Glazier Services
ID: 70US0926Q70092591Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS SECRET SERVICEU S SECRET SERVICEWASHINGTON, DC, 20223, USA

NAICS

Glass and Glazing Contractors (238150)

PSC

INSTALLATION OF EQUIPMENT- NONMETALLIC FABRICATED MATERIALS (N093)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking qualified contractors to provide glazier services for the installation and removal of ballistic glass systems throughout the National Capital Region. The procurement involves a five-year Blanket Purchase Agreement (BPA) with a maximum ceiling of $3,500,000, aimed at enhancing physical security at various high-profile sites, including the White House and the U.S. Capitol. Contractors will be required to manage the logistics of handling heavy ballistic glass panels, ensuring secure installation and removal while adhering to strict security protocols. Quotes are due by January 20, 2026, at 12:00 PM EDT, and interested parties should contact Taylor Haire at taylor.haire@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Secret Service (USSS) requires glazier services for the installation and removal of government-owned ballistic glass panel systems during protective operations at The Ellipse in Washington D.C. The contract is a non-personal services Firm Fixed-Price (FFP) agreement, with a performance period from December 3-6, 2024. The contractor is responsible for providing all necessary resources, including labor, transportation, and specialized equipment, to handle sixteen 35lb support stands and eight 1000lb ballistic glass panels (80”x60”). Specific tasks include unloading, installing, securing, and cleaning the glass panels, as well as unsecuring, removing, and loading them onto an A-frame storage truck. The contractor assumes full liability for any damages to the glass system or property during these operations. Payment requests will be submitted electronically via the Invoice Processing Platform (IPP). Personnel will be subject to criminal and credit checks, and all information handled will be treated as Sensitive but Unclassified (SBU).
    The United States Secret Service (USSS) requires glazier services for the handling, installation, and removal of a ballistic glass system at the US Capitol from May 14-15, 2025. This non-personal services contract, set as Firm Fixed-Price (FFP), involves managing eight 50-pound support stands and four 1,100-pound ballistic glass panels, all provided by the Government. The contractor must supply all necessary resources, including labor, transportation, lifting equipment, and tools for installation, securing, cleaning, and removal. Installation is to be completed by 12:00 PM on May 14th, and removal by 8:00 PM on May 15th. The contractor is responsible for protecting the grounds, ensuring proper fastening of stands, and warranting the system against damage during service. All personnel will undergo criminal and credit checks, adhere to the Privacy Act, and maintain the confidentiality of sensitive information.
    The United States Secret Service (USSS) Technical Security Division seeks a contractor for the installation and removal of ballistic armor panels at the White House Inaugural Platform. This non-personal services contract requires the contractor to provide all necessary personnel, equipment, and transportation. Key tasks include transporting ten government-owned ballistic armor panels from Joint Base Andrews to 1600 Pennsylvania Avenue, NW, installing them to withstand 30 MPH wind loads, and subsequently cleaning, removing, re-crating, and returning them to Joint Base Andrews. The contract also includes a warranty for any damage during installation or removal. The performance period is December 23, 2024, to January 21, 2025, with installation in December and removal in January, operating Monday to Friday, 7:30 AM to 5:00 PM, in Washington, DC. This will be a Firm Fixed Price contract. The government will provide the ballistic armor panels. The contractor must adhere to the Privacy Act and ensure physical security of government property. A Point of Contact (POC) with full authority to act for the contractor is required. Organizational Conflict of Interest (OCI) guidelines apply.
    The United States Secret Service (USSS) requires glazier services for the installation and removal of government-owned ballistic glass panel systems during protective operations at the Willard Hotel in Washington, DC. This non-personal services contract, set for November 10-11, 2024, involves installing and removing 12 ballistic glass panels, each weighing approximately 235 lbs, along with 5 support stands. The government will provide the glass panels and stands, while the contractor must supply all necessary resources, including labor, specialized equipment, and transportation. The contractor is responsible for ensuring the secure installation and careful removal of the panels, including cleaning them without ammonia-based products. The contractor assumes full liability for any damages to property or the glass system during the service. This will be a Firm Fixed-Price (FFP) contract, and personnel will be subject to criminal and credit checks. All work must be completed within four hours of the determined start times on both days.
    The Contractor Past Performance Questionnaire is a five-page document designed to evaluate a contractor's performance across various critical areas for government contracts. This questionnaire is used in the context of federal government RFPs, federal grants, and state and local RFPs. It assesses quality, timeliness, cost control, business relations, and customer satisfaction. The evaluation uses a risk scale of Low, Moderate, and High, with definitions provided for each level, indicating the likelihood of successful performance based on past performance and systemic improvement. Respondents are required to provide comments to support their ratings for each question. The questionnaire includes 12 specific questions covering aspects such as issue identification and mitigation, technical document preparation, government oversight, project management, innovation, cost and schedule management, visibility into project metrics, stakeholder management, personnel resources, labor mix and skill level, communication, and subcontractor management. The completed questionnaire must be returned via email to the IRS Procurement contacts, Jade.gaston@usss.dhs.gov and Taylor.haire@usss.dhs.gov, by January 17, 2026, at 1:00 PM EDT.
    The United States Secret Service (USSS) is soliciting quotes for a five-year Blanket Purchase Agreement (BPA) for glazier services within the National Capital Region and across the Continental United States. This small business set-aside aims to enhance physical security at protected sites through the installation and removal of ballistic glass systems. The solicitation, number 70US0926Q70092591, requires offerors to demonstrate technical capability, past performance, program management, and experience. Proposals will be evaluated using a best value tradeoff process, with non-price factors (Technical Approach, Past Performance, and Program Management & Experience) being more important than Price. Key tasks include providing trained personnel, participating in planning walk-throughs, and executing installations and removals for indoor, outdoor, and high-profile sites like the Inauguration Reviewing Stand. The contractor must also submit detailed after-action reports. The BPA has a maximum ceiling of $3,500,000. Quotes are due by January 20th at 12:00 PM EDT.
    Lifecycle
    Title
    Type
    Glazier Services
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    U.S. Customs and Border Protection (CBP) Ballistic Shields
    Homeland Security, Department Of
    The U.S. Customs and Border Protection (CBP) is seeking qualified vendors to provide ballistic shields for its Law Enforcement Safety & Compliance (LESC) Directorate. The procurement involves a Request for Quotes (RFQ) for high-quality, lightweight ballistic shields, which must meet specific technical requirements, including compliance with ASTM International Standards and a 10-year ballistic warranty. These shields are critical for ensuring the safety of law enforcement personnel in various operational environments. Interested parties should note that the due date for submissions has been extended to March 6, 2026, at 2 PM ET, and that contract awards are contingent upon the availability of funds. For further inquiries, vendors can contact Jared A. Tritle at jared.a.tritle@cbp.dhs.gov or John Crockett at JOHN.T.CROCKETT@cbp.dhs.gov.
    WINDOW, MARINE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking competitive quotations for the procurement of marine windows, identified by NSN 2090-01-477-1571, under solicitation number 70Z08526P40005B00. The requirement includes two units with specific dimensions and electrical specifications, which are critical for marine applications. This procurement is part of the Coast Guard's efforts to maintain and enhance its fleet's operational capabilities, ensuring safety and efficiency in maritime operations. Interested vendors must submit their quotes by December 30, 2025, at 1 PM EST, with a required delivery date of December 25, 2026, and should contact Jermaine Perkins or Daniel J. Nieves for further details.
    Video Wall Equipment Indefinite Delivery Indefinite Quantity (IDIQ) and Support Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking proposals for Video Wall Equipment and Support Services through a combined synopsis/solicitation (RFP 70US0926R70093555). The procurement aims to secure a contractor capable of providing audio-visual (AV) equipment, installation, system design, repair, maintenance, and temporary renovation services for large events, including National Special Security Events (NSSEs) and USSS offices. This initiative is critical for ensuring effective communication and security during high-profile events, necessitating compliance with specific security standards and the use of approved equipment from manufacturers like Samsung and Cisco. Interested small businesses must submit their proposals electronically by January 17, 2026, with questions due by January 2, 2026. For further inquiries, contact Keisha Pender at keisha.pender@usss.dhs.gov or 202-406-9759.
    Installation of AcoustiWall Fabric Stretch System
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to install an AcoustiWall Fabric Stretch System in its conference center located in Washington, D.C. The project involves replacing existing acoustical wall surfaces that have reached the end of their service life, covering approximately 1,452 square feet, to ensure a professional appearance for mission-critical meetings. This procurement is set aside for small businesses, with a focus on Women-Owned Small Businesses (WOSB), and will be awarded based on the Lowest Price, Technically Acceptable (LPTA) criteria. Interested vendors must submit their quotes by January 16, 2026, and can direct inquiries to Isiah Mack at isiah.r.mack@uscg.mil or Samuel Salerno at Samuel.T.Salerno@uscg.mil.
    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.
    Scaffolding/Containment Services for 154 Foot Fast Response Cutter
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide scaffolding and containment services for a 154-foot Fast Response Cutter at the USCG Yard in Curtis Bay, Maryland. The contractor will be responsible for designing and constructing a fireproof shrink-wrap containment system that can withstand severe weather conditions while allowing full access to the vessel for maintenance and repairs. This procurement is critical for ensuring safety and compliance with OSHA standards during the vessel's maintenance operations. Interested vendors must submit their quotes by January 1, 2026, to Kenneth Palmer at kenneth.t.palmer@uscg.mil, and the project is set to commence on April 12, 2026, with scaffolding completion required within nine days. The contract will be awarded based on best value criteria, including technical requirements and pricing.
    Tactical Village Modular Firing Ranges
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service, is seeking qualified contractors for the design, prefabrication, transportation, and onsite installation of two adjoining Modular Firing Range (MFR) systems at the James J. Rowley Training Center or another designated federal property. The project aims to enhance training capabilities for agents and officers by expanding firearms range facilities to accommodate increased training demands, while ensuring compliance with stringent federal, state, and local regulations regarding safety and environmental standards. Interested contractors must demonstrate relevant experience in range design and construction, with capabilities statements due by January 5, 2026, to Theresa Williams at theresa.williams@usss.dhs.gov or Erik Syfert at erik.syfert@usss.dhs.gov. This opportunity is categorized as a Sources Sought notice, and no set-aside is used for this procurement.
    Modular Firing Range Classroom Structures
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service, is seeking potential vendors for the lease, installation, and removal of Modular Firing Range Support Classrooms at the James J. Rowley Training Center in Laurel, Maryland. The procurement involves providing three prefabricated modular structures, including two classrooms designed for 24 students each and a modular toilet facility, all of which must meet specific design and compliance standards, including air conditioning and adherence to 2025 safety and ADA regulations. This initiative is crucial for enhancing training capabilities and ensuring compliance with federal standards. Interested parties must submit their responses, detailing their capabilities and past experience, by January 5, 2026, at 4:00 PM ET, to Theresa Williams at theresa.williams@usss.dhs.gov or Erik Syfert at erik.syfert@usss.dhs.gov.
    Roof Fall Protection Systems Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This procurement involves the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline and Beam & Trolley systems, with a contract structure that includes a Firm-Fixed-Price base period and optional Indefinite-Delivery Indefinite-Quantity provisions for repairs. The services are critical for ensuring safety compliance and operational integrity within the Pentagon, emphasizing the need for qualified personnel and adherence to stringent safety regulations. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and complete proposals by January 7, 2026, with contact points for inquiries being Keisha Simmons at keisha.simmons@whs.mil and Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.