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
  1. 1
    Posted Dec 5, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Feb 4, 2025, 7:00 PM UTC
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
Jan 16, 2025, 3:05 PM UTC
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.
Jan 16, 2025, 3:05 PM UTC
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.
Jan 16, 2025, 3:05 PM UTC
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.
Jan 16, 2025, 3:05 PM UTC
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.
Jan 16, 2025, 3:05 PM UTC
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.
Jan 16, 2025, 3:05 PM UTC
Jan 16, 2025, 3:05 PM UTC
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.
Jan 16, 2025, 3:05 PM UTC
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.
Jan 16, 2025, 3:05 PM UTC
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.
Jan 16, 2025, 3:05 PM UTC
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.
Jan 16, 2025, 3:05 PM UTC
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.
Jan 16, 2025, 3:05 PM UTC
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.
Jan 16, 2025, 3:05 PM UTC
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
REMOTE SOLAR SECURITY SURVEILLANCE SYSTEM
Buyer not available
The Department of the Interior, specifically the US Geological Survey (USGS), is seeking proposals from small businesses for a Remote Solar Security Surveillance System, specifically the PremiumGaurdPro V1 or an equivalent product. The system is required to provide mobility, 360-degree monitoring, 24/7 operation, alarm capabilities, and real-time communication with stakeholders, enhancing security measures for the Alaska Science Center. Proposals must be submitted electronically by April 7, 2025, with a firm-fixed-price contract to be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested parties should direct inquiries to Elizabeth Adam at eadam@usgs.gov or call (916) 278-9441, ensuring compliance with the Buy American Act and registration in the System for Award Management (SAM).
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.
JANITORIAL SERVICES FOR USGS CHARLESTON, SC FIELD
Buyer not available
The U.S. Geological Survey (USGS) is seeking a contractor to provide janitorial services for its Charleston Field Office located in Awendaw, South Carolina. The contract requires cleaning services to be performed twice a week on Tuesdays and Thursdays during business hours, covering various areas including offices, restrooms, a kitchen/breakroom, and a conference room. This procurement is essential for maintaining cleanliness and operational efficiency within the facility, ensuring compliance with public health standards and federal regulations. Quotes are due by April 15, 2025, with the anticipated award date set for April 30, 2025. Interested vendors must submit their proposals via email to Susan Ruggles at sruggles@usgs.gov and ensure they are registered at https://www.sam.gov/ to be eligible for contract award.
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.
J--One Year of Mass Spectrometer Maintenance
Buyer not available
The U.S. Geological Survey (USGS) is planning to award a non-competitive purchase order for one year of maintenance services for a mass spectrometer located at the USGS Radiogenic Isotopes Laboratory in Reston, Virginia. The maintenance will be provided by Spectromat Massenspektrometer GMBH, the sole manufacturer of the equipment, which holds proprietary rights to all necessary software and components, making them the only reasonable source for this requirement. This procurement is critical for ensuring the operational integrity of the mass spectrometer, which is essential for various geological analyses. Interested parties may submit quotations for consideration, although the award is intended to be made non-competitively, with an anticipated award date of April 4, 2025. For further inquiries, contact Daniel Galvin at dgalvin@usgs.gov or by phone at 703-648-7397.
CDC Security Guard Support Services
Buyer not available
The Centers for Disease Control and Prevention (CDC) is preparing to issue a Request for Proposal (RFP) for security guard support services at its facilities in Atlanta, Georgia, and Fort Collins, Colorado. The contract will cover a base year of 12 months, with four additional 12-month option years, requiring the contractor to provide all necessary management, labor, supplies, and training for effective security operations. This opportunity is set aside for eligible 8(a) small businesses, with the anticipated solicitation release in April 2025. Interested contractors should direct inquiries to Tim Williams at TPW8@cdc.gov, and must be registered in the System for Award Management (SAM) to submit proposals.
TSE Staffing Services
Buyer not available
The U.S. Department of State is seeking qualified contractors to provide staffing services for the Office of Technical Security Engineering (TSE) within the Bureau of Diplomatic Security (DS). The primary objective of this procurement is to enhance training and operational services by supplying certified personnel, including program managers and instructors, who will support various functions such as administrative management, risk management, and the development of training programs focused on counterterrorism and operational objectives. This initiative is crucial for ensuring the security of U.S. personnel and facilities worldwide, emphasizing the need for adherence to security protocols and cultural sensitivity. Interested parties must submit a capabilities package by April 15, 2025, at 4:00 PM EST, and can direct inquiries to Michele Hartigan at hartiganmt@state.gov or John Jerrell at jerrelljw@state.gov.
Building 7000 Security Escorts
Buyer not available
The Department of Defense, specifically the United States Space Force, is soliciting quotes for security escort services at Building 7000, Vandenberg Space Force Base, California. The procurement requires the provision of unarmed security escorts with Top Secret/SCI clearance to oversee contractor operations in restricted areas, ensuring compliance with Air Force security protocols. This contract, valued at approximately $29 million, is a total small business set-aside and is scheduled to run from April 24, 2025, to April 23, 2026. Interested vendors must submit their quotes by April 4, 2025, and direct any inquiries to Quintin Day or Chris Hummel via email, ensuring they acknowledge all amendments to the solicitation.
ISOTOPE GEOLOGY LAB SAMPLES ZIRCON/ TEPH
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified vendors to provide high-resolution geochronology analysis of tephra samples as part of a competitive Request for Quotations (RFQ). The procurement involves specialized services including the separation of zircon from tephra samples and the application of advanced geochronological techniques such as laser-ablation inductively-coupled-plasma mass spectrometry (LA-ICP-MS) and chemical-abrasion isotope-dilution thermal-ionization mass spectrometry (CA-ID-TIMS). This analysis is crucial for enhancing the understanding of petroleum geology in the Alaska North Slope region, supporting energy resource studies. Interested vendors must submit their quotations via email to Mindie Dixon at mdixon@usgs.gov by April 4, 2025, at 2:00 PM MT, and must be registered at https://sam.gov/ to be eligible for contract award.
B--MORU Rock Block Studies
Buyer not available
The National Park Service (NPS) is preparing to solicit proposals for Rock Block Monitoring Services at Mount Rushmore National Memorial in South Dakota. The contractor will be responsible for managing and maintaining the rock block monitoring system, ensuring its operability, and providing an annual report to the Contracting Officer’s Representative. This five-year firm-fixed price service contract, which includes five option periods, is crucial for the ongoing safety and preservation of the monument, with an anticipated solicitation release around February 20, 2025, and responses due approximately 20 days later. Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.