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

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Apr 16, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 25, 2025, 12:00 AM UTC
  3. 3
    Due May 19, 2025, 7:00 PM UTC
Description

The Department of Homeland Security, through the Federal Protective Service, is seeking 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 resources necessary to fulfill the Armed PSO services as outlined in the National Statement of Work (NSOW). This procurement is significant for enhancing security measures at federal facilities, ensuring compliance with FPS standards, and maintaining operational efficiency. Proposals are due by May 19, 2025, with an expected award date by October 31, 2025, and the initial performance period commencing on March 1, 2026, lasting through February 28, 2030. Interested parties 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
Apr 25, 2025, 3:06 PM UTC
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.
Apr 25, 2025, 3:06 PM UTC
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.
Lifecycle
Title
Type
Similar Opportunities
Protective Security Officer (PSO) services at the IRS facility in Andover, MA
Buyer not available
The Department of Homeland Security, through the Federal Protective Service, is seeking qualified contractors to provide Armed Protective Security Officer (PSO) services at the IRS facility in Andover, Massachusetts. The contractor will be responsible for delivering all necessary labor, materials, management, supervision, training, licenses, and permits as outlined in the Statement of Work (SOW), with a contract structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement featuring fixed hourly rates. This procurement is significant for ensuring the safety and security of federal facilities, and it will be solicited as an 8(a) Small Business Set-Aside, with a total period of performance spanning one base year and four optional years. Interested parties are encouraged to register with the System for Award Management (SAM) and attend a virtual Pre-Proposal Conference for further details, with inquiries directed to Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov.
Armed Security Guard Services
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Armed Security Guard Services through a Blanket Purchase Agreement (BPA). The primary objective is to ensure the rapid deployment of 35 armed guards within 24 to 48 hours following a service call, primarily at disaster-related sites and facilities across the United States during declared disasters. This initiative is crucial for maintaining security and safety for federal employees and visitors in emergency situations, enhancing FEMA's operational support capabilities. Interested contractors must submit their responses, including company information and capability statements, by April 28, 2025, to the primary contact, Sherri Brown, at Sherri.Brown@fema.dhs.gov, or the secondary contact, Meeka Tilahun, at Meeka.Tilahun@fema.dhs.gov.
Protective Security Officer services Upstate, New York
Buyer not available
Presolicitation notice from the Department of Homeland Security, Office of Procurement Operations, for Protective Security Officer (PSO) services in various locations throughout Upstate, New York. The armed PSOs will protect federal personnel and property at federally owned and leased buildings. The contract will have a one-year base period with four one-year option periods and an optional 6-month extension. Services will be provided under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The estimated PSO basic service hours for the 66-month period are 1,944,250 hours. The solicitation is anticipated to be posted between June 4, 2019, and June 6, 2019, on www.fedbizopps.gov.
70RFPW25QW9000007 VSS TUCSON CAMERA ADDITION
Buyer not available
The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking proposals for the purchase and installation of additional IP cameras at the VSS Tucson Federal Officer Building located at 300 West Congress Street, Tucson, Arizona. This procurement is designated as a 100% small business set-aside and will be awarded under a firm-fixed price contract, adhering to the NAICS code 561621, which encompasses Security Systems Services. The initiative aims to enhance security infrastructure within federal facilities, reflecting the government's commitment to improving surveillance capabilities in response to evolving security challenges. Interested contractors must be registered with the System for Award Management (SAM) prior to contract award, and the Request for Quotation (RFQ) is expected to be posted on SAM.gov around March 25, 2025. For inquiries, potential offerors can contact Contract Specialist Cedric Bedgood at cedric.bedgood@fps.dhs.gov or by phone at 253-532-0365.
Protective Security Officer Services
Buyer not available
Special Notice: Homeland Security, Department of intends to extend the current ordering periods of multiple award contracts for Protective Security Officer Services. These extensions will provide continued security services at various locations in Washington DC while the follow-on efforts for these services are awarded and transitioned. The services are typically used to provide security and protection at government facilities. Interested parties may submit capability statements in response to this notice.
Protective Security Officer Services
Buyer not available
Special Notice: Homeland Security, Department of is procuring Protective Security Officer Services. These services are typically used for providing armed protective security officer services at various locations in Washington, DC. The Department of Homeland Security is extending the task order under Contract 70RFP218DEC000018 with Triple Canopy, Inc. This extension is to ensure continued protective security officer services in the Washington, DC area while the follow-on effort for these services is awarded and transitioned.
Protective Security Officer Services
Buyer not available
Special Notice: Homeland Security, Department of is procuring Protective Security Officer Services. These services are typically used for providing armed protective security officer services at various locations in Washington, DC. The Department of Homeland Security is extending the task order to Triple Canopy, Inc. to continue these services while they award and transition the follow-on effort for these services.
Protective Services Officer
Buyer not available
Sources Sought JUSTICE, DEPARTMENT OF is seeking a Total Small Business Set-Aside for the procurement of Protective Services Officer. This opportunity is for the recruitment of Protective Service Officers (PSOs) to assist the US Marshals Service. PSOs are responsible for ensuring the safety and security of USMS protected persons and property. They perform tasks such as standing post, patrolling duty locations, monitoring surveillance equipment, controlling access points, and evacuating protected persons in emergency situations. PSOs also provide security for specific physical locations and secure sites occupied by or visited by protected persons. Eligible candidates must have experience as actively employed, reserve, or local Law Enforcement Officers with arrest authority and a minimum of one year of experience, or Military Police Officers with a minimum of one year of experience. The position requires U.S. citizenship, being 21 years of age or older, holding a high school diploma or GED, and possessing a valid U.S. driver's license. Applicants must also have no felony criminal convictions, disqualifying misdemeanor convictions, or derogatory civil records. Firearms proficiency and medical fitness are also required. Interested applicants should submit a resume, USM 235, and USM 606 to the provided email address. Failure to follow instructions may result in non-employment by the USMS.
Purchase/Install Intrusion Detection System (IDS)
Buyer not available
The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors to purchase and install a new Intrusion Detection System (IDS) at the Moorhead Federal Office Building in Pittsburgh, Pennsylvania. The project entails the removal of the existing IDS and the installation of a new system, which includes components such as an alarm control panel, alarm keypads, and wireless transmitters, among others. This procurement is crucial for enhancing security measures within federal facilities, ensuring the protection of personnel and assets. Interested vendors must submit their quotes by May 9, 2025, at 4:00 PM EDT, and are encouraged to attend a site visit on February 4, 2025, to better understand the project requirements. For further inquiries, contact James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.
S--Unarmed Security Guard Services at NCR
Buyer not available
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.