Armed Security Guard Services
ID: 70FA4025I00000004Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYSUPPORT SERVICES SECTION(SS40)WASHINGTON, DC, 20472, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 7:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 7:05 PM UTC
The Federal Emergency Management Agency (FEMA) is seeking information from qualified security service providers through a Request for Information (RFI) to identify potential sources able to provide licensed, armed security guards within 24 to 48 hours both domestically (CONUS) and internationally (OCONUS). This RFI is for information gathering purposes only and does not obligate the government to any contract. Responses will help FEMA assess the market's capabilities and are due by April 28, 2025. Interested contractors need to submit an RFI response that includes company information, capability statements, and answers to specific questions regarding guard deployment capabilities, personnel qualifications, operational support, and compliance with regulations. Responses should highlight experience in relevant projects, personnel training, and the use of technology for rapid deployment and reporting. FEMA's intent is to establish a network of security providers that can cover all U.S. states and territories efficiently during emergencies, enhancing their operational support capabilities. The anticipated contract is set for a base year with four option years, focusing on businesses that can provide regional support aligned with disaster management efforts.
Mar 28, 2025, 7:05 PM UTC
The Federal Emergency Management Agency (FEMA) has issued a Performance Work Statement (PWS) for Level II Armed Protective Security Officers to provide security services across the United States during declared disasters. This agreement will ensure the prompt deployment of 35 armed guards within 24 to 48 hours following a service call. The contractor is responsible for managing all elements of security personnel, including recruitment, training, and compliance with federal regulations. Key responsibilities of the security officers include access control, visitor processing, emergency response, and conducting patrols at various FEMA facilities such as disaster relief centers and logistical staging areas. Officers must adhere to specific post orders and maintain high standards of conduct and fitness. The PWS emphasizes the critical role of the contractor in adhering to legal, safety, and operational standards. Additionally, thorough background checks and qualifications are required for all personnel, ensuring they can effectively manage security tasks. The document outlines performance requirements, details on contractor personnel, and guidelines for necessary equipment and uniforms. This initiative underscores FEMA’s commitment to national security during emergencies, aiming to enhance safety for federal employees and visitors while ensuring effective operational support within disaster zones.
Mar 27, 2025, 7:05 PM UTC
The Federal Emergency Management Agency (FEMA), through its Office of the Chief Security Officer (OCSO), issued a Request for Information (RFI) to identify qualified security service providers capable of deploying licensed, armed security guards within 24 to 48 hours, both domestically (CONUS) and internationally (OCONUS). This RFI serves as a preliminary information-gathering tool to assess market capabilities and is not a binding solicitation. Respondents must detail their guard deployment capabilities, including state/territory coverage timelines and personnel qualifications. The RFI outlines required documentation, response formatting, and submission instructions while ensuring the confidentiality of proprietary information. FEMA anticipates procuring services that can support varied disaster response needs across the ten specified regions of the U.S. A performance work statement draft is attached for reference. Responses are intended to inform FEMA’s strategy for acquiring security services and ensure compliance with necessary regulations. Overall, this RFI emphasizes rapid deployment and operational flexibility to meet emergency demands efficiently.
Mar 28, 2025, 7:05 PM UTC
The document outlines the requirements and capabilities of companies bidding for government contracts regarding armed guard services. It includes vital sections covering deployment capability, personnel qualifications, operational support, compliance, and financial considerations. Companies must demonstrate their ability to provide licensed armed guards within 24-48 hours, detail their personnel training and screening processes, and ensure compliance with relevant regulations. Evaluation criteria include the maximum number of guards available for rapid deployment, as well as the use of technology for effective communication and reporting. Additionally, the document emphasizes the importance of contractual terms, insurance coverage, and any necessary retainer fees for maintaining emergency deployment capabilities. The purpose of this document is to aid government agencies in selecting vendors capable of meeting urgent security needs efficiently and effectively, aligning with federal RFP processes.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Emergency Detention and Related Services Strategic Sourcing Vehicle
Buyer not available
The Department of Homeland Security, through the U.S. Immigration and Customs Enforcement (ICE), is seeking proposals for an Emergency Detention and Related Services Strategic Sourcing Vehicle to enhance detention capabilities nationwide in response to a national emergency declaration at the Southern Border. The procurement aims to secure additional detention beds and related services, including facility operations, secure transportation, medical care, and legal assistance for detainees, in alignment with recent executive orders on immigration enforcement. This initiative is critical for managing increased immigration law enforcement efforts and ensuring compliance with established detention standards. Proposals are due by 2:00 PM EDT on April 7, 2025, with a total funding ceiling of $45 billion over multiple indefinite delivery/indefinite quantity (IDIQ) contracts, and interested parties can contact Sarah West at sarah.a.west@ice.dhs.gov for further information.
R--AAO SECURITY GUARD SERVICES
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified contractors to provide armed security guard services for its Albuquerque Area Office. The procurement aims to ensure facility safety through tasks such as perimeter patrols, monitoring parking areas, and assisting visitors during operational hours, with a focus on emergency response and incident documentation. This opportunity is critical for maintaining a secure environment and facilitating safe interactions within the facility. Interested vendors must respond to the Sources Sought Notice by April 18, 2025, and are reminded that registration in the System for Award Management (SAM) is required for eligibility. For further inquiries, potential contractors can contact Tina Villegas at tvillegas@usbr.gov or by phone at 505-462-3602.
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 iconic sites such as the Washington Monument, Lincoln Memorial, and White House Visitor's Center. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires vendors to provide comprehensive security personnel and resources to ensure safety and security at these high-traffic locations over a five-year period, which includes one base year and four optional years. This procurement is crucial for maintaining public safety at federally managed sites, reflecting the government's commitment to effective security measures. Interested parties must submit their proposals by April 27, 2025, and are encouraged to attend a mandatory site visit on April 3, 2025; for further inquiries, contact Michelle Shoshone at michelleshoshone@nps.gov or 202-578-9322.
FEMA Pre-Solicitation: Hermit’s Peak/Calf Canyon Claims Review Technical Support
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for technical support services related to the Hermit’s Peak/Calf Canyon Claims Review. The primary objective of this procurement is to provide professional and technical assistance to the Hermit’s Peak/Calf Canyon Claims Office, ensuring efficient and claimant-centric processing of claims resulting from the significant damages caused by the Hermit’s Peak and Calf Canyon fires in New Mexico. Key tasks include assisting with claim intake, documentation collection, and evaluating claims for compensatory damages, with an emphasis on maintaining compliance with regulatory guidelines and delivering timely responses to claimants. The anticipated solicitation release is expected around mid-April 2025, and interested contractors can direct inquiries to Rachel Woods at Rachel.Woods@fema.dhs.gov or Sharon Edwards at Sharon.Edwards3@fema.dhs.gov. This contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a performance period of five years, including a base year and four option years.
Lower Columbia River Armed Security Services, Amend 0001
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Portland District, is seeking proposals for armed security services at the Lower Columbia River dams, including Bonneville, The Dalles, and John Day. The procurement aims to ensure continuous security operations, including roving patrols, building security, and emergency responses, with a contract performance period beginning approximately July 1, 2025. This opportunity is particularly significant as it supports the protection of critical infrastructure, emphasizing compliance with federal, state, and local regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals electronically by April 22, 2025, and can direct inquiries to Nathean Stoner at nathean.w.stoner@usace.army.mil or Suzanne Hunt at suzanne.w.hunt@usace.army.mil, with a total contract value estimated at $29 million.
St. Marys Falls Canal Armed Security Guard Services
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Detroit District, is conducting a Sources Sought notice to identify potential contractors capable of providing armed security guard services for the Soo Project Office located in Sault Ste. Marie, Michigan. The primary objective is to ensure the safety of government personnel, facilities, and equipment, with contractors required to supply all necessary personnel, equipment, and supervision for effective security operations. This initiative is part of a broader effort to enhance security through contracted services, emphasizing the importance of reliability and experience in the selection process. Interested firms, including small businesses, must submit their responses, including a completed questionnaire, to Contract Specialist Joseph Orlando at joseph.orlando@usace.army.mil and Contracting Officer Kari Tauriainen at kari.tauriainen@usace.army.mil by 2:00 PM Eastern Time on April 17, 2025.
National Fallen Firefighter Memorial
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), intends to negotiate a sole source contract with the National Fallen Firefighters Foundation (NFFF) for the management of the National Fallen Firefighters Memorial Weekend. The contract aims to procure services that include organizing memorial events, consulting with fire service groups and families, and providing support for survivors of fallen firefighters, ensuring the event is conducted with the honor and dignity it deserves. This annual event, which recognizes the sacrifices of firefighters, is crucial for community support and healing, and the NFFF is uniquely qualified to manage it due to its established relationships and expertise in this area. Interested parties may submit capability statements to the primary contacts, Jane Huwig-Leister and James Suerdieck, by December 13, 2024, at 5:00 p.m. Eastern.
EMERGENCY SUPPORT SECTION Deployment Equipment
Buyer not available
The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking sources for the procurement of emergency support section deployment equipment through a Blanket Purchase Agreement (BPA). This initiative aims to ensure that law enforcement personnel have access to essential personal protective equipment (PPE) and related supplies necessary for effective disaster response operations, including both natural and man-made emergencies. The BPA will facilitate the rapid procurement and delivery of a range of tactical and emergency equipment, such as medical kits, safety vests, and portable generators, thereby enhancing operational readiness for government and emergency services. Interested vendors must submit their responses, including company information and capability statements, by April 8, 2025, with inquiries directed to David Berger at david.berger@atf.gov or Christian Shepherd at Christian.Shepherd@atf.gov.
First Responder Technologies under SAVER project.
Buyer not available
The U.S. Department of Homeland Security (DHS) is seeking information on commercially available first responder technologies as part of its System Assessment and Validation for Emergency Responders (SAVER) program. This initiative aims to gather market research on specific technology areas, including fixed-position radiation monitoring systems, telemedicine for emergency medical services, ballistic helmets, personal cooling systems, drones, 3D indoor mapping, video analytics for weapons detection, unmanned underwater vehicles, and radiation simulation systems. The information collected will assist emergency response agencies in selecting and procuring essential equipment, ensuring alignment with established DHS equipment listings. Interested vendors are encouraged to submit their responses by April 9, 2025, and can contact Norman Kaufmann at norman.kaufmann@hq.dhs.gov or Mohammed Rizki at mohammed.rizki@hq.dhs.gov for further details.
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.