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 for the acquisition of Perimeter Security Assets through a Request for Proposal (RFP) designated as 70US0926R70093552. This procurement aims to establish multiple firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contracts with small businesses to provide temporary security solutions and coordination services for National Special Security Events (NSSEs) across the United States. The selected contractors will be responsible for managing the acquisition, installation, and removal of various security assets, including vehicle barriers and fencing, while adhering to strict timelines and security requirements. Proposals are due by 11:00 AM EST on January 20, 2026, and must include a comprehensive management approach, technical approach, past performance documentation, and pricing information. Interested parties can contact Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov for further inquiries.

    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.
    The U.S. Secret Service (USSS) issued Request for Proposal (RFP) 70US0926R70093552 for Perimeter Assets to secure National Special Security Events (NSSEs). This small business set-aside seeks multi-award, firm-fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contracts for temporary security assets and coordination services. The contractor will provide technical consultation, manage asset acquisition, installation, and removal, and troubleshoot issues. Proposals are due January 20, 2026, and must include Management Approach, Technical Approach, Past Performance, and Price volumes. Evaluation factors, in order of importance, are non-price factors (Management, Technical, Past Performance) and then Price. The contract will have a five-year period of performance, with requirements for U.S. citizen personnel and security background checks.
    This document outlines a new 5-year Indefinite Delivery, Indefinite Quantity (IDIQ) multiple-award contract for physical perimeter assets and consultative services for National Special Security Events (NSSEs) across the Continental United States. The tentative performance period is March 1, 2025, to February 28, 2030, with individual task orders varying in duration from one day to several months. The government anticipates issuing multiple task orders annually, often with overlapping planning and execution periods, requiring rapid surge staffing. Offerors must address surge labor strategies, PMO structure, and resource prioritization for concurrent task orders. The government will evaluate asset capacity per task order, considering supplier agreements and documented procurement pipelines as evidence of capacity, and values national sourcing with rapid delivery. Pricing will be assessed for both reasonableness and competitiveness, with all costs, including assets, labor, and trucking, being all-inclusive.
    Lifecycle
    Title
    Type
    Perimeter Security Assets
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Video Wall Equipment Indefinite Delivery Indefinite Quantity (IDIQ) and Support Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service (USSS), is seeking proposals for Video Wall Equipment and Support Services through a total small business set-aside contract. The procurement aims to provide comprehensive audio-visual solutions, including the procurement, installation, maintenance, and renovation of video wall technology for USSS offices and National Special Security Events (NSSEs). This initiative is critical for enhancing communication and operational capabilities during high-security events, necessitating flexible and reliable AV systems. Proposals are due by January 16, 2026, at 1:00 PM EST, with a contract period anticipated from February 26, 2026, to February 25, 2031. Interested parties can contact Keisha Pender at keisha.pender@usss.dhs.gov for further information.
    Glazier Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking qualified contractors to provide glazier services for the installation and removal of ballistic glass systems throughout the National Capital Region. The procurement involves a five-year Blanket Purchase Agreement (BPA) with a maximum ceiling of $3,500,000, aimed at enhancing physical security at various high-profile sites, including the White House and the U.S. Capitol. Contractors will be required to manage the logistics of handling heavy ballistic glass panels, ensuring secure installation and removal while adhering to strict security protocols. Quotes are due by January 20, 2026, at 12:00 PM EDT, and interested parties should contact Taylor Haire at taylor.haire@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov for further information.
    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, anticipated to be awarded as an 8(a) small business set-aside, will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period from May 1, 2026, to April 30, 2031. Interested parties must submit proposals by January 12, 2026, and are required to register with the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov or Thomas Schrank at thomas.schrank@fps.dhs.gov.
    Aviation Support Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking industry input through a Request for Information (RFI) for aviation support services aimed at enhancing its protection mission. The USSS is looking to identify potential sources and solutions for dedicated fixed-wing aviation assets, addressing operational challenges such as scheduling constraints and security vulnerabilities associated with commercial air travel. This initiative is crucial for improving mission readiness and rapid deployment capabilities, with plans to establish a dedicated aviation capability starting with fixed-wing aircraft for 10-12 passengers in FY26, and expanding to accommodate 20-30 passengers in FY27 and beyond. Interested parties should submit their responses by January 12, 2026, to the primary contacts, Crystal Garcia at crystal.garcia@usss.dhs.gov and Sarah Diamond at sarah.diamond@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 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 install a new IDS in accordance with the revised Statement of Work, which includes upgrading to a commercial-grade, UL-listed IP-compatible system, installing keypads, glass break sensors, and integrating the IDS with the Physical Access Control System (PACS). This procurement is a 100% small business set-aside, with a firm-fixed-price contract to be awarded based on best value criteria, and all work must be completed within 90 calendar days following the Notice to Proceed. Interested contractors must register with the System for Award Management (SAM) and direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, with the RFQ documents expected to be issued around November 24, 2025.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires contractors to perform the installation in accordance with the provided Statement of Work (SOW), with a firm-fixed price contract structure and a performance period of no later than 90 calendar days after the Notice to Proceed. This procurement is a total small business set-aside, emphasizing the importance of security systems in federal facilities, and the Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025. Interested parties should direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, and note that the deadline for quotation submissions has been extended to January 16, 2026, at 9:00 AM PT.
    Waterborne Security Barrier 2.0
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking qualified sources for the design, manufacturing, and installation of a Waterborne Security Barrier (WSB) system to protect U.S. Navy ports from various threats. This Request for Information (RFI) aims to gather insights for market research and acquisition planning, focusing on systems that can withstand environmental forces and vessel impacts while leveraging commercial practices. The anticipated procurement will involve replacing WSB systems at multiple sites, with a projected Request for Proposals (RFP) completion in FY26Q3 and initial contract awards in FY27Q2. Interested parties should submit their capability summaries to Jim McGowan or Sherri Patsos via email, adhering to the Terms of Use Agreement for handling sensitive data.
    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.
    Smart Storage Lockers
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking information from qualified sources for a Smart Locker Storage Solution. This Request for Information (RFI) aims to identify potential contractors capable of providing a solution that meets specific requirements, including modular designs, advanced notifications, and compliance with security standards, to be installed at eight indoor locations in Washington, D.C. The solution is critical for securely storing clothing, law enforcement, and IT equipment, ensuring operational efficiency and security for the agency. Interested parties must submit a capabilities statement, not exceeding three pages, along with relevant experience and contract references by January 9, 2026, at 12:00 PM ET, to the primary contacts Aisha Collins and Jade Gaston via their provided email addresses.