Armed PSO Services - IRS locations located in Austin, Texas
ID: 70RFP424RE7000007Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSFPS EAST CCG DIV 4 ACQ DIVPHILADELPHIA, PA, 19106, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Homeland Security (DHS), through its Office of Procurement Operations, is soliciting proposals for Armed Protective Security Officer (PSO) services at the IRS Complex in Austin, Texas. The contract will require the contractor to provide comprehensive management, supervision, manpower, training, and equipment necessary to fulfill the Armed PSO services as outlined in the National Statement of Work (NSOW). This procurement is critical for ensuring the safety and security of federal facilities, and it is a 100% competitive 8(a) small business set aside, emphasizing the importance of engaging small businesses in federal contracting. Interested vendors must submit their proposals by November 3, 2025, and can direct inquiries to Stacy Powell at stacy.a.powell@fps.dhs.gov or Adam L. Reynoso at Adam.L.Reynoso@fps.dhs.gov.

    Files
    Title
    Posted
    This document, Amendment 0001 to Solicitation 70RFP424RE7000007, extends the closing date for offers from May 19, 2025, at 15:00 EST to June 30, 2025, at 15:00 EST. This extension allows for vendor questions and review. The solicitation, issued by the U.S. Department of Homeland Security, Federal Protective Service, pertains to an RFP where the Small Business Administration (SBA) will serve as the prime contractor. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their bids are considered.
    This document is an amendment to Solicitation No. 70RFP424RE7000007, issued by the U.S. Dept. of Homeland Security, Office of Procurement Operations, Federal Protective Service Acq. Division. The primary purpose of this amendment is to extend the solicitation closing date from June 30, 2025, to July 31, 2025, at 15:00 EST. This extension allows for the review and issuance of vendor questions. The document also clarifies that while the Small Business Administration (SBA) will not be identified as the awardee on the SF1449, it will be the prime contractor. The period of performance for the resultant contract is March 1, 2026, to August 31, 2030. Offerors must acknowledge receipt of this amendment by completing and returning copies, acknowledging on their offer, or sending a separate communication, ensuring receipt by the specified deadline.
    This amendment, identified as 70RFP424RE7000007/0003, extends the closing date for the solicitation from July 31, 2025, to September 1, 2025, both at 15:00 EST. This extension allows for the review and issuance of vendor questions. The solicitation is issued by the U.S. Department of Homeland Security, Federal Protective Service Acquisition Division, Office of Procurement Operations. The Period of Performance for the resultant contract is March 1, 2026, to August 31, 2030. It is noted that while the Small Business Administration (SBA) will not be the identified awardee on the SF1449, it will serve as the prime contractor. All other terms and conditions of the original solicitation remain unchanged.
    The Federal Protective Service (FPS) is extending the closing date for solicitation 70RFP424RE7000007 from September 1, 2025, to October 1, 2025, at 3:00 PM EST. This amendment allows for additional review and issuance of vendor questions. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 of the Standard Form 30 or by other specified methods, ensuring receipt before the new closing date. The U.S. Department of Homeland Security's Office of Procurement Operations is managing this modification, with Adam L. Reynoso as the contracting officer. All other terms and conditions of the original solicitation remain unchanged.
    This document is an amendment (0005) to Solicitation No. 70RFP424RE7000007, issued by the U.S. Dept. of Homeland Security, Office of Procurement Operations. The primary purpose of this amendment is to extend the solicitation closing date from October 1, 2025, to November 3, 2025, both at 15:00 EST. This extension allows for the review and issuance of vendor questions. The amendment also clarifies that while the Small Business Administration (SBA) will not be identified as the awardee on the SF1449 form, it will serve as the prime contractor for the resulting contract. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by one of the specified methods to ensure their offer is not rejected.
    The document is an amendment to a solicitation issued by the U.S. Department of Homeland Security's Federal Protective Service. It extends the closing date for offers from May 19, 2025, to June 30, 2025, at 15:00 EST to allow for vendor inquiries. Contractors must acknowledge receipt of this amendment through specified methods, which include responding by letter or electronically before the deadline. The amendment clarifies that although the Small Business Administration (SBA) will not be named as the awardee on the associated SF1449 form, it will act as the prime contractor. Aside from this modification, all original terms and conditions of the solicitation remain unchanged and in effect. This amendment indicates the government's ongoing commitment to providing opportunities for qualified vendors while ensuring clarity in the contracting process.
    This document details an amendment to a solicitation issued by the U.S. Department of Homeland Security, specifically from the Federal Protective Service Acquisition Division. The primary purpose of this amendment is to extend the deadline for submission of offers from June 30, 2025, to July 31, 2025, at 15:00 EST, allowing additional time for vendors to review and submit questions. It stipulates that offers must acknowledge receipt of this amendment by specified methods to avoid potential rejection. The period of performance for the resultant contract will span from March 1, 2026, to August 31, 2030. Notably, while the Small Business Administration (SBA) will not be identified as the awardee, it will serve as the prime contractor for the project. The document confirms that all other terms and conditions of the original solicitation remain unchanged and in full force. This amendment underscores the government’s procedural requirements in managing solicitations and contracts effectively within the context of public procurement.
    The document outlines an amendment to a federal solicitation, specifically the extension of the solicitation closing date from July 31, 2025, to September 1, 2025, at 15:00 EST. This extension allows for a review period and the submission of vendor questions. It indicates that although the Small Business Administration (SBA) will not be identified as the awardee on the contract documentation, it will function as the prime contractor once the contract is awarded. The period of performance for the resultant contract is defined as running from March 1, 2026, through August 31, 2030. The document emphasizes the necessity for contractors to acknowledge receipt of the amendment, with failure to do so potentially leading to the rejection of their offers. Communication regarding changes to previously submitted offers must also reference the solicitation and amendment numbers. The amendment is part of the typical contract modification process followed within government procurement operations, ensuring transparency and adherence to regulatory requirements.
    The Department of Homeland Security's Non-Disclosure Agreement (DHS Form 11000-6) outlines the terms for individuals granted conditional access to Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Other Sensitive but Unclassified (SBU) information. Signatories must comply with all relevant laws, regulations, and directives governing the access, dissemination, handling, and safeguarding of these sensitive information categories. The agreement emphasizes the obligation to protect information from unauthorized disclosure, report security violations promptly, and return all materials upon request or conclusion of duties. Violations can lead to cancellation of access, administrative, disciplinary, civil, or criminal action. The agreement also specifies that it does not supersede existing employee obligations or rights related to disclosures to Congress or whistleblowblowing, ensuring consistency with federal laws protecting legitimate disclosures.
    The Department of Homeland Security has issued a Non-Disclosure Agreement (NDA) for individuals granted conditional access to Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Sensitive but Unclassified (SBU) information. This agreement outlines the signatory's responsibilities to protect sensitive information, ensure compliance with applicable laws and regulations, and report any security violations. The NDA emphasizes the importance of safeguarding specific categories of sensitive information to prevent unauthorized disclosure and identifies protocols for handling and return of such information upon the conclusion of an individual's engagement. By signing, individuals affirm their understanding of the security requirements and the legal ramifications of any disclosures, including potential administrative or criminal action. The agreement is crucial for maintaining national security and upholding the privacy of individuals, ensuring that the government can trust those who have access to sensitive information. Overall, this NDA supports the ethical and secure management of information within government operations, particularly relevant for contractors and affiliates involved in federal projects and grants.
    The Federal Protective Service (FPS) Region 7 issued RFP 70RFP424RE7000007 for Armed Protective Security Officer (PSO) services at the IRS Complex in Austin, Texas. This 100% competitive 8(a) Set Aside RFP, issued April 16, 2025, requires proposals by May 19, 2025, at 3:00 pm (EST). The government anticipates awarding a single Indefinite Delivery Indefinite Quantity (IDIQ) contract with firm-fixed individual task orders, aiming for award by October 31, 2025, with a 120-day transition. The scope includes providing management, supervision, personnel, materials, and equipment for armed PSO services using the new National SOW (November 2024), which introduces significant changes like a 120-day transition, no self-relieving posts, and updated efficiencies. Contractors must provide qualified PSOs with valid firearms licenses and proficiency. The contract's base period is March 1, 2026, to February 28, 2027, with three one-year option periods. Evaluation factors are Relevant Past Performance, Management Approach, and Price, with non-price factors being more important than price. Questions are due by April 29, 2025, at 3:00 pm (EST).
    The Federal Protective Service (FPS) is soliciting proposals for Armed Protective Security Officer (PSO) services at the IRS Complex in Austin, Texas, under RFP 70RFP424RE7000007. The pre-proposal conference was held on April 24, 2025, with proposals due by May 19, 2025. The contract type is an Indefinite Delivery Indefinite Quantity (IDIQ), with an expected award date by October 31, 2025, and a transition period of up to 120 days. The initial performance period is set to begin on March 1, 2026, lasting through February 28, 2030. Key requirements include a qualified PSO force compliant with FPS standards and various operational efficiencies. The evaluation criteria emphasize relevant past performance, management approach, and pricing, where technical factors carry more weight than cost. Contractors must demonstrate effective strategies in staffing, quality assurance, and transitioning management. Questions related to the RFP are due by April 29, 2025, directed to the specified contracting officer. This RFP reflects the FPS's commitment to enhancing security services while ensuring adherence to prescribed regulations and performance standards.
    The Department of Homeland Security Non-Disclosure Agreement (DHS Form 11000-6) outlines the terms and conditions for individuals granted conditional access to Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Other Sensitive but Unclassified (SBU) information. Signers must comply with all applicable laws, regulations, and directives, including the Critical Infrastructure Information Act of 2002 and 49 CFR Part 1520. Key obligations include protecting information from unauthorized disclosure, promptly surrendering materials upon completion of duties, not altering markings without authorization, reporting security violations, and assigning royalties from unauthorized disclosures to the U.S. Government. Violations can lead to administrative, disciplinary, civil, or criminal action and may result in the cancellation of access to sensitive information. The agreement emphasizes the government's right to conduct inspections and enforce its terms, while also clarifying that it does not supersede whistleblower protections or disclosures to Congress.
    Similar Opportunities
    Protective Security Officer (PSO) services in various locations throughout Kentucky
    Buyer not available
    The Department of Homeland Security, specifically the Federal Protective Service Acquisitions Division, is seeking to extend an existing contract for Protective Security Officer (PSO) services across various locations in Kentucky. This procurement aims to provide continued armed PSO services through a sole source extension with Patronus Systems, Inc., allowing for uninterrupted security coverage while a new contract is established. The importance of these services lies in their role in maintaining safety and security at federal facilities, which is critical for operational continuity. Interested parties can direct inquiries to Stephen Allen at Stephen.M.Allen@fps.dhs.gov, with the extension set to commence on January 1, 2026, under the authority of 41 U.S.C. 3304(a)(1).
    Justification and Approval-PSO Services TN Statewide
    Buyer not available
    The Department of Homeland Security, specifically the Office of Procurement Operations, is seeking services related to Justification and Approval for PSO Services across the state of Tennessee. The procurement aims to secure housekeeping and guard services, which are essential for maintaining safety and security in various facilities. Interested vendors can find further details in the attached documentation, and they are encouraged to reach out to the primary contact, John Liu, at john.c.liu@fps.dhs.gov or by phone at 215-521-3112, or the secondary contact, Kelly Minturn, at Kelly.M.Minturn@fps.dhs.gov, for additional inquiries.
    Justification and Approval for Other Than Full and Open Competition PSO Services for North Florida
    Buyer not available
    The Department of Homeland Security is seeking to procure services related to Justification and Approval for Other Than Full and Open Competition for PSO Services in North Florida. This procurement aims to secure housekeeping and guard services, which are essential for maintaining safety and security in the region. The services will be performed in Florida, underscoring the importance of these operations in supporting the department's mission. Interested vendors can reach out to Kerrin Cahill at Kerrin.Cahill@fps.dhs.gov for further details regarding this opportunity.
    2024 Department of Homeland Security (DHS) Directorate of Science and Technology (S&T) Long Range Broad Agency Announcement (LRBAA) 24-01
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals through its Long Range Broad Agency Announcement (LRBAA) 24-01, aimed at funding scientific and technical projects that enhance homeland security capabilities. This five-year initiative, open until May 31, 2029, focuses on three types of research: near-term component gaps, foundational science, and future needs/emerging threats, covering key mission areas such as Counter Terrorism, Border Security, and Cyberspace Security. The submission process involves a three-step approach: Industry Engagement, Virtual Pitch, and Written Proposal, with eligibility extended to various entities, including small businesses. Interested parties can contact John Whipple at john.whipple@hq.dhs.gov or the LRBAA Program Mailbox at LRBAA.Admin@HQ.DHS.GOV for further information.
    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.
    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.
    Level II Armed Security Guard
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure Level II Armed Security Guard services for Disaster Recovery (DR 4684-AL). This procurement aims to ensure the safety and security of facilities and personnel during emergency preparedness operations. The provision of armed security services is critical for maintaining a secure environment in disaster response scenarios. Interested vendors can reach out to Nicole L. Joseph at nicole.joseph@fema.dhs.gov or call 470-416-9313 for further details regarding this opportunity.
    Level II Armed Guard Service - State of Tennessee
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking immediate armed guard services in response to the catastrophic tornadoes that struck Tennessee on March 31st and April 1st, 2023. The procurement aims to secure at least eleven federal facilities, including Joint Field Offices and Disaster Recovery Centers, which require a minimum level of security as mandated by DHS guidelines. This urgent need arises from the Federal Protective Service's inability to provide the necessary guard services due to resource constraints, particularly in rural areas where security options are limited. Interested vendors can contact Nicole L. Joseph at nicole.joseph@fema.dhs.gov or by phone at 470-416-9313 for further details on this sole source contract opportunity.
    Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation, identified as RFP No. 70RDA226R00000001. This procurement aims to establish a Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a maximum ceiling of $1.5 billion, to provide C-UAS capabilities that address the evolving threats posed by unauthorized unmanned aircraft systems. The contract is divided into two tracks: Track 1 focuses on Hardware/Software and Ancillary Services, while Track 2 encompasses Comprehensive Services, including turnkey solutions and system integration. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Leslie Kenser at Leslie.Kenser@hq.dhs.gov or Bjorn Miller at bjorn.miller@hq.dhs.gov for further information.
    8(a) Contract Security Officer (CSO) Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking potential sources for an 8(a) Contract for Security Officer (CSO) Services to support the Pentagon Force Protection Agency (PFPA). The objective of this procurement is to ensure that security posts are adequately staffed, patrolled, and inspected, while maintaining the security of Entry Control Points (ECP) to prevent unauthorized access and ensure the safety of personnel within the National Capital Region, predominantly on the Pentagon Reservation. This contract is critical for delivering high-quality security and first-responder services that align with the PFPA's mission of protection and security. Interested parties can reach out to Yolnie Merriweather at yolnie.t.merriweather.civ@mail.mil or call 703-545-2750 for further information regarding this opportunity.