S--Security Guard Services for the USGS National Cent
ID: 140G0125R0002Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)
Timeline
    Description

    The U.S. Geological Survey (USGS) is seeking proposals for security guard services at its National Center in Reston, Virginia, under solicitation number 140G0125R0002. The contract will cover a base period from April 1, 2025, to March 31, 2026, with multiple option periods extending through March 31, 2030, requiring at least 35 Protective Service Officers (PSOs) to ensure comprehensive security operations, including access control and emergency response. This procurement is crucial for maintaining the safety and security of federal facilities, emphasizing the importance of qualified personnel and adherence to stringent training and operational standards. Interested vendors must submit their proposals by February 4, 2025, at 2:00 PM EST, and can direct inquiries to Nicole Demby at ndemby@usgs.gov or by phone at 703-648-7372.

    Point(s) of Contact
    Demby, Nicole
    (703) 648-7372
    (703) 648-7899
    ndemby@usgs.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for Security Guard Services for the U.S. Geological Survey (USGS) National Center in Reston, Virginia. It describes a hybrid Firm-Fixed Price/Labor-Hour contract for a service period spanning five years, beginning April 1, 2025, with details on various labor categories and pricing for multiple option periods. An essential component of the RFP is the requirement for at least thirty-five Protective Service Officers (PSOs) to maintain operational readiness, alongside a comprehensive array of security tasks including access control, emergency response, and monitoring systems. The government will provide specific equipment and facilities, while the contractor is responsible for uniforms, firearms, and all necessary operational equipment. Key qualifications for personnel include a high school education, relevant experience, and strict training standards. Regular drug screening and background checks are mandated to maintain personnel integrity. Additionally, the term includes protocols for supervision and transition planning for effective service continuity. Overall, the document emphasizes compliance with federal regulations while ensuring the safety and security of the USGS facilities, reflecting the government's commitment to providing robust security services through careful vendor selection and stringent operational guidelines.
    The document details a Request for Proposal (RFP) for Security Guard Services at the U.S. Geological Survey (USGS) National Center in Reston, Virginia. It outlines the contract’s purpose, which is to secure the center's facilities, and specifies a hybrid firm-fixed price/labor-hour contract with a performance period spanning from April 2025 to March 2030. The proposal necessitates 35 Protective Service Officers (PSOs) and includes comprehensive security responsibilities such as access control, emergency response, and monitoring security systems. The contractor is expected to maintain high standards of training, certification, and employee qualifications, ensuring compliance with government regulations. It specifies the provision of uniforms and equipment, including firearms for armed guards, alongside regular maintenance and training requirements. The contract aims to support USGS operations and ensure the safety of personnel and property, highlighting the importance of qualified personnel and effective management in fulfilling these security needs.
    The document outlines the supervisory, equipment, training, and operational requirements for Protective Security Officers (PSOs) assigned to the John Wesley Powell Federal Building in Reston, Virginia. It details supervisory roles, emphasizing the necessity for a Project Manager and supervisors to oversee operations, manage guard schedules, and ensure compliance with safety protocols. Key equipment specifications, including portable radios and patrol vehicles, are specified, along with required maintenance and licensing provisions. Training guidelines mandate comprehensive instruction for security personnel, encompassing both government-provided and contractor-provided topics, such as defensive tactics, weapons training, and emergency response protocols. Medical and physical standards for PSOs are outlined to ensure candidates are fit for demanding roles, addressing critical functions involving public safety and security. The document serves as a critical guideline for contractors engaged in security services, particularly in federal facilities, ensuring personnel not only meet required qualifications but also adhere to established safety and operational standards. Overall, the comprehensive nature of this document provides a framework for maintaining security and safety within federal property, aligned with broader governmental regulations and performance expectations.
    The document outlines the requirements for security services at the John Wesley Powell Federal Building in Reston, Virginia, emphasizing the need for comprehensive training and operational standards for Protective Security Officers (PSOs). Key aspects include supervisory requirements, equipment provision (including radios and vehicles), mandatory training protocols, and medical standards for personnel. Each PSO must undergo extensive training in areas such as defensive tactics, handcuffing, firearm safety, and CPR, totaling over 40 hours of instruction, to ensure readiness for emergencies. Additionally, detailed guidelines on the administrative responsibilities of contractors and key personnel interactions support operational effectiveness. The document underscores accountability through specific criteria for performance evaluations and financial deductions for service deficiencies, ensuring a high standard of security is maintained to safeguard federal assets. This framework aligns with the goals identified in government RFPs to uphold safety and security standards in public facilities.
    The Non-Disclosure Agreement (NDA) outlined in Attachment B establishes the confidentiality obligations of contractors who handle sensitive government procurement information. It specifies that contractors must not disclose any procurement sensitive or proprietary business information to unauthorized individuals and must utilize such information solely for official governmental tasks. The agreement defines "inside information" as non-public information obtained during the performance of government duties and prohibits its use for personal gain. Contractors must ensure that individuals within their company, who haven't signed the NDA, do not access confidential information. Additionally, the NDA does not supersede existing laws or regulations related to classified information, whistleblower protections, or reporting misconduct. This document is integral to maintaining the security of federal and state procurement processes and ensuring contractor compliance with confidentiality standards.
    The document is a Past Performance Questionnaire related to RFP 140G0125R0002 for Security Guard Services for the US Geological Survey (USGS) National Center. It is part of a competitive service contract process where USGS seeks information on the performance of a contractor provided as a reference. The questionnaire evaluates five key areas: Quality of Product or Service, Schedule, Cost Control, Business Relations, and Key Personnel. Each section contains specific criteria to assess the contractor's past performance in areas such as compliance with contract requirements, timeliness, budget management, communication effectiveness, and personnel retention. References are requested to provide ratings for these areas and additional narrative explanations for extreme ratings. This evaluation is vital for USGS's assessment of the contractor’s qualifications and effectiveness in delivering the required services, ensuring that the selected contractor meets the government's standards and expectations. The document emphasizes the importance of thorough evaluation in governmental contracting, reflecting the commitment to maintain high service standards and accountability.
    The document pertains to an RFP for Security Guard Services at the USGS National Center, emphasizing the handling of Sensitive But Unclassified (SBU) building information. Prospective bidders must ensure that only authorized users access SBU documents by verifying identification and business credentials. Key requirements include providing a valid business license, a DUNS number, an IRS Tax ID number, and personal identification for document pickup. Bidders are responsible for safeguarding these documents throughout the contract's term, with obligations to destroy SBU information once it is no longer needed. The document delineates actions involved in dissemination, retention, and disposal of sensitive information, which must comply with government standards. Lastly, bidders must acknowledge their commitment to these protocols to maintain security integrity. This RFP reflects the government's stringent measures in protecting sensitive information during procurement processes.
    The document outlines a Performance Bond Form (Standard Form 25) utilized in government contracting, ensuring that the Principal and Sureties are jointly and severally bound to the U.S. government for a specified penal sum. The bond ensures that the Principal fulfills contractual obligations, such as performing contract terms, paying imposed taxes, and adhering to any modifications. It specifies the requirements for Principal and Surety execution, including their legal names and associated corporate seals. The document details procedures for establishing surety and outlines the necessary information for both corporate and individual sureties. Additionally, it stipulates that corporations executing the bond must be recognized by the Department of the Treasury as approved sureties, and if multiple sureties are involved, their liabilities must total the penal sum. This form is integral in compliance with federal RFPs, grants, and state/local contracting by providing a financial guarantee for contract fulfillment.
    The document outlines a standard payment bond template required for federal contracts under 40 U.S.C. Chapter 31, Subchapter III. It serves to protect individuals supplying labor and material, binding the Principal and Surety(ies) to the United States government in a specified penal sum. Key sections include identification of the Principal, Surety(ies), and the Contract details, along with signatures and corporate seals. The bond is void if the Principal ensures timely payment to all parties involved in the contract execution, including any authorized modifications. The document includes instructions for completing the bond and emphasizes that deviations from the template necessitate written approval from the General Services Administration. Additionally, it clarifies the obligations of corporate and individual sureties and outlines necessary seals and signatures. The document's structure includes sections for Principal identification, Surety information, signature areas, and guidance for completing the form, reinforcing its role in the context of government RFPs and grants.
    The document outlines the Request for Proposal (RFP) for security guard services at the USGS National Center in Reston, Virginia, specifically focusing on a recompete situation involving incumbent vendor ISS Action, Inc. The RFP addresses various procedural questions regarding contract details, submission requirements, performance bonds, and personnel qualifications. It confirms that the anticipated award date for the new contract is April 1, 2025, and specifies that the contract term will span five years. It emphasizes the necessity for bidders to meet specific qualifications, including being a Certified Small Disadvantaged Business (SDB). Key personnel requirements and training standards are discussed, alongside clarifications on regulations for bonds and necessary certifications regarding armed guard services. Notably, there is an emphasis on forming a complete and qualified workforce, including the transition of incumbent employees and their training standards. Overall, the document serves as a critical resource for potential bidders, detailing essential proposals, requirements, and procedural clarifications vital for ensuring compliance with government contracting standards.
    The document outlines the personnel history of armed officers within a specified agency, detailing their dates of service and ranks. The document lists multiple entries primarily consisting of "Armed Officer" roles, with a minority designated as "Supervisor." The entries span from November 1998 to October 2024, indicating a long-term employment record across various dates. The prevalence of armed officer positions suggests a focus on security and law enforcement functions, aligning with typical government grant and RFP contexts which often involve personnel management and security requirements. The structure primarily categorizes individuals by role while providing specific dates of appointment, indicating the aim of tracking personnel tenure and the evolution of staffing within the agency. Overall, this document serves as a staff record that could support future analysis related to hiring practices, workforce management, and operational capabilities within a governmental or law enforcement framework.
    The document is an amendment to a solicitation (140G0125R0002) issued by the USGS National Acquisition Branch. Its main purpose is to notify contractors of updated information relevant to the RFP, which includes the following key changes: provision of Questions and Answers regarding the RFP, updates to Sections B through M of the solicitation, revisions to Attachment A that contain Exhibits 1-12, and the inclusion of Seniority Dates for current Personnel Support Officers (PSOs). Importantly, the due date for the RFP has been extended to February 4, 2025, at 2:00 PM EST. Contractors must acknowledge receipt of the amendment to ensure their offers are not rejected, and they can do so by various means outlined in the document. Overall, the amendment serves to clarify and extend the submission timeline of the RFP process, while all other terms and conditions remain the same.
    The document outlines a Request for Proposal (RFP) for the provision of security services, specifically Class II Guard Services, by a small-disadvantaged business as part of a federal acquisition. The solicitation number is 140G0125R0002, and the primary contracting agency is the USGS National Acquisition Branch. Key information includes an invitation for a virtual site visit scheduled for December 18, 2024, which requires vendors to confirm participation and submit necessary documents prior to receiving project details. The RFP specifies that the contract will cover a base period from April 1, 2025, to March 31, 2026, with multiple option periods extending through March 31, 2030. Services covered in the bid encompass both regular guard services and supervisory roles, as well as special labor hours for events. Vendors must ensure compliance with the Performance Work Statement and follow the federal acquisition regulation (FAR) clauses attached to the proposal. The document emphasizes a commitment to supporting small businesses, particularly those certified as economically disadvantaged or woman-owned, thereby fostering economic growth and opportunity in relevant sectors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.
    Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is soliciting proposals for Armed Protective Security Officer (PSO) services at Customs and Border Protection (CBP) facilities throughout Puerto Rico. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period, with a minimum guarantee of $100,000. This procurement is a competitive 8(a) small business set-aside, emphasizing the importance of security services in safeguarding federal facilities. Interested parties must submit proposals by December 8, 2025, at 3:00 PM Eastern Time, and are encouraged to contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov for further information and to attend a pre-proposal conference on November 21, 2025.
    US Mission Canada Local Guard Services
    State, Department Of
    The U.S. Department of State is seeking qualified contractors to provide Local Guard Services for the U.S. Mission in Canada. The primary objective is to ensure a secure environment for U.S. personnel, dependents, and property, while preventing unauthorized access and deterring potential terrorist threats. This procurement involves the award of up to three Multiple Awarded Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with immediate task orders planned for Ottawa, Toronto, and Montreal, among other locations. Interested parties must submit a completed Restricted Access Request form to gain access to solicitation documents, with the proposal due date extended to January 14, 2026. For further inquiries, contact Fabiola A. Bellevue at BELLEVUEF@STATE.GOV or Kenneth P. Bailey at baileykp@state.gov.
    Protective Security Officer (PSO) services in various locations throughout Kentucky
    Homeland Security, Department Of
    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).
    Protective Security Officer (PSO) services in various locations throughout Alaska
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service Acquisition Division, is planning to extend an existing contract for Protective Security Officer (PSO) services in various locations throughout Alaska. This sole source extension, which will last up to two months starting February 1, 2026, aims to ensure the continued provision of armed PSO services while allowing for the placement of a new contract to maintain these critical services. The procurement falls under the NAICS code 561612 for Security Guards and Patrol Services, with a small business size standard of $29 million. Interested parties can reach out to Alyssa McQueen at Alyssa.M.McQueen@fps.dhs.gov or by phone at 253-999-2987 for further details.
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking a contractor to operate the GA99 site as part of the National Trends Network, focusing on the collection of water quality samples in Tift County, Georgia. The contractor will be responsible for collecting weekly precipitation samples, performing laboratory measurements, and shipping samples to the Wisconsin State Laboratory of Hygiene, adhering to specific protocols outlined in the NTN Site Operations Manual. This procurement is critical for monitoring environmental trends and ensuring data integrity, with a contract period of one year plus four option years, and a total small business set-aside under NAICS code 541990. Interested vendors must submit their quotes by December 16, 2025, and can contact Susan Ruggles at sruggles@usgs.gov for further information.
    US MiSSION VIENNA
    State, Department Of
    The Department of State is seeking proposals for the U.S. Mission Vienna's Local Guard Program, focusing on security guard and patrol services to ensure the safety of personnel and property at U.S. diplomatic missions in Austria. This procurement is critical for the Bureau of Diplomatic Security, which prioritizes the protection of individuals and information as part of its mission to support U.S. foreign policy objectives. Interested vendors must complete a Restricted Access Request (RAR) form to gain access to sensitive solicitation documents, with proposals due by December 19, 2025, at 11:59 PM EST. For further inquiries, vendors can contact Kerryn Finik at FinikK@state.gov or Paige Goeke at GoekePA@state.gov.
    Level II Armed Guard Service - State of Tennessee
    Homeland Security, Department Of
    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.
    US Mission Freetown
    State, Department Of
    The Department of State is seeking proposals for the Local Guard Program (LGP) at the U.S. Mission in Freetown, Sierra Leone, focusing on security guard and patrol services. This procurement aims to ensure the safety and security of Department of State personnel, their families, and U.S. diplomatic missions by implementing effective security programs and monitoring local guard services. The selected contractor will play a critical role in safeguarding U.S. interests abroad, with proposals due by December 22, 2025, and an amendment expected to extend this deadline. Interested vendors must complete a Restricted Access Request (RAR) form and submit it to the designated contacts, Tracy Williams and Kerryn Finik, via email for access to the solicitation documents.
    GNSS Receiver and Accessories IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide GNSS receivers and accessories in accordance with specified salients for the Pennsylvania Water Science Center. The procurement involves the delivery of brand-name or equal drafting, surveying, and mapping instruments, specifically Trimble GNSS receivers and controllers, to be completed within 30 days of the purchase order. This equipment is crucial for various scientific and environmental monitoring applications, enhancing the USGS's capabilities in data collection and analysis. Interested vendors must submit their quotes electronically by December 16, 2025, at 11:00 AM ES, and are encouraged to direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 15, 2025. Registration at SAM.gov is required for contract award eligibility.