Market Survey-Western Service Area Contract Security Officer Services
ID: Market_Survey_Western_Service_Area_Contract_Security_Officer_ServicesType: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION693KA8 SYSTEM OPERATIONS CONTRACTSWASHINGTON, DC, 20591, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified vendors for Contract Security Officer (CSO) services in the Western Service Area, which includes states such as Alaska, California, and Hawaii, as well as Guam. The FAA seeks to procure armed CSO services to ensure the safety and security of its employees and facilities, requiring contractors to have a minimum of five years of experience in similar roles, along with necessary licenses and compliance with federal and state regulations. The services will encompass access control, visitor processing, and emergency response, with a focus on maintaining operational readiness and mitigating security risks. Interested parties must submit their past performance information and capability statements by March 26, 2025, to Timothy Thannisch at timothy.g.thannisch@faa.gov, adhering to specified formatting guidelines.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) requires the procurement of Contract Security Officer (CSO) services to enhance the security of its facilities and personnel. This Statement of Work (SOW) outlines the responsibilities and qualifications required of the Contractor, including provisions for staffing, training, and operational protocols. Contractors must provide armed CSOs with a minimum of five years of relevant experience and necessary licenses, ensuring compliance with federal and state regulations. Key services include access control, visitor processing, vehicle screening, and emergency response. Contractors must maintain personnel records and monitor adherence to security protocols, while ensuring minimal disruption to government operations. The SOW mandates specific medical and drug testing requirements for CSOs, alongside standards of conduct to uphold professionalism and integrity. In addition, the Contractor's Security Officer Manual (SOM) must guide operations, detailing expected behaviors, emergency procedures, and qualifications concerning weapons use. The FAA anticipates that these robust security measures will mitigate risks related to theft, sabotage, and other threats against national aviation interests, emphasizing the importance of operational readiness and a secure environment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MARKET SURVEY/CAPABILITY ASSESSMENT for Deos Development Seat Perpetual License, ARINC 653 and Rate Monotonic APIs Using Multicore Operation
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to assess capabilities for providing a Deos Development Seat Perpetual License, which includes ARINC 653 and Rate Monotonic APIs utilizing multicore operation. The FAA is seeking responses from interested vendors, including small businesses and 8(a) certified firms, to gather information on their ability to supply these licenses, which are crucial for software development in aviation systems. Interested parties must submit a capability statement and a Rough Order of Magnitude (ROM) estimate by 5:00 PM CDT on March 21, 2025, via email to Jennifer Lucas at jennifer.l.lucas@faa.gov, ensuring to mark all documents as proprietary.
    Converting MVSS-R EchoShield Variant to MVSS-R SR-Hawk Variant
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for the conversion of a Mobile Video Surveillance System-Radar (MVSS-R) EchoShield variant to an SR-Hawk variant for U.S. Customs and Border Protection (CBP). The project entails the modification and installation of a new SR-Hawk radar, necessary cabling, and mounting hardware, along with adjustments to the Single Access Positioner (SAP) to ensure compatibility with the new radar system. This initiative aims to enhance border security capabilities through upgraded surveillance technology, with the government providing the MVSS-R EchoShield truck for the conversion. Interested vendors must submit their responses by 4:00 p.m. CST on March 27, 2025, to Jason Perry at jason.m.perry@faa.gov, including "6973GH-25-R-MVSS – CBP MVSS-R Echo Shield Radar Conversion - MARKET SURVEY" in the subject line.
    6973GH-25-R-00093 - USFS GUY TENSIONING_GOLDEN POND - MARKET SURVEY
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for the implementation of guy system tensioning and related repairs for U.S. Forest Service (USFS) tower assets, with a focus on enhancing the safety and compliance of critical communication infrastructure. The project involves tasks such as guy system tensioning, corrosion abatement, grounding installation, and site-specific repairs at various repeater sites, including Winona, Golden Pond, and Cass, ensuring adherence to safety standards like OSHA and NFPA. This initiative is vital for maintaining operational capabilities of communication and lookout towers used in mission-critical operations within national forests. Interested vendors must submit their capability statements and responses by 4:00 p.m. Central Time on March 21, 2025, to Tamara Maxwell at tamara.m.maxwell@faa.gov, marking all documents as proprietary as necessary.
    Intent to Award Corrective Maintenance Contract
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), intends to award a single source contract extension for corrective maintenance services to KBR Wyle Services, LLC. This extension, which will prolong the existing contract DTFAWA-17-C-00040 by 12 months, is aimed at supporting the FAA Facility Security Risk Management Program Office by ensuring the continued maintenance of physical security systems that protect FAA employees, facilities, and the National Airspace System (NAS). This procurement is critical as it allows for uninterrupted security support while the FAA prepares to solicit and award a recompete for the replacement contract. Interested parties can direct inquiries to Contract Specialist Krystal Au at krystal.au@faa.gov or Contracting Officer Patricia Petersky at patricia.petersky@faa.gov by 5 PM ET on March 18, 2025, as this announcement serves informational purposes only and is not a solicitation for proposals.
    Janitorial Service Philadelphia Air Traffic Control Tower
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Philadelphia Air Traffic Control Tower and Modular Offices. The contract is structured as a firm-fixed-price procurement, set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), covering a base year from May 1, 2025, to April 30, 2026, with four additional one-year option periods. This procurement is critical for maintaining cleanliness and hygiene in a facility that operates 24/7, ensuring compliance with safety and quality standards as outlined in the Statement of Work. Interested contractors must submit their proposals via email by the specified deadline and direct any inquiries to Jennifer Walker-Gomez or Josh Haker at the provided FAA email addresses, with all questions due by March 7, 2025.
    Alaska Commuter Passenger Services
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Alaska Commuter Passenger Services under solicitation number HTC71125RC001. The contract requires the provision of air transportation services for military and government personnel within Alaska, utilizing IFR-equipped, turbine-powered multi-engine aircraft with a minimum capacity of twelve passengers. This service is critical for ensuring reliable transportation in support of military operations, adhering to stringent FAA and DoD regulations, and maintaining a scheduled reliability of 95%. Interested contractors must submit their proposals, including past performance evaluations and aircraft identification details, by March 31, 2025, and can direct inquiries to Tyler Gilmore or Barbara L. Wolf via their respective email addresses.
    District/Aviation Security Officers
    Buyer not available
    Special Notice: Justice, Department of, US Marshals Service is seeking District/Aviation Security Officers for various tasks including guarding and processing federal prisoners, transporting prisoners to medical appointments, and guarding federal property. The officers will be scheduled on an "on call/as needed" basis and must meet certain requirements such as U.S. citizenship, minimum one year of law enforcement or corrections experience, and firearms proficiency if necessary. Interested applicants should submit a letter of interest and resume to the USMS District Office in their location.
    FAA DVT Sustainment Program
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the FAA DVT Sustainment Program, which focuses on the long-term support and modernization of Distance Measuring Equipment (DME), Very High Frequency Omnidirectional Radio Range (VOR), and Tactical Air Navigation (TACAN) systems. The procurement aims to ensure the operational resilience of these critical navigation systems, which are essential for aviation safety, particularly as many of these systems are over 30 years old. Contractors will be required to provide comprehensive program management, systems engineering, quality assurance, and training programs, with a contract duration of up to 20 years and a minimum guaranteed work order of $100,000. Interested parties can contact Richard J. Simons at richard.j.simons@faa.gov or Michael Jones at Michael.E.Jones01@faa.gov for further details.
    ARSR-2 Pedestal Main Bearing
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking vendors to provide four (4) ARSR-2 Pedestal Main Bearings, IFS P/N 100028189, as part of a market survey to assess capabilities and interest in fulfilling this procurement requirement. The FAA aims to gather information to determine the appropriate procurement method, which may include full-and-open competition or set-asides for small businesses, service-disabled veteran-owned small businesses, or eligible socially and economically disadvantaged businesses certified by the SBA. The bearings are critical components for FAA operations, and the procurement process will consider responses to the market survey, which must be submitted by March 25th, 2:00 PM CT, to Haylee Hildebrand at haylee.p.hildebrand@faa.gov. Interested vendors are required to provide a capability statement, proof of entity registration in SAM, and any applicable certifications.
    FY25 PACAF Assessment and Authorization for Federal Information System Management Act (FISMA) and Cybersecurity Hardening
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the FY25 PACAF Assessment and Authorization for Federal Information System Management Act (FISMA) and Cybersecurity Hardening services. This procurement aims to enhance PACAF's cybersecurity compliance with FISMA and Department of Defense directives, providing critical support through the engagement of two Cybersecurity Subject Matter Experts and one Threat Vulnerability Manager SME to conduct assessments and offer training to military and DOD civilian personnel. The contract, which is a recompete acquisition, will span one base year with four option years, focusing on maintaining mission readiness and addressing cybersecurity challenges across various PACAF bases in Hawaii, with performance expected to commence on September 30, 2025. Interested vendors are encouraged to submit capabilities statements to the primary contact, Dominick Cagle, at dominick.cagle@us.af.mil or by phone at 808-471-4401, with the possibility of an 8(a) direct award if sufficient responses are not received.