Perimeter Security Assets
ID: 70US0926R70093552Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS SECRET SERVICEU S SECRET SERVICEWASHINGTON, DC, 20223, USA

NAICS

All Other Support Services (561990)

PSC

INSTALLATION OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (N035)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking proposals from small business concerns for multiple firm-fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contracts focused on acquiring perimeter security assets. The procurement aims to provide temporary security solutions, technical consultation, and coordination for National Special Security Events (NSSEs) across the United States, including the management of various assets such as vehicle barriers, fencing, tents, and generators. Proposals will be evaluated based on management and technical approaches, past performance, and pricing, with an emphasis on non-price factors. Interested parties must submit their proposals by 11:00 AM EST on January 19, 2026, and may direct inquiries to Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov.

    Files
    Title
    Posted
    This government file outlines the pricing worksheets for perimeter security assets and labor, specifically for Non-USSS/Personal events. The document details instructions for completing "Ceiling Pricing Worksheets" for both assets and labor, with yellow shaded areas for mandatory completion and blue shaded areas indicating prices that can be overridden by the Offeror. The asset worksheet requires unit prices for various perimeter security items, including concrete barriers, fencing (e.g., Anti-Scale, Chain Link), tents of various sizes, transportation (e.g., golf carts, blocking vehicles), lighting and power equipment (e.g., light towers, generators), waste management items (e.g., restroom trailers, dumpsters), furniture, miscellaneous items (e.g., traffic cones, cable ramps), climate control equipment, and heavy machinery (e.g., forklifts, mobile command centers). The labor worksheet requires Offerors to propose fully loaded labor rates and an escalation rate for various labor categories. The pricing structure covers a base year and extends through Base Year + 1, Base Year + 2, Base Year + 3, and Base Year + 4, with an option to extend services for an additional six months, as per FAR 52.217-8.
    Attachment 2, titled “Past Performance Questionnaire,” is designed for offerors to provide detailed past performance references for federal, state, and local RFPs and grants. This document is a crucial component of Volume III: Organizational Past Performance References. Offerors must complete sections for up to three distinct past performance references. For each reference, they are required to provide comprehensive customer information, including the organization's name, address, and contact details for both the Contracting Officer and the Program/Project Manager. Additionally, offerors must furnish specific contract details such as the contract number, type (e.g., contract, BPA, order), pricing type (e.g., firm fixed price, cost reimbursement), award dollar value, and periods of performance. A key requirement is to indicate whether the offeror served as the prime contractor. Crucially, for each reference, offerors must provide a detailed description of the work performed, explicitly demonstrating its relevancy to the Statement of Work (SOW) requirements in terms of scope, size, and complexity. An option is also provided for offerors to indicate if they have no recent and relevant past performance information for the services required by the Performance Work Statement (PWS).
    This Request for Proposal (RFP) from the United States Secret Service (USSS) seeks multiple firm-fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contracts with small businesses for "Perimeter Assets" and related services. The USSS requires temporary security solutions, technical consultation, and coordination for National Special Security Events (NSSEs) across the U.S. This includes providing and managing various assets like vehicle barriers, fencing, tents, generators, and waste management. Contractors must demonstrate the capacity to staff, acquire, install, maintain, and remove these assets, adhering to strict timelines and security requirements. Proposals will be evaluated on management approach, technical approach, past performance, and price, with non-price factors being more important than price. Key deliverables include walk-through reports, CAD layouts, permits, and after-action reports.
    Lifecycle
    Title
    Type
    Perimeter Security Assets
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    2024 Department of Homeland Security (DHS) Directorate of Science and Technology (S&T) Long Range Broad Agency Announcement (LRBAA) 24-01
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking proposals through its Long Range Broad Agency Announcement (LRBAA) 24-01, aimed at funding scientific and technical projects that enhance homeland security capabilities. This five-year initiative, open until May 31, 2029, focuses on three types of research: near-term component gaps, foundational science, and future needs/emerging threats, covering key mission areas such as Counter Terrorism, Border Security, and Cyberspace Security. The submission process involves a three-step approach: Industry Engagement, Virtual Pitch, and Written Proposal, with eligibility extended to various entities, including small businesses. Interested parties can contact John Whipple at john.whipple@hq.dhs.gov or the LRBAA Program Mailbox at LRBAA.Admin@HQ.DHS.GOV for further information.
    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.
    Housing Provider
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the United States Secret Service (USSS), is seeking lodging providers to manage room blocks for the 2028 Olympic and Paralympic Games in Los Angeles, CA. The primary objective is to secure a minimum of fifty (50) rooms at various event venues for durations of 30 to 60 days, ensuring consistent terms, amenities, and flexible cancellation policies without penalties. This procurement is crucial for supporting the National Special Security Event (NSSE) security plan, which necessitates reliable housing for personnel involved in the event. Interested parties must submit their responses by December 30, 2025, at 11:00 AM Eastern Time, and can contact Danielle Donaldson at danielle.donaldson@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov for further information.
    Faraday Rooms
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is conducting market research for the installation of modular Faraday Rooms at its Washington, DC Field Office and potentially at 41 other field offices across the continental United States. The procurement seeks scalable EMI modular hard panel enclosures with specific features such as ESD flooring, LED lighting, advanced ventilation systems, and fire suppression capabilities, along with stringent shielding requirements for electromagnetic interference. This initiative is crucial for enhancing cybersecurity measures within the USSS, ensuring secure environments for sensitive operations. Interested vendors should submit their responses by December 23, 2025, at 12:00 PM Eastern Time, and can direct inquiries to primary contact LorieAnne Kliewer at lorie.kliewer@usss.dhs.gov or secondary contact Matthew Sutton at matthew.sutton@usss.dhs.gov.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    Standards Catalogue Service Request for Information
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking contractors to provide a universal catalogue service for mission-critical standards through a Request for Information (RFI) issued by the Science and Technology Directorate (S&T). This service aims to grant DHS and its components, including the U.S. Coast Guard, Customs and Border Protection, Immigration and Customs Enforcement, and FEMA, access to a comprehensive range of international, federal, and industry-specific standards, which are essential for conducting critical mission operations. Interested vendors are required to submit detailed information regarding their catalogue service features, coverage, integration capabilities, and cost estimates by noon ET on January 6, 2025. For further inquiries, potential respondents can contact Dorothy Woolfolk at dorothy.woolfolk@hq.dhs.gov or Jennifer K. Koons at jennifer.koons@hq.dhs.gov.
    DHS-wide Uniforms III Contract
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking proposals for the DHS-wide Uniforms III Contract, managed by the U.S. Customs and Border Protection (CBP). This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for the supply of uniforms and quartermaster services for approximately 135,000 DHS employees across various components, ensuring compliance with domestic sourcing requirements under the Kissell Amendment. The contract will include a base period of three years, with options for additional years, and will require offerors to submit proposals that adhere to detailed specifications outlined in the solicitation documents. Interested parties should direct their inquiries to Camilla J. Schmidt at camilla.j.schmidt@cbp.dhs.gov or Rick A. Travis at rick.a.travis@cbp.dhs.gov, with proposals due by the specified deadline.
    Travel Management Center (TMC) Support Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking to procure Travel Management Center (TMC) Support Services to assist in establishing effective travel management processes that meet functional, technical, and security requirements. This procurement is critical for maintaining mission-critical contractor support while transitioning to a new competitive contract, with plans to competitively procure these services by January 2024. The current contract is a sole-source justification to CW Government Travel, Inc. to ensure continuity and cost savings during this transition period. Interested vendors can reach out to primary contact D'Andre Taylor at dandre.taylor@usss.dhs.gov or secondary contact Shauntynee Penix at shauntynee.penix@usss.dhs.gov for further information.
    The Department of Homeland Security's (DHS) Maritime Capabilities and Innovation - Commercial Solutions Opening Pilot Program (CSOP) General Solicitation
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is initiating the Maritime Capabilities and Innovation Commercial Solutions Opening Pilot Program (CSOP) to acquire innovative commercial products and services aimed at enhancing U.S. maritime capabilities. This program, authorized by the National Defense Authorization Act for Fiscal Year 2017, seeks proposals that address various maritime challenges, including technology innovation, program oversight, and supply chain resilience, with a focus on modernizing acquisitions and expanding industry collaboration. Eligible participants include U.S.-based entities such as small businesses, academic institutions, and non-profits, with contract awards potentially reaching up to $25 million, subject to funding availability. Interested parties can submit proposals on a rolling basis until August 5, 2026, and should direct inquiries to Breean Jaroski or Mariah Watt via their provided emails.
    Base Elizabeth City CG Day Tent Rental
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide tent rental services for the Coast Guard Day event at Base Elizabeth City, North Carolina, scheduled for August 1, 2026. The contractor will be responsible for supplying various tents, including a 40x40 keder tent, a 40x40 pole tent, and additional tents of varying sizes, along with necessary transportation, labor, and equipment for setup and takedown. This procurement is crucial for ensuring the logistical support and infrastructure required for large-scale public events, emphasizing the importance of compliance with specifications and safety standards. Interested vendors must submit their quotes by noon Eastern Time on May 8, 2025, and are encouraged to contact Tami Clark at tami.n.clark@uscg.mil for inquiries, while ensuring they have an active vendor record at SAM.gov and meet the small business size standards prior to the submission deadline.