R4--OPTION - Level II Armed Guard Service DR-4829-SC
ID: 70FBR425R00000005Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYFEMAWASHINGTON, DC, 20472, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING (R430)

Set Aside

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

    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide Level II Armed Guard Services under solicitation number 70FBR425R00000005. This procurement is a Total Small Business Set-Aside, requiring bidders to meet specific security service standards as outlined in the Statement of Work. The services are critical for ensuring safety and security at FEMA facilities, emphasizing the importance of professional physical security measures. Interested vendors must submit their bids through the Unison Marketplace by October 6, 2024, and can direct any inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.

    Point(s) of Contact
    Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
    marketplacesupport@unisonglobal.com
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Level II Armed Guard Services DR4781-TX & DR4798-TX
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for Level II Armed Guard Services under disaster declarations DR-4781-TX and DR-4798-TX in Texas. The contract requires up to 36 armed security guards to provide essential services such as access control, emergency response, and visitor processing at various locations, including Joint Field Offices in Ft. Worth, Austin, Houston, and Baytown. This procurement is critical for ensuring the safety and security of FEMA personnel and the public during disaster response and recovery operations. Interested small businesses must submit their quotations by October 7, 2024, and can direct inquiries to Jeffery Byrd at jeffery.byrd@fema.dhs.gov or by phone at 202-892-0534.
    Enterprise Acquisition Support Services and Acquisition Support Services
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, Federal Emergency Management Agency (FEMA) is seeking Enterprise Acquisition Support Services and Acquisition Support Services. These services are typically used to provide support for FEMA's acquisition needs. The purpose of this notice is to inform industry that the two requirements, Enterprise Acquisition Support Services and FIMA Resilience Acquisition Support Services, will be consolidated into a single requirement. The consolidation aims to ensure that FEMA receives the necessary services to meet its needs. The procurement will be set aside for small businesses from all socioeconomic backgrounds. The Request for Proposal (RFP) will be issued in February 2024 on GSA MAS NAICS 541611. The requirement will result in a single award Blanket Purchase Agreement (BPA). Interested parties can refer to the attached Draft Performance Work Statement (PWS) and Statement of Objectives (SOO) for both requirements to better understand FEMA's needs. The new requirement will integrate both efforts into a single effort, and a new PWS combining both efforts will be published. The place of performance for this procurement is Washington, DC, with a zip code of 20472, in the United States. For more information, contact Kimber Russell at kimber.russell@fema.dhs.gov.
    FEMA Warehouse Scanning Devices
    Active
    Homeland Security, Department Of
    The Federal Emergency Management Agency (FEMA), part of the Department of Homeland Security (DHS), is seeking information on innovative handheld scanning devices to modernize its warehouse operations. The agency aims to identify products that enhance logistics within FEMA Distribution Centers, focusing on capabilities such as barcode scanning for inventory management and shipping processes, particularly in rugged and diverse environments. This Request for Information (RFI) is intended for market research purposes only, with no contracts being formed at this stage; interested vendors must submit their responses by November 4, 2024, and can direct inquiries to Staciellyn Chapman at staciellyn.chapman@fema.dhs.gov.
    R6--OPTION - Shred Bins DR-4806-FL
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified sellers to provide shredding services through the procurement of shred bins under solicitation number 70FBR424Q00000062. This opportunity is a Local Area Set-Aside, aimed at ensuring that only qualified local sellers can submit bids for the required commercial items, which are essential for maintaining the confidentiality and security of sensitive documents. The solicitation will be conducted via an online competitive reverse auction on the Unison Marketplace platform, with bids due by October 8, 2024, at 4:00 PM Eastern Time. Interested sellers can reach out to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com for assistance and must register on the Unison Marketplace to participate.
    FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) RESILENCE HAZARD MITIGATION TECHNICAL ASSISTANCE PROGRAM (HMTAP) NON-ARCHITECTURAL AND ENGINEERING (NON-A&E) SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the Hazard Mitigation Technical Assistance Program (HMTAP), specifically for Non-Architectural and Engineering (Non-A&E) services. The procurement aims to establish three single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts across designated geographic zones in the United States, enhancing FEMA's capacity to manage pre-disaster, during disaster, and post-disaster mitigation efforts. These services are critical for supporting resilience grants, conducting environmental assessments, and ensuring compliance with federal regulations related to disaster mitigation. Interested contractors must submit their proposals by Tuesday, November 12, 2024, at 2 PM ET, with a total contract value potentially reaching $93.3 million per contract. For further inquiries, contact Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
    FEMA Direct Lease DR-4781-TX Housing
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified Vendor/Property Management Companies (Vendor/PMC) and/or Property Owners (PO) for the Direct Lease program under disaster declaration DR-4781-TX, aimed at providing temporary housing for individuals displaced by Severe Storms and Hurricane Beryl in Texas. The procurement involves leasing existing rental units in specific counties, including Jasper, Liberty, Polk, San Jacinto, Trinity, and Tyler, for a minimum term of 18 months, with an emphasis on compliance with federal, state, and local housing standards to ensure safe and accessible living conditions. This initiative is crucial for facilitating rapid housing assistance during emergencies, with interested parties required to submit a capabilities package by October 31, 2024, detailing available properties and management capabilities. For further inquiries, interested vendors can contact Venus Griffin or Lisa Thibodeaux at fema-4781tx-ia-directlease@fema.dhs.gov.
    FEMA Request for Information Post-trauma Disaster Care
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is issuing a Request for Information (RFI) to gather insights on post-trauma disaster case management barriers, best practices, and innovations. The objective of this RFI is to assess the marketplace's capabilities to provide turnkey congregate sheltering services and to inform potential future enhancements to FEMA's Disaster Case Management (DCM) program, which supports state, local, tribal, and territorial governments in assisting disaster survivors. This initiative is crucial for improving the efficiency and accessibility of disaster recovery services, ensuring that all survivors receive the necessary support regardless of their background. Interested parties can direct their inquiries to Isaac Chapple at Isaac.Chapple@fema.dhs.gov or Edward Rudd at Edward.ruud@fema.dhs.gov, with no specific funding amount or contract award anticipated at this time.
    S--Unarmed Security Guard Service
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified small businesses to provide unarmed security guard services at various NPS sites in Washington, DC, for fiscal year 2025. The procurement aims to enhance safety and security at key federal locations, requiring contractors to supply trained personnel, including a Project Manager and Operations Supervisor, who will manage security operations and ensure compliance with federal, state, and local regulations. This initiative is crucial for maintaining visitor safety and effective security practices at significant national sites, with a focus on access control, emergency response, and quality assurance. Interested parties can reach out to Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322 for further information, noting that this is a Sources Sought Notice and not a formal solicitation at this time.
    PSO Services throughout Massachusetts, Rhode Island & Connecticut
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through its Federal Protective Service, is seeking proposals for Protective Security Officer (PSO) services across Western Massachusetts, Rhode Island, and Connecticut. The procurement aims to secure armed PSO services to protect federal personnel and property at various locations, with a total estimated requirement of 1,537,500 service hours over a five-year period, from May 1, 2025, to April 30, 2030. This opportunity is structured as a Total Small Business Set-Aside, emphasizing the importance of technical capabilities and quality of service over price, with a minimum contract guarantee of $100,000. Interested small businesses must submit proposals by October 14, 2024, and can direct inquiries to primary contact Kerrin Cahill at Kerrin.Cahill@fps.dhs.gov or secondary contact Todd Wanner at todd.m.wanner@fps.dhs.gov.
    FEMA LogHOUSE II - Logistics Housing Operations Unit Installation, Maintenance and Deactivation
    Active
    Homeland Security, Department Of
    Presolicitation notice from the Department of Homeland Security, Federal Emergency Management Agency (FEMA) is seeking support services and construction for its Transportable Temporary Housing Unit (TTHU) mission. The TTHUs include manufactured homes and travel trailers and are used to provide housing to disaster survivors. The scope of work includes transportation, staffing of staging areas, installation and maintenance of housing units, deactivation and transportation to storage sites, site inspections, feasibility assessments, and design and construction services for various sites. The contract will be awarded through full and open competition with a partial small business set aside. The contract type will be Firm Fixed Priced (FFP) and Time and Material (T&M), Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ). The base period of performance will be one year, with four one-year option periods.