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
Armed Protective Security Officer (PSO) Services throughout North Central/East Texas including Dallas
Buyer not available
The Department of Homeland Security's Federal Protective Service (FPS) is seeking qualified contractors to provide Armed Protective Security Officer (PSO) Services throughout North Central/East Texas, including Dallas. The procurement aims to identify small business contractors capable of delivering security services across three categories: Basic Services, Temporary Additional Services, and Emergency Security Services, with an anticipated workload of approximately 423,469.75 hours annually and a staffing requirement of around 250 personnel to cover 137 posts at various federally owned, leased, or occupied facilities. This Sources Sought Notice is part of market research and does not constitute a solicitation for proposals; interested parties must submit an expression of interest and a capabilities statement by April 16, 2025, to Stacy Powell at stacy.a.powell@fps.dhs.gov or Nikki Finney at Nikki.finney@fps.dhs.gov.
Catastrophe Model Licenses
Buyer not available
The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking to procure commercial catastrophe modeling licenses for storm surge and inland flooding as part of its National Flood Insurance Program (NFIP). The objective is to enhance FEMA's risk analysis and insurance capabilities, enabling quicker recovery from disasters while minimizing financial impacts. This procurement will involve multiple-award blanket purchase agreements (BPAs) for software licenses, which must include geographic coverage for all U.S. states, stochastic event simulations, and ongoing technical support. Interested vendors are invited to submit capability statements by April 25, 2025, detailing their modeling capabilities and compliance with federal standards. For further inquiries, contact Bryan Falcone at bryan.falcone@fema.dhs.gov or Alexander Ramirez at alexander.ramireztorres@fema.dhs.gov.
Planning and Exercise Technical Assistance
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide advanced technical assistance through the Planning and Exercise Division Technical Assistance Contract (PEDTAC). The primary objective of this procurement is to fill critical skills gaps within FEMA by acquiring specialized expertise in complex disaster planning, exercise execution, and strategic advisory services, thereby enhancing the agency's operational capabilities and preparedness for national disaster response. This initiative is vital for ensuring effective coordination among federal, state, local, tribal, and territorial agencies, as well as for developing and refining emergency response plans and training programs. Interested vendors must submit their responses by April 14, 2025, to Karley Hoyt at karley.hoyt@fema.dhs.gov, with a focus on demonstrating their corporate capabilities and relevant experience in emergency management.
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.
TRANSITIONAL SHELTERING ASSISTANCE PROGRAM OVERVIEW
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking information from qualified contractors regarding the Transitional Sheltering Assistance (TSA) Program, which aims to enhance temporary lodging solutions for disaster survivors. The TSA program provides short-term sheltering for individuals and families affected by disasters, having successfully accommodated over 319,000 households in the past five years, and FEMA is looking to streamline processes and expand collaborations with private-sector lodging providers to activate housing solutions quickly post-disaster. Interested contractors are invited to submit their capabilities in developing survivor processing portals, system integrations, and payment management, with responses due by April 2025, as the anticipated project launch is estimated for October 2025. For further inquiries, interested parties may contact Lassey Wilson-Bahun at lassey.wilsonbahun@fema.dhs.gov or Keturah Stroy at keturah.stroy@fema.dhs.gov.
Request for Information - Planning & Exercise Technical Assistance
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors through a Request for Information (RFI) for the Planning and Exercise Division Technical Assistance Contract (PEDTAC). This initiative aims to gather insights from vendors capable of providing advanced technical assistance to enhance FEMA's disaster planning and exercise execution capabilities, addressing critical skill gaps within the agency. The contract will focus on delivering specialized expertise in areas such as strategic advisory services, geospatial analytics, training, and IT support, which are essential for improving national disaster preparedness and response. Interested parties must submit their responses by April 14, 2025, and can direct inquiries to Karley Hoyt at karley.hoyt@fema.dhs.gov.
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.
HMA Training Support Services
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to provide training support services for its Hazard Mitigation Assistance (HMA) programs. The procurement aims to secure reliable and effective training development and delivery services, including the creation and maintenance of training courses, logistical support, and project management for various mitigation programs. This opportunity is critical for enhancing the capabilities of FEMA's training initiatives, which play a vital role in disaster preparedness and resilience. Interested 8(a) certified small businesses must submit proposals by May 7, 2025, with inquiries directed to Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.