Request for Information: Professional Services (Engineers and Financial/Program Management)
ID: 70US0926R70093579Type: Sources Sought
Overview

Buyer

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

NAICS

Engineering Services (541330)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking responses to a Request for Information (RFI) for professional services related to engineering and financial/program management. The USSS aims to identify a strategic partner to provide technical and project management support services for ongoing and future construction projects at the White House Complex and other protected sites in the National Capital Region. This initiative is critical for integrating protective equipment and infrastructure into construction efforts, requiring personnel with Top Secret security clearances and expertise in various engineering disciplines, acquisition/technical writing, and financial management. Interested parties should submit their responses detailing their capabilities and relevant experience by December 9, 2025, to Sarah Diamond at sarah.diamond@usss.dhs.gov and Yu-Jin Kim at yu-jin.kim@usss.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Secret Service (USSS) Office of Technical Development and Applied Research (TEC) has issued a Request for Information (RFI) for technical/project management support services. This RFI, for planning purposes only, seeks a strategic partner to assist with mission-critical requirements related to ongoing and future construction at the White House Complex and other National Capital Region (NCR) protected sites. The effort, anticipated to be a firm-fixed-price contract with a 12-month base and four 12-month options, will involve integrating protective equipment and infrastructure into construction projects. Key personnel require Top Secret security clearances and expertise in structural engineering, civil engineering, electrical engineering, acquisition/technical writing, and financial management. Responses are due by December 9, 2025, and should detail capabilities, relevant experience, and an approach to challenges and risks.
    Similar Opportunities
    F550 Retrofitting
    Buyer not available
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.
    Travel Management Center (TMC) Support Services
    Buyer not available
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking to procure Travel Management Center (TMC) Support Services to assist in establishing effective travel management processes that meet functional, technical, and security requirements. This procurement is critical for maintaining mission-critical contractor support while transitioning to a new competitive contract, with plans to competitively procure these services by January 2024. The current contract is a sole-source justification to CW Government Travel, Inc. to ensure continuity and cost savings during this transition period. Interested vendors can reach out to primary contact D'Andre Taylor at dandre.taylor@usss.dhs.gov or secondary contact Shauntynee Penix at shauntynee.penix@usss.dhs.gov for further information.
    Housing Provider
    Buyer not available
    The Department of Homeland Security (DHS), through the United States Secret Service (USSS), is seeking lodging providers to manage room blocks for the 2028 Olympic and Paralympic Games in Los Angeles, CA. The primary objective is to secure a minimum of fifty (50) rooms at various event venues for durations of 30 to 60 days, ensuring consistent terms, amenities, and flexible cancellation policies without penalties. This procurement is crucial for supporting the National Special Security Event (NSSE) security plan, which necessitates reliable housing for personnel involved in the event. Interested parties must submit their responses by December 30, 2025, at 11:00 AM Eastern Time, and can contact Danielle Donaldson at danielle.donaldson@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov for further information.
    Domestic Guard Services
    Buyer not available
    The U.S. Department of State is seeking qualified small businesses to provide Domestic Guard Services as part of its Bureau of Diplomatic Security's mission to ensure a safe environment for the implementation of foreign policy. This Sources Sought Notice aims to identify vendors capable of delivering comprehensive security services, including the management of a large guard force, compliance with licensing requirements, and the provision of necessary equipment and training. The Domestic Operations Directorate plays a critical role in safeguarding personnel and facilities, emphasizing the importance of effective security measures against various threats. Interested firms must submit their qualifications by December 5, 2025, to Ms. Shayani Mukherjee at mukherjees1@state.gov, with responses limited to eight pages.
    5.56 AR Rifle and Accessories
    Buyer not available
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking information from potential offerors for the procurement of 5.56 AR rifles and accessories. The requirement includes new 5.56 x 45mm semi-automatic duty rifles that must be operable in various environmental conditions and align with the operational standards of existing SR16 AR-style rifles. This procurement is crucial for enhancing the operational capabilities of the USSS, and interested parties are invited to submit a capability statement by December 5, 2025, at 4:00 PM ET, detailing their qualifications and relevant experience. Responses should be directed to Theresa Williams and Erik Syfert via email, and the procurement falls under NAICS code 332994, with a firm fixed-price contract anticipated.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires contractors to provide all necessary labor, materials, and services, with a firm-fixed price contract to be awarded under a 100% small business set-aside, adhering to the NAICS code 561621 and a size standard of $25 million. This procurement is critical for enhancing security measures at the facility, with a performance period of 90 calendar days following the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, and note that the Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025.
    Integrated Security Services Contract 5 (ISSC)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking vendors for the Integrated Security Services Contract 5 (ISSC) to provide comprehensive electronic and physical security systems for various DoD facilities. This non-personal services contract is structured as a Firm Fixed Price Performance Based Indefinite Delivery/Indefinite Quantity (IDIQ) with a potential value not to exceed $475 million and a performance period of up to ten years, focusing on maintaining, repairing, installing, and supporting security systems such as access control, intrusion detection, and video surveillance. Interested firms must possess a Top Secret Facility Clearance and submit capability statements by December 12, 2025, detailing their administrative information, technical capabilities, and subcontracting plans. For further inquiries, vendors can contact Saba Samuels at saba.samuels.civ@mail.mil or Roya Sterner at roya.m.sterner.civ@mail.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.
    Buyer not available
    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 complete the installation in accordance with the provided Statement of Work, with a firm-fixed-price contract structure and a completion timeline of 90 calendar days following the Notice to Proceed. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding federal facilities. Interested contractors must be registered with the System for Award Management (SAM) and can direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, with RFQ documents expected to be issued around November 24, 2025.
    RFI - Executive, Administrative and Professional Support Services
    Buyer not available
    The U.S. Marshals Service (USMS) is seeking industry feedback through a Request for Information (RFI) for Executive, Administrative, and Professional Support Services, which will succeed the current Blanket Purchase Agreement held by Mayvin, Inc. This procurement aims to gather contractor assistance across over thirty labor categories, with an estimated value exceeding $200 million over five years, and will require personnel capable of working in a federal law enforcement environment at USMS Headquarters and various satellite offices nationwide. The services are critical for supporting USMS operations in areas such as human resources, finance, and program analysis, ensuring compliance with federal regulations and continuity of operations. Interested parties must submit their responses by December 12, 2025, and direct all communications to Christopher Jones at christopher.jones10@usdoj.gov or Julie Simpson at julie.simpson@usdoj.gov, with the subject line “Administrative Management RFI.”
    Infrastructure Safety Support Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking industry input for Infrastructure Safety Support Services under a Cost-Plus Fixed Fee (CPFF) task order. The procurement aims to gather information to assist in the preparation of a task order that will encompass safety and environmental compliance, facilities management, and security operations across Kitsap, Jefferson, and Clallam Counties in Washington State. This initiative is critical for ensuring the operational integrity and safety of the Navy's infrastructure, with an estimated contract value between $25 million and $50 million, and a projected workforce requirement of approximately 32 full-time positions. Interested parties are encouraged to submit their responses and questions via email to Michelle Farrales by December 12, 2025, as part of this sources sought notice.