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
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.
BGNDRF SECURITY GUARD
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for security guard services at the Brackish Groundwater National Desalination Research Facility (BGNDRF) located in Alamogordo, New Mexico. The procurement is a total small business set-aside under NAICS code 561612, requiring unarmed security personnel to provide a minimum of 10 hours of service weekly, with additional hours available for special events and construction monitoring. This contract is crucial for maintaining the security and integrity of federal operations and infrastructure, ensuring compliance with safety protocols and labor standards. Proposals are due by April 22, 2025, with inquiries accepted until April 15, 2025; interested parties can contact Nayda Gonzalez at ngonzalez@usbr.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.
D-- GPS satellite tracking, messaging, and SOS servic
Buyer not available
The U.S. Geological Survey (USGS) is seeking proposals from small businesses for GPS satellite tracking, messaging, and emergency services for personnel working in hazardous field conditions, specifically utilizing SPOT Gen3 and Gen4 communicators. The primary objective is to enhance employee safety by providing real-time location tracking and emergency communication capabilities, with a service plan that includes a base year and four optional years for up to 120 GPS devices. This initiative is critical for ensuring the safety of field personnel in remote areas with limited cell coverage, facilitating effective emergency response and coordination of field activities. Interested vendors must submit their quotations by April 10, 2025, at 2:00 PM MT, via email to Mindie Dixon at mdixon@usgs.gov, and must be registered at https://sam.gov/ to be eligible for contract award. The estimated contract value is approximately $109,132.80 over the contract period.
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.
SIT OBSERVER SERVICES
Buyer not available
The U.S. Geological Survey (USGS) is seeking proposals for Sit Observer Services at the Sitka Magnetic Observatory in Alaska. The contractor will provide non-personal services, including equipment maintenance, labor, and necessary materials, with a base period from April 14, 2025, to April 13, 2026, and options for four additional years. This procurement is crucial for ensuring the accuracy of geomagnetic data collection and maintaining the operational integrity of the observatory, emphasizing environmental responsibility and adherence to USGS guidelines. Interested contractors can contact Yvette Sornberger at ysornberger@usgs.gov or by phone at 303-236-9332 for further details.
LEASE OF VESSEL
Buyer not available
The U.S. Geological Survey (USGS) is seeking quotations for the lease of a vessel to support marine geohazards missions, specifically for deploying geodetic stations and retrieving a wave glider in the southern Cascadia region. The procurement requires adherence to specific vessel specifications, operational safety measures, and qualifications for the vessel captain, with operations scheduled between July and September 2025. This opportunity is critical for scientific research and environmental monitoring, aligning with USGS's ongoing missions. Quotations must be submitted by April 17, 2025, and interested bidders should ensure they are registered in SAM.gov and comply with federal regulations, including insurance and safety equipment standards. For further inquiries, contact Victor Nuno at vnuno@usgs.gov or call 916-278-9442.
FIELDSPEC 4 ONE YEAR EXTENDED WARRANTY
Buyer not available
The U.S. Geological Survey, part of the Department of the Interior, is seeking qualified firms to provide a one-year extended warranty for four ASD Fieldspec spectrometers. The procurement aims to ensure ongoing maintenance and performance of the spectrometers, which includes routine adjustments, testing, and replacement of worn parts, all while maintaining manufacturer warranty compliance. Interested vendors must demonstrate their capability to meet specific service requirements, including timely response to trouble calls and repairs, as well as preventive maintenance, with submissions due by April 11, 2025, at 12:00 PM EST. For inquiries, firms can contact Justice Pryor at jpryor@usgs.gov.
S--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 bi-weekly cleaning services on Tuesdays and Thursdays, covering eight offices, a kitchen/breakroom, a conference room, and restrooms, with all necessary supplies and labor to be provided by the contractor. This procurement is significant for maintaining operational efficiency and compliance with public health standards within the facility. Quotes are due by April 15, 2025, with the anticipated award date set for April 30, 2025. Interested vendors must register at https://www.sam.gov/ and can direct inquiries to Susan Ruggles at sruggles@usgs.gov.
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.