S--Unarmed Security Guard Services
ID: 140P2125R0026Type: Presolicitation
AwardedJul 2, 2025
$14.3M$14,265,000
AwardeeCHENEGA NASWIK INTERNATIONAL LLC 14420 ALBEMARLE POINT PL STE 100 Chantilly VA 20151 USA
Award #:140P2125D0013
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    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 high-profile sites including the Washington Monument, Lincoln Memorial, Ford's Theater, White House Visitor's Center, and Wolf Trap. 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 and operational support at these significant national landmarks. The contract will span five years, with a base period of one year and four optional one-year extensions, emphasizing the importance of maintaining safety and security for visitors and staff at these iconic locations. Interested vendors must attend a mandatory site visit on April 3, 2025, and submit their proposals electronically by April 27, 2025, with an estimated maximum contract value of $14,265,000.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is seeking proposals for a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide unarmed guard services at various sites in the National Capital Region, specifically for the United States Park Police. The solicitation, set aside for Indian Small Business Economic Enterprises with a NAICS code of 561612, outlines a maximum contract value of $14,265,000 and includes one base year plus four optional years. Potential offerors must attend a mandatory site visit on April 3, 2025, and submit proposals by April 27, 2025. The selection process will utilize a Best Value Tradeoff method, prioritizing security guard services experience, key personnel qualifications, and past performance, with price considered significantly less important. The proposals must be emailed to the provided contact, and compliance with diverse federal regulations including wage determinations and contracting guidelines is mandatory. This solicitation reflects the NPS’s commitment to enhancing security at critical national sites while promoting small business participation.
    The document outlines the Request for Proposal (RFP) for Unarmed Security Guard Services for the National Park Service, designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside opportunity. It establishes submission requirements, evaluation criteria, and the basis for contract award. The government aims to select a single firm fixed price Indefinite-Delivery Indefinite Quantity (IDIQ) contract based on proposals that demonstrate experience, qualifications, and value beyond just pricing. The evaluation will focus significantly on security guard services experience, key personnel qualifications, and past performance, with clear criteria detailing the level of experience required. Offerors must provide detailed project descriptions, resumes, and narratives for personnel, ensuring thorough documentation of relevant experience. Pricing will be assessed for fairness and reasonableness but will not be heavily weighted compared to the technical proposal. The government intends to evaluate proposals without discussions, urging offerors to present their best submissions upfront. The selection process includes a comparative assessment by a Source Selection Evaluation Board, with defined adjectival ratings ranging from “Outstanding” to “Unacceptable” based on proposal quality and potential for successful contract performance.
    This Statement of Work (SOW) outlines the requirements for Unarmed Security Guard Services for multiple sites within the National Park Service (NPS) in the National Capital Region (NCR). The purpose is to provide comprehensive security support at various locations, including the Washington Monument and the Lincoln Memorial. The contract is structured as a Firm-Fixed Price Single Indefinite Quantity Indefinite Delivery Contract (SATOC), with a performance period from June 3, 2025, to June 2, 2030, allowing for Task Orders based on need. Key responsibilities include ensuring all security personnel maintain valid certifications and licenses, complying with federal and state regulations, and maintaining a high standard of professionalism and service. The Contractor must provide quality control plans, training for personnel, and strategies for monitoring security systems, while coordinating with United States Park Police (USPP) and NPS staff. The SOW also emphasizes the importance of effective transition management from the current contractor to the new one, outlining procedures to minimize disruption. It specifies qualifications for personnel and establishes staffing requirements, including on-site supervision and training protocols, to ensure safety and security. Overall, the document seeks to enhance the capability and reliability of security services in federally managed parks, demonstrating a commitment to maintaining public safety and law enforcement standards.
    This document provides supplemental information relevant to the Statement of Work (SOW) in relation to federal regulations outlined in 41 CFR 102-74. It lists specific sections pertaining to duties and responsibilities involving contract compliance. The content emphasizes the necessity for referencing these regulations in Post Orders and maintaining them in the Duty Book for easy access. The Contracting Officer's Representative (COR) strongly prefers that the listed information be incorporated into Post Orders to ensure that all personnel are aware of applicable rules and procedures. The focus of this document revolves around ensuring adherence to federal regulations concerning contract management and operational protocols, thus fostering accountability and structured governance in the execution of the contract.
    The Supplemental Statement of Work outlines the requirements for the Transition Management Phase, which is scheduled from June 3, 2025, to July 15, 2025, in preparation for the transition of unarmed security guard services to a new contractor. A minimum 30-day transition period is mandated to ensure seamless service continuity with minimal disruption to operations. The contractor must submit a comprehensive Transition Management Plan within seven days of the Task Order award. This plan must cover supervisory strategies, employee transitions, equipment inventories, permits and certifications, quality control measures, training strategies, and more. Weekly progress reports on the transition will be required, culminating in a full operational capability by the start date of the initial Task Orders on July 15, 2025. Importantly, costs related to permits, training, and other certifications are the contractor's responsibility and should not be charged to the government. The new contractor may inform incumbent employees of their upcoming service takeover but cannot disrupt their current duties. The document emphasizes continuity of government activities and outlines strict compliance requirements for the contractor during the transition process, ensuring readiness from day one of service delivery.
    The Supplemental Statement of Work outlines the specific operational requirements for the role of Operations Supervisor under a federal contract, effective from July 15, 2025, to March 31, 2026. The Operations Supervisor is responsible for supervising unarmed security guards at various Security Posts and Screening Sites, ensuring they are adequately staffed and trained. This position mandates a 12-hour daily shift, seven days a week, with the supervisor covering all posts and maintaining regular communication with the Contracting Officer’s Representative (COR). The supervisor holds the authority to enforce personnel standards, including immediate removal of guards if necessary, and must ensure guards are prepared for emergencies. Routine checks of all sites are required to document guard performance and compliance with contract standards. The document emphasizes collaboration with the US Park Police and the National Park Service, highlighting its role in maintaining security at federal sites. The structured requirements aim to uphold safety, operational efficiency, and compliance within the context of federal government operations.
    The Supplemental Statement of Work outlines the requirements for unarmed security guard services at the Washington Monument, covering the period from July 15, 2025, to March 31, 2026. The Washington Monument, a significant National Icon in Washington, DC, draws hundreds of thousands of visitors annually, necessitating effective security measures at its Visitor Screening Facility (VSF). Staffing will include three security officers and one Post Supervisor, operating daily from 0900 to 1700 hours, except on Independence Day and Christmas Day. Security personnel will be responsible for monitoring and screening visitors and their belongings using X-Ray and metal detection equipment. They must follow established protocols, prepare incident reports, and coordinate with US Park Police when law enforcement intervention is required. The Post Supervisor plays a crucial supervisory role, ensuring adherence to security standards and verifying credentials of armed law enforcement personnel when necessary. This document is part of the government's efforts to maintain public safety in federally managed sites, aligning with broader security objectives in federal and municipal operations.
    The Supplemental Statement of Work outlines the requirements for unarmed security guard services at the Wolf Trap National Park for the Performing Arts from July 15, 2025, to March 31, 2026. It specifies operational details such as the staffing of one security officer at the Filene Center, which operates continuously throughout the week, alongside general obligations related to security, personnel qualifications, and training standards established in the base contract. The security officer is charged with maintaining a visible presence, conducting patrols, managing access control, monitoring various alarm systems, safeguarding government property, and documenting incidents in a log book. Communication with the US Park Police and National Park Service is required for coordination and reporting. The document emphasizes adherence to standard operational procedures and outlines the importance of security presence to ensure safety for all park visitors and staff. These stipulations reflect the federal government's commitment to maintaining a secure environment at public venues, aligning with broader objectives outlined in government requests for proposals and grants for service contracts.
    The Supplemental Statement of Work for Ford’s Theatre outlines the requirements for providing unarmed security guard services from July 15, 2025, to March 31, 2026. The document specifies the need for a daily security presence at the theatre, which includes a bookstore and museum, with coverage from 1715 to 0845 hours, seven days a week. The primary responsibility of the security officer is to ensure safety, monitor security systems, conduct patrols, and maintain logs of activities while reporting any incidents to the U.S. Park Police and the National Park Service. Key tasks involve familiarization with post orders and emergency protocols, monitoring surveillance systems, and safeguarding government property. The security officer will document security-related issues, including accidents or suspicious activities, and provide information to subsequent shifts. The assignment emphasizes creating a secure environment for visitors and preserving artifacts. The task order coordinator is U.S. Park Police Sergeant Jason Omo, who oversees compliance with established standards and procedures. This supplemental SOW is integral to maintaining security at a historic site, ensuring the safety of both visitors and valuable collections.
    The Supplemental Statement of Work (SOW) outlines the operational requirements for unarmed security guard services at the White House Visitor’s Center (WHVC) from July 15, 2025, to March 31, 2026. The WHVC, located in the Department of Commerce Building, features artifacts and various offices and requires daily security staffing consisting of three security officers and one Post Supervisor. Security measures include access control and screening utilizing X-ray machines and metal detectors, with operations running from 0730 to 1600 hours, except on designated holidays. Security personnel must adhere to guidelines regarding licensing, training, and conduct, and the Post Supervisor plays a pivotal leadership role in overseeing security operations. Reports on security-related incidents are mandatory, and law enforcement assistance may be requested from the US Park Police. This SOW serves to ensure safety and efficient management at the WHVC, reflecting government standards for protecting federal facilities.
    The Supplemental Statement of Work for the Lincoln Memorial Construction Site outlines the requirements for providing unarmed security guard services during the rehabilitation of the Memorial's Lower-Level Museum from July 15, 2025, to February 28, 2026. Two security officers will be on duty Monday through Friday from 0600 to 1600 hours, excluding designated federal holidays. Their responsibilities include access control, verifying contractor IDs, inspecting personnel and personal belongings for prohibited items, and monitoring the site for suspicious activity. The document specifies that all security personnel must adhere to established qualifications, training, and conduct standards. Additionally, the security officers are required to prepare reports on security-related incidents and ensure the site remains secure. The task order also includes guidelines for handling visitors and deliveries and lists prohibited items for site access to enhance safety. This comprehensive approach emphasizes the need for robust security measures during major construction activities in a high-profile location, reflecting government priorities for maintaining safety and order.
    The document outlines a Collective Bargaining Agreement between Inter-Con Security Systems, Inc. and the International Union, Security, Police and Fire Professionals of America (SPFPA) for security personnel supporting the U.S. National Park Service from September 30, 2023, to September 29, 2026. The agreement covers various aspects of employment, including wages, hours of work, benefits, union security, grievances, and safety. Key provisions include stipulations on seniority, overtime pay, holiday and vacation entitlements, and a no-strikes policy to ensure continuous operations. Employees are entitled to specific rights regarding union membership, disciplinary processes, and workplace safety. The agreement emphasizes maintaining respectful labor relations and complying with federal regulations. It establishes a framework for addressing grievances through a detailed process aimed at resolution while reinforcing the company's management rights. This document is essential for ensuring the cooperation between workers and management while safeguarding employee rights within the contractual relationship with the government.
    The Quality Assurance Surveillance Plan (QASP) outlines protocols for monitoring the performance of contractors providing Unarmed Security Guard Services for the United States Park Police. Its primary purpose is to ensure that contracted services meet specified quality standards and that the government only pays for received services. The QASP defines the roles of the Contracting Officer and the Contracting Officer's Technical Representative, emphasizing their responsibilities in contract oversight and performance evaluation. The document details methodologies for assessing contractor performance based on predetermined performance standards and acceptable quality levels (AQLs). Various monitoring techniques, such as random inspections, customer feedback, and documentation analysis, are employed to evaluate service delivery. Additionally, customer satisfaction is prioritized as a critical performance indicator. The QASP is categorized into sections that include an introduction, roles and responsibilities, required performance standards, methodologies for monitoring, documentation processes, and assessment analysis. The ongoing reviews and resolutions process allows for adjustments and improvements based on performance evaluations and customer feedback, ensuring consistency and accountability in contractor performance. Overall, this plan serves as a comprehensive framework for maintaining high service standards and continuous improvement in public safety operations.
    This document outlines the Government Furnished Equipment (GFE) related to security screening at various federal locations, specifically detailing the equipment currently deployed at designated Security Posts and Screening Sites. The equipment, which includes x-ray machines, metal detectors, and fire systems, is vital for maintaining security standards as specified in Section C.15.2 of the Statement of Work. The sites covered include the Washington Monument, White House Visitor’s Center, Fords’ Theatre, Wolf Trap National Park, and a Lincoln Memorial renovation project trailer. Each location employs a variety of detection and monitoring tools, such as the Smiths Detection HI-Scan x-ray systems and Garrett handheld metal detectors, indicating a comprehensive approach to public safety. This document serves as a living record that may reflect ongoing changes throughout the contract period, ensuring the efficacy and relevance of security measures implemented by the government. It demonstrates the government's commitment to safeguarding key landmarks while continually updating equipment as needed in response to evolving security challenges.
    This document pertains to the compliance and requirements for entities submitting offers under the Buy Indian Act as part of federal government contracting. It mandates that contracting officers may request verification of eligibility at various stages of the acquisition process, specifically during proposal submissions, contract awards, and throughout the contract period. The document stresses the importance of providing accurate information, outlining that false submissions can lead to legal repercussions under several U.S. laws. An "Indian Economic Enterprise" (IEE) must be self-certified by the offeror, demonstrating ownership criteria and adherence to the standards established in the Department of the Interior Acquisition Regulation. It includes a form that requires details such as the name of the federally recognized tribal entity, the unique entity identifier (UEI), and the certifying signature of the IEE's owner. The solicitation specific to unarmed guard services is referenced with a solicitation number (140P2125Q0016). This document emphasizes the federal government's commitment to ensuring compliance with the Buy Indian Act in its contracting processes.
    The document outlines the pricing structure for task orders related to unarmed security guard services under a base requirements contract for various government locations, including the Washington Monument and Lincoln Monument Renovation. Vendors are required to provide detailed information about their company, including contact details and ensure the accuracy of pricing formulas. The pricing exhibits indicate specific needs, such as the number of guards and hours required for different task orders, alongside the potential for contract modifications as new Collective Bargaining Agreement (CBA) rates are released. Task orders cover a variety of roles, including operations supervisors, and detail excludable holiday days affecting service provision. The pricing schedules span multiple ordering periods from June 2025 to June 2030, emphasizing the contract's long-term nature and the need for comprehensive vendor participation to ensure competitive pricing. The document serves as a formal request for proposals (RFP) aimed at securing vendor participation to support ongoing security operations for federally recognized sites within specified timelines and compliance requirements.
    The document outlines the submittal schedule for a federal contract related to unarmed security services, detailing timelines and submissions expected from the contractor (KTR) post-award. Key components include a pre-performance meeting within three days after contract award, the Transition Management Plan due seven days after the task order award, and bi-weekly meetings with mandatory meeting minutes. Monthly requisitions encompass reports on quality control, security equipment, and complaints, with specific deadlines set for each category, such as a Monthly Activity Report due on the seventh day of each month. Additionally, the contractor must provide evidence of the required licenses and certifications for personnel and undergo background checks as specified. Regular updates on personnel, work schedules, training documentation, and incident reporting are mandated to ensure compliance with build regulations and contract terms. The overarching purpose is to maintain organized oversight and accountability within the security operations framework, confirming all personnel and processes meet federal and local government standards. This comprehensive detailing emphasizes a structured approach to managing security service contracts effectively.
    The Past Performance Questionnaire serves as a source selection tool for contractors bidding on government contracts, emphasizing the sensitive nature of the information provided. The document includes a rating system to evaluate contractor performance based on several criteria: quality of work, timeliness, customer satisfaction, management effectiveness, financial management, safety, and general compliance. Each aspect uses a scale from "Exceptional" to "Unsatisfactory" to assess how well contractors meet contractual obligations. Contractors are required to complete sections on their identity, contract details, and project descriptions. Clients provide evaluations on contractor performance and sign off on the questionnaire, which is then submitted with the contractor’s proposal to the National Park Service (NPS). Overall, this questionnaire underscores the importance of past performance assessments in the context of government RFPs, ensuring accountability and efficiency in public sector contracts. It is aimed at improving contractor selection processes by providing a structured format for performance evaluation while safeguarding against misrepresentation of endorsements.
    The document outlines the Request for Proposals (RFP) for Unarmed Security Guard Services for the National Park Service, emphasizing the requirement for qualified Offerors to submit their proposals demonstrating capability according to the Statement of Work (SOW). This is a competitive acquisition aimed specifically at Indian Small Business Economic Enterprises (ISBEE). The basis for awarding the contract hinges on a best value tradeoff method, prioritizing technical qualifications over cost, with particular weight given to experience in security services, expertise of key personnel, and past performance records. Proposals will be evaluated without discussions, urging Offerors to present their best submissions initially. Important elements include a detailed evaluation of security guard services experience, qualifications of key personnel (Project Manager and Operations Supervisor), and a solid history of past performance, including the provision of Performance Assessment Reports. Price proposals will not be scored directly but assessed for reasonableness, with additional breakdowns requested as necessary. Success in this procurement will depend significantly on demonstrating relevant experience and meeting all technical criteria, while the Government retains the right to reject any non-compliant or deficient proposals.
    The document pertains to Amendment 02 of the RFP 140P2125R0026, focusing on clarifications and answers regarding the provision of security services. The key topics include communication requirements for security personnel, necessary licensing and certifications, proposal submission requirements, personnel qualifications, and operational needs for security contracts. Notably, contractors are required to provide cellular phones for communication, while no two-way radios are mandated. Both the prime contractor and subcontractors must hold security licenses in D.C. and Virginia. Additionally, unarmed security guards must possess valid certifications for the local jurisdictions they serve. The government emphasizes that offerors can submit additional documentation but will only evaluate the required sections. The RFP specifies no need for a management approach criterion, reflecting the government's expectation for performance according to the SOW. Other details highlight transportation responsibilities, no provision of office space, and expectations around emergency services and training. The incumbent contractor is Inter-Con Security Systems, Inc., and the solicitation is set aside for Indian Small Business Economic Enterprises. Overall, the amendment provides clarity to ensure compliance with local requirements and facilitates understanding essential for potential bidders.
    The document outlines a solicitation (RFP 140P2125R0026) by the National Park Service for unarmed guard services to support the United States Park Police in various locations throughout the National Capital Region. The contract, intended for Indian Small Business Economic Enterprises, calls for a firm-fixed price indefinite delivery indefinite quantity (IDIQ) contract with a total estimated value of $14,265,000 over a potential five-year period. Key requirements include providing unarmed security at notable sites such as the Washington Monument and Lincoln Memorial. A pre-proposal site visit is scheduled to enhance understanding of the operational needs. The RFP emphasizes the evaluation of bidders based on their experience, key personnel, and past performance, with these non-price factors considered more heavily than price considerations. Additionally, the document specifies terms regarding potential subcontracting limitations and compliance requirements related to labor standards, including minimum wage provisions under Executive Order 14026. Offerors must submit proposals electronically by the stipulated deadline, facilitating transparency and efficiency for this government procurement process.
    The document outlines an RFP for federal Unarmed Security Guard Services, specifically targeting Indian Small Business Economic Enterprise (ISBEE) entities for a single Indefinite-Delivery Indefinite Quantity (IDIQ) firm fixed price contract with the National Park Service and United States Park Police. Offerors must demonstrate capability through technical proposals addressing security guard services experience, key personnel, and past performance. The evaluation will prioritize technical factors over price, with compliance to submission requirements essential; incomplete proposals risk rejection. Key evaluation criteria include the experience of the offeror in similar projects, qualifications of proposed personnel, and the quality of past performance history. Price, while a factor, is less critical than technical qualifications. The government aims to award the contract based on best value rather than solely lowest price. Offerors must submit complete and clear proposals and may be required to provide pricing breakdowns upon government request. The SSEB will conduct evaluations, focusing on recent and relevant performance records. This solicitation highlights the importance of accountability and evidence in securing government contracts while fostering opportunities for small businesses in the sector.
    The document is a Request for Proposal (RFP) issued by the National Park Service (NPS) for the procurement of unarmed guard services in the National Capital Region. It specifies a firm-fixed price, single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract reserved for Indian Small Business Economic Enterprises, with an estimated maximum contract value of $14,265,000 over five years. Interested vendors must register with the System for Award Management (SAM) and submit proposals via email by the deadline of April 27, 2025. A pre-proposal site visit is scheduled for April 3, 2025, to inspect security locations such as the Washington Monument and Lincoln Memorial. Key evaluation factors for proposals include security guard service experience, key personnel qualifications, and past performance, with factors 1-3 being prioritized over pricing. The RFP emphasizes contractor compliance with various federal regulations, particularly regarding environmental and labor standards, and mandates that all offers come from eligible Indian Economic Enterprises in accordance with the Buy Indian Act. By compelling adherence to these guidelines, the NPS aims to enhance security at significant national sites while fostering opportunities for Indian-owned businesses in federal contracting.
    The document outlines the revised guidelines for federal procurement relating to sustainable products and services following Executive Order 14148, which rescinds previous directives on clean energy and sustainability. It elaborates on key definitions, policies, and procedures essential for agencies involved in federal acquisitions. Crucial terms such as "biobased products" and "sustainable products and services" are defined, emphasizing the importance of compliance with various environmental mandates, including EPA's Comprehensive Procurement Guidelines and ENERGY STAR® certifications. Agencies are instructed to prioritize sustainable options in procurement processes unless impractical, and can use resources like the Green Procurement Compilation for guidance. The document also includes specifications for emergency acquisitions, stating that sustainable products should be preferred where possible. Additionally, procedures for reporting and compliance concerning greenhouse gas emissions are mandated for larger contractors. Overall, the revised guidelines aim to enhance environmental stewardship and promote sustainable practices within federal procurement while supporting the transition to cleaner energy solutions. Adoption of these practices is critical for achieving national sustainability goals while ensuring compliance with legislative requirements.
    The pre-solicitation notice (140P2125R0026) outlines the federal government's intent to procure Unarmed Security Guard Services as part of an Indian Small Business Economic Enterprise (ISBEE) set-aside initiative. The contract will be awarded as a Firm-Fixed-Price (FFP) arrangement with a total project duration of five years, including one base year and four optional years. The relevant NAICS code for this project is 561612, which pertains to Security Guards and Patrol Services. The scope of the work will involve various locations, including the Washington Monument and Lincoln Memorial, and includes specific management and supervisory tasks. The solicitation, scheduled for release around March 10, 2024, will be available exclusively online, and interested contractors will need to register in the System for Award Management (SAM) with a valid Unique Entity Identifier (UEI) to be eligible for the contract. All inquiries must be addressed in writing to a designated contact, and phone inquiries will not be accommodated. The government reserves the right to cancel the solicitation at any stage. This notice reflects the government's commitment to fostering opportunities for small businesses while ensuring compliance with procurement regulations.
    This document serves as an amendment to a solicitation identified as 140P2125R0026, managed by the National Park Service’s Washington Office (WASO - WCP Contracting) in Denver, CO, with a deadline for offers set on March 24, 2025. The amendment outlines procedures for contractors to acknowledge the receipt of the amendment, which may be done by including acknowledgment on each submitted offer copy or through separate communications referencing the solicitation and amendment numbers. Failure to comply may result in offer rejection. The amendment modifies a prior contract/order, reflecting necessary administrative changes and emphasizing that all other terms remain unchanged unless specified. The document functions under the authority of FAR 43.103(b), which governs contract modifications. Signatures from authorized representatives of the contracting officer and the contractor are required to finalize the amendment.
    The document pertains to the amendment of a federal solicitation, specifically referenced as 140P2125R0026. It outlines the requirements for contractors to acknowledge receipt of the amendment in order to maintain the validity of their offers. Acknowledgment can be done by completing specified forms, through letters or electronic communications, which must reference the solicitation and amendment numbers. Failure to acknowledge may result in rejection of an offer. The document also states that modifications to existing contracts may be submitted similarly, provided they meet specific timelines. Additionally, information regarding contract modifications, administrative changes, and applicable authority is included, ensuring all terms remain effective unless otherwise stated. This amendment is significant in the context of federal contracting, as adherence to procedural requirements is critical for compliance and successful bid submissions. Overall, the document emphasizes the importance of timely acknowledgment of amendments within federal RFP processes, maintaining the integrity of the proposal submission timelines.
    The document is an amendment to a federal solicitation, specifically numbered 140P2125R0026, addressing the acknowledgment of receipt for offers submitted in response to an RFP. It outlines the procedures contractors must follow to confirm receipt of the amendment, which include acknowledging the amendment on the offer copies or via a separate communication. Failure to acknowledge receipt by the specified deadline may result in rejection of the offer. Additionally, the amendment confirms that it modifies an existing contract/order by making administrative changes and ensures that all other terms and conditions remain in effect. It emphasizes the importance of timely communication to maintain the integrity of the bid process and references the administrative authority under FAR 43.103(b). The document is structured in a formal way, with sections indicating the modification details, the responsibilities of the contractor, and the necessary signatures to confirm the acceptance of changes. The amendment serves to clarify the obligations of the contractor and maintain compliance with federal procurement regulations.
    Lifecycle
    Similar Opportunities
    63--NPS - Fire & Intrusion Monitoring Services, George
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway. The procurement aims to ensure that existing FA and ID systems are maintained in optimal condition, free from errors or malfunctions, and includes responsibilities such as rectifying deficiencies and providing 24-hour monitoring. This contract, set aside entirely for small businesses, will span a one-year base period with four additional one-year option periods, totaling five years, and will require NICET Level II certified technicians for FA systems and state-licensed technicians for ID systems. Interested parties must submit their quotes by December 12, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace surveillance cameras at various locations within Shenandoah National Park in Virginia. The project entails removing existing cameras and wiring, and installing 40 NDAA-compliant security cameras, mounts, weatherproof housings, and associated network equipment, with optional installations at two visitor centers. This procurement is a small business set-aside with an estimated contract value between $100,000 and $250,000, and the performance period is expected to last 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and a site visit is scheduled for December 18, 2025.
    R--National Capital Region Events Management MATOC
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking a contractor to manage and plan events within the National Capital Area, including high-profile occasions such as the Cherry Blossom Festival and Independence Day Celebration. The contractor will be responsible for organizing both recurring events, like the National Symphony Orchestra concerts and the National Christmas Tree Lighting, as well as nonrecurring events that may arise throughout the year. This procurement is crucial for maintaining the cultural and community engagement that these events foster in the region. Interested small businesses are encouraged to reach out to Dianna Durbin at diannadurbin@nps.gov or call 202-619-739 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Roof Fall Protection Systems Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This contract encompasses the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline (HLL) and Beam and Trolley (B&T) systems, with a focus on ensuring compliance with stringent safety regulations and federal building codes. The contract will be structured as a Firm-Fixed-Price (FFP) with optional Indefinite-Delivery Indefinite-Quantity (IDIQ) provisions for repairs, and it is crucial for maintaining safety standards within the Pentagon's operational environment. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and provide completed proposals by January 7, 2026. For further inquiries, vendors can contact Keisha Simmons at keisha.simmons@whs.mil or Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    C--Sources Sought Notice
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is soliciting proposals for Armed Protective Security Officer (PSO) services at Customs and Border Protection (CBP) facilities throughout Puerto Rico. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period, with a minimum guarantee of $100,000. This procurement is a competitive 8(a) small business set-aside, emphasizing the importance of security services in safeguarding federal facilities. Interested parties must submit proposals by December 8, 2025, at 3:00 PM Eastern Time, and are encouraged to contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov for further information and to attend a pre-proposal conference on November 21, 2025.