provision of security personnel equipped with specific gear and firearms. Key personnel include a Contractor’s Supervisory Manager (CSM) overseeing operations across all facilities, site leads managing on-site staff, and armed guards handling access control and surveillance. Contractors must also comply with extensive training and licensure requirements, including NERC Critical Infrastructure Protection. Detailed performance requirements include maintaining security integrity through daily reports, incident documentation, and potential surge services during heightened security conditions. This solicitation reflects the government's commitment to ensuring secure operations at critical infrastructure sites while managing regulatory compliance and personnel readiness.
    The U.S. Army Corps of Engineers, Portland District seeks contractor services for armed security and administrative roles at the Lower Columbia River Basin Projects, including Bonneville, The Dalles, and John Day Dams. This contract, structured as a firm fixed price for an initial 6-month period with four optional years, specifies that all contract employees must be U.S. citizens and comply with applicable federal, state, and local regulations. Essential details include the provision of personnel, equipment, and training, notably in security and safety protocols. Key responsibilities encompass access control, vehicle inspections, incident reporting, and the maintenance of security equipment, including firearms. The contractor will also ensure all personnel undergo comprehensive training as per U.S. Army Regulations and NERC standards. The document outlines performance metrics, operational protocols, safety management, and the requirement for a designated supervisory manager to oversee operations. This procurement illustrates the government’s commitment to securing critical infrastructure, ensuring that security operations adhere to high standards of safety and effectiveness while maintaining compliance with legal obligations. The document reflects the structured approach typically found in government RFPs, emphasizing thorough compliance, training, and reporting requirements necessary for contract performance.
    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.
    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.
    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.
    This document is a Q&A response to inquiries regarding a government Request for Proposal (RFP) related to security services at various dams. The main purpose is to clarify contract requirements and expectations surrounding staffing, training, and operational procedures for the contract period commencing July 1, 2025. Key topics include the transition period procedures, personnel schedules for different posts, and the responsibilities of the Contract Security Manager (CSM). Specific responses detail expected hours for guards, training requirements, and the necessity of a transition plan before the commencement of services. The document outlines the expected staffing levels at Bonneville and John Day Dams, emphasizing the 24/7 security coverage needed. Additionally, it addresses collective bargaining agreements and the implications for contractors regarding union relations and employee rights. Overall, this Q&A serves as a vital resource for potential bidders, ensuring clarity on critical aspects that will influence their proposals and preparations for the contract fulfillment, while maintaining compliance with the Federal Acquisition Regulations.
    The document outlines the agenda and details for pre-proposal site visits on April 9-10, 2025, for security guard services at various federal dam facilities along the lower Columbia River, specifically John Day, The Dalles, and Bonneville dams (solicitation no. W9127N25R0009). Participants included security contractors and U.S. Army Corps of Engineers (USACE) personnel, who assessed critical infrastructure and security needs at the sites, which serve significant operational and recreational roles in the region. Each dam maintains vital assets, including lock systems for commercial transport and features such as fish ladders and visitor centers, contributing to both local economies and ecological research. Security measures imperative for safeguarding these locations include 24/7 armed patrols, access monitoring systems, and adherence to guidelines for high-level organizational and customer service skills. The document emphasizes the infrastructure's importance, handling of high-value commodities, and the requisite due diligence for contractors as they prepare proposals for essential security services, ensuring protection and compliance with federal standards.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The document outlines the solicitation for Armed Security Guard and Administrative Services at three key dam sites (The Dalles Dam, John Day Dam, and Bonneville Dam) under the U.S. Army Corps of Engineers (USACE). It specifies a total contract amount of $29 million, with services to be rendered on a firm-fixed-price basis over various periods ranging from six months to twelve months, with additional surge periods as needed. The solicitation emphasizes compliance with several federal acquisition regulations (FAR) and includes clauses addressing subcontractor limitations, electronic payment processes, and labor standards. Key points include detailed planned services for each dam location, the importance of security personnel in protecting critical infrastructure, and the administrative roles necessary for effective contract execution. The document highlights the need for cooperative engagement with project officers and sets specific terms for inspections, acceptance, and delivery schedules. This solicitation particularly promotes participation from women-owned small businesses and the economic disadvantaged, aligning with federal mandates to encourage diversity among contractors. Overall, it emphasizes a structured approach towards procurement while ensuring adherence to legal and operational standards in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.
    McNary Dam Staff Gauges
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of custom-built staff gauges for the McNary Navigation Lock & Dam in Oregon. The procurement involves two sets of staff gauges, with specific dimensions ranging from 258 to 275 feet and 335 to 343 feet, constructed from 16-gauge enameling iron with a porcelain enamel finish, and must include detailed drawings with proposals. These gauges are critical for monitoring water levels and ensuring the operational efficiency of the dam, with a requirement for delivery within fifteen weeks of contract award. Interested contractors must submit their proposals via ProjNet by January 6, 2026, and can contact Callie Rietfors at callie.rietfors@usace.army.mil or 509-527-7280 for further information.
    LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Sources Sought, Request for Information, Industry Day and Interviews
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking businesses capable of constructing a new 1,200 ft Lock for Lock and Dam 25, located in Winfield, Missouri. This project is part of the Navigation and Ecosystem Sustainability Program (NESP) and aims to enhance navigation and ecological sustainability along the river system. The procurement process includes a series of amendments and opportunities for industry engagement, including an Industry Day and one-on-one interviews, with key deadlines for registration and responses set for June 2024. Interested parties should contact Whitney Dee at whitney.r.dee@usace.army.mil for further details and to access the necessary documents.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    The U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC Panel Boards at Powerhouse 1 and 2 located at Fort Peck Dam, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.
    Dworshak Powerhouse Roof Replacement
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking interested contractors for the Dworshak Powerhouse Roof Replacement project located in Ahsahka, Idaho. This construction project involves the removal and installation of roofing systems over multiple structures at the Dworshak Dam, with a projected contract value between $5 million and $10 million and a performance period of approximately 300 days. The project is critical for ensuring the integrity and safety of the powerhouse and ancillary roofs, which require specialized waterproofing systems and adherence to strict safety and quality control standards. Interested businesses must respond to the sources sought notice by January 7, 2026, providing relevant project experience and qualifications to Preston Jones at Preston.E.Jones@usace.army.mil or Jani Long at Jani.C.Long@usace.army.mil.
    Ice Harbor Dam Navigation Lock Upstream Tainter Gate
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication, delivery, and storage of an Upstream Tainter Gate for the Ice Harbor Dam Navigation Lock located in Burbank, Washington. This procurement requires compliance with stringent technical specifications, including material standards, welding requirements, and quality control measures, as outlined in the updated solicitation documents. The Tainter Gate is a critical component for water control structures, ensuring the operational integrity of the navigation lock on the Snake River. Interested contractors must submit their bids by December 15, 2025, at 10:00 AM PST, and can direct inquiries to Mary Seiner at mary.l.seiner@usace.army.mil or by phone at 509-527-7228.
    Industry Day - USACE Portland District
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is hosting an Industry Day on January 22, 2026, at their headquarters in downtown Portland, Oregon. This event aims to inform potential contractors about upcoming opportunities, including construction projects related to the White City VA Design-Build, John Day Dam Program, and various marine construction and metal fabrication contracts. Attendees will have the chance to engage with Contracting Officers, participate in discussion panels, and access resources for small businesses, with registration required to attend. For more information, interested parties can contact Jaren Bowman at Jaren.L.Bowman@usace.army.mil or Mitchell Johnson at mitchell.j.johnson@usace.army.mil.
    Spare Transformers for the Lower Snake River Plants
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking contractors for the design, manufacture, and delivery of spare transformers for the Lower Snake River Plants, specifically at the Little Goose Lock and Dam in Washington. The procurement involves the supply of General Step-Up (GSU) power transformers, with detailed specifications including KVA ratings, voltage ratings, construction materials, and testing procedures outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency of hydroelectric facilities, ensuring reliable power distribution. Interested parties must submit their proposals by March 31, 2030, and can contact Preston Jones at Preston.E.Jones@usace.army.mil or Jani C Long at jani.c.long@usace.army.mil for further information.
    Pre-Solicitation Notice: O and M Emergency Repair Sanders Left Embankment Seepage, Emmett Sanders Lock and Dam McClellan - Kerr Arkansas River Navigation System Jefferson County, Arkansas.
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking bids for the O and M Emergency Repair of the Sanders Left Embankment Seepage at the Emmett Sanders Lock and Dam, part of the McClellan-Kerr Arkansas River Navigation System in Jefferson County, Arkansas. This project, classified under NAICS Code 237990 for Other Heavy and Civil Engineering Construction, aims to address critical repair needs to ensure the structural integrity and operational functionality of the dam. The contract, which is a Total Small Business Set-Aside, is valued between $500,000 and $1 million, with a project duration of 212 calendar days following the Notice to Proceed. Interested bidders must submit their proposals by December 5, 2025, and can contact Shelby Henson at Shelby.m.henson@usace.army.mil or 501-340-1249 for further information.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for the Mount Saint Helens Sediment Retention Structure Crest Raise project located in Toutle, Washington. The project aims to enhance sediment retention capabilities by constructing an increased level of the sediment retention structure, which includes mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for managing sediment flow and maintaining river integrity in the area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit their proposals electronically by December 19, 2025, and are encouraged to contact Andrew Sprys or Nicole Adams for further information regarding the solicitation and project requirements.