ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Nationwide Electronic Security System IDIQ

DEPARTMENT OF HOMELAND SECURITY 70US0925R70093213
Response Deadline
Dec 1, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, specifically the U.S. Secret Service, is soliciting proposals for a Nationwide Electronic Security System (ESS) Indefinite Delivery, Indefinite Quantity (IDIQ) contract aimed at providing comprehensive lifecycle support for electronic security systems. This contract encompasses the installation, maintenance, and removal of Access Control Systems (ACS), Intrusion Detection Systems (IDS), and Video Management Systems (VMS) across various U.S. Secret Service sites, including locations in the continental United States, Puerto Rico, and Guam. The services are critical for ensuring the security and operational integrity of facilities under the jurisdiction of the U.S. Secret Service, adhering to stringent quality control and cybersecurity standards. Interested small businesses must submit their proposals by December 1, 2025, at 4 PM EST, and can direct inquiries to Casey Cauffman at Casey.Cauffman-Davis@usss.dhs.gov or Crystal Garcia at crystal.garcia@usss.dhs.gov.

Classification Codes

NAICS Code
561621
Security Systems Services (except Locksmiths)
PSC Code
DG01
IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR)

Solicitation Documents

13 Files
USSS ESS IDIQ - RFP 70US0925R70093213_Amendment 0005.pdf
PDF1068 KB11/26/2025
AI Summary
This amendment outlines requirements for the United States Secret Service (USSS) Technical Security Division's Nationwide Electronic Security Systems (ESS) Lifecycle Support. The contract is an Indefinite Delivery, Indefinite Quantity (IDIQ) with Firm Fixed Priced CLINs for task orders, spanning a 5-year base period. The contractor will provide comprehensive ESS lifecycle support, including installation, maintenance, and removal of Access Control Systems (ACS), Intrusion Detection Systems (IDS), and Video Management Systems (VMS) across various USSS sites in the United States, Puerto Rico, and Guam. The scope also covers physical security measures, locksmith support, and essential infrastructure work. Key aspects include adherence to specific brand names for ACS (Identiv/Hirsch) and IDS (DMP), and VMS (Genetec and Axis), detailed installation practices, acceptance testing, and extensive documentation requirements. The contractor must meet stringent security, Section 508 accessibility, and DHS Enterprise Architecture compliance standards, including Cybersecurity Supply Chain Risk Management. A Quality Control Plan is required, and contractor personnel must undergo Public Trust background checks.
Attachment 1 - Volume V Microsoft Excel Pricing Template_25Nov2025.xlsx
Excel29 KB11/26/2025
AI Summary
This document outlines an Indefinite Delivery/Indefinite Quantity (IDIQ) pricing template for time and materials contracts, likely for government RFPs. It details estimated labor hours for various roles—Program Manager, Project Manager, Engineer (I-IV), Technician (I-III), Technical Writer, and CAD Drafter—across five base years (2026-2031). Each role is allocated 2,080 hours annually, totaling 20,800 estimated labor hours per year. The document specifies that hourly rates are fully loaded, encompassing labor, G&A expenses, overhead, profit, and FCCM. It also notes that Other Direct Costs (ODCs) are not pre-priced but will be negotiated per task order prior to award, as detailed in Section H—Special Contract Requirements. This template provides a structured approach to pricing labor for potential government contracts over a multi-year period.
Attachment 1 - Volume V Microsoft Excel Pricing Template (PDF version).pdf
PDF206 KB11/26/2025
AI Summary
The USSS Standard Sensitive Info IDIQ Pricing Template outlines a Time and Materials Competitive Model for federal government RFPs, detailing labor categories, estimated hours, and fixed hourly rates across five base years (2025-2030). Key labor roles include Program Managers, Project Managers, various Engineers and Technicians, a Technical Writer, and a CAD Drafter, each with 2,080 estimated annual hours. The template also provides a structure for Initial/First Task Order pricing, allowing offerors to propose specific labor categories, hours, travel, direct materials, and other direct costs (ODCs). Hourly rates are fully loaded, covering labor, G&A, overhead, profit, and FCCM. ODCs are not pre-priced but are negotiated per task order. Offerors can customize line items for various costs to meet Attachment 2 - SOW requirements. This document is crucial for transparent and structured pricing in government contracts.
Attachment 1 - Volume V Microsoft Excel Pricing Template (Excel 97-2003 Workbook version).xls
Excel100 KB8/29/2025
AI Summary
No AI summary available for this file.
FINAL_RFP 70US0925R70093213_26Aug2025.pdf
PDF923 KB11/26/2025
AI Summary
The United States Secret Service (USSS) is seeking proposals for a nationwide Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide Electronic Security Systems (ESS) lifecycle support. This includes installation, maintenance, and removal of Access Control Systems (ACS), Intrusion Detection Systems (IDS), and Video Management Systems (VMS), as well as physical security measures like gates, fencing, and lighting. The contract also covers locksmith and infrastructure support, with a base period of one year and four one-year option periods. Contractors must adhere to stringent quality control, security, and accessibility standards, including Section 508 and DHS Enterprise Architecture compliance. All work will be performed at USSS-controlled sites across all 50 states, Puerto Rico, and Guam, requiring certified personnel and compliance with all applicable federal, state, and local laws and codes.
Attachment 1 - Volume V Microsoft Excel Pricing Template.xlsx
Excel77 KB8/29/2025
AI Summary
No AI summary available for this file.
USSS ESS IDIQ - RFP 70US0925R70093213_Amendment 0001 (1) (002).pdf
PDF177 KB11/26/2025
AI Summary
This amendment to solicitation 70US0925R70093213, dated September 8, 2025, modifies the original document by adding specific proposal submission requirements. Key updates include a Question Due Date of September 12, 2025, at 4 PM EST, and a Proposal Due Date of September 24, 2025, at 4 PM EST. Offerors must acknowledge this amendment via methods such as completing items 8 and 15, acknowledging receipt on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified deadline may lead to the rejection of the offer. All other terms and conditions of the original solicitation remain unchanged and in full effect. This document is a standard form used for amending solicitations or modifying contracts within federal government procurement.
Attachment 1 - Volume V Microsoft Excel Pricing Template - Copy.xlsx
Excel33 KB11/26/2025
AI Summary
This government file outlines a Time and Materials (T&M) competitive pricing model for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract spanning five base years (2025-2030). It details estimated hours for various labor categories including Program Managers, Project Managers, Engineers (I-IV), Technicians (I-III), Technical Writers, and CAD Drafters. The document specifies that hourly rates are fully loaded, covering labor, G&A, overhead, profit, and FCCM. It also addresses Other Direct Costs (ODCs), which are not pre-priced and require negotiation for individual task orders. A separate section provides a template for initial task order pricing, allowing offerors to insert proposed labor categories, hours, travel, direct materials, and ODCs, emphasizing alignment with the Statement of Work for the initial task order.
USSS ESS IDIQ - RFP 70US0925R70093213_Amendment 0002.pdf
PDF159 KB11/26/2025
AI Summary
Amendment 0002 to Solicitation Number 70US0925R70093213, dated September 22, 2025, extends the proposal due date to October 7, 2025, at 4 PM EST. This amendment specifically adds a new requirement to addendum 52.212-1(b)(12) concerning Proposal Submission Requirements. Offerors must acknowledge this amendment via methods such as completing items 8 and 15, noting receipt on their offer copies, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified deadline may lead to the rejection of offers. Any changes to previously submitted offers must also reference this amendment and be received before the new opening hour and date. The document, signed by Contracting Officer Crystal Garcia, confirms that all other terms and conditions of the original solicitation remain in full force and effect.
USSS ESS IDIQ - RFP 70US0925R70093213_Amendment 0003.pdf
PDF128 KB11/26/2025
AI Summary
Amendment 0003 to Solicitation 70US0925R70093213, dated October 2, 2025, extends the proposal due date to November 3, 2025, at 4 PM EST. This amendment adds a new requirement to addendum 52.212-1(b)(12) concerning Proposal Submission Requirements. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may result in the rejection of offers. All other terms and conditions of the original solicitation remain unchanged and in full force and effect.
Attachment 2 - PWS Field Office Video Management System Upgrade.pdf
PDF172 KB11/26/2025
AI Summary
The United States Secret Service (USSS) Technical Security Division (TSD) requires non-personal services for a Video Management System (VMS) upgrade at its Albany, GA Field Office. The contractor will be responsible for providing all necessary personnel, facilities, transportation, tools, materials, and supervision. Key tasks include site evaluation, infrastructure and power support, installation of new VMS components (e.g., cameras, monitors, servers), adherence to installation practices, acceptance testing, and engineering/documentation support. The VMS installation will include specific hardware and software, with all equipment provided as Government Furnished Equipment (GFE). The project's period of performance is one base year. Deliverables include various plans, drawings, configuration documentation, user guides, and warranty information. The contract type will be a Firm-Fixed Price (FFP) Task Order, with performance evaluated against a Quality Assurance Surveillance Plan (QASP). All services and ICT deliverables must comply with Section 508 of the Rehabilitation Act, ensuring accessibility for individuals with disabilities.
Vendor Questions.pdf
PDF129 KB11/26/2025
AI Summary
The document addresses numerous questions regarding a USSS Indefinite Delivery/Indefinite Quantity (IDIQ) contract for ESS Lifecycle Support, a new requirement under NAICS 561621. Key clarifications include the removal of Attachment 2 (Albany, GA Task Order) from the solicitation, meaning offerors only address the IDIQ Performance Work Statement (PWS) for technical approach. Contractor personnel require a Public Trust background check, but no higher security clearance. OEM certifications (Axis, Genetec, Identiv, DMP) are mandatory at proposal submission, as are resumes for Program and Project Managers. The $30,000 minimum and maximum ceiling apply to the entire five-year IDIQ contract. Licenses and certifications do not count towards page limits. The government anticipates a single-award IDIQ, and labor rates are firm-fixed-price, pre-priced, and fully loaded hourly rates. Infrastructure modifications are government-determined, and the IDIQ generally governs, though Task Orders take precedence in conflicts. Travel and extended warranties are proposed at the task order level. The government will provide the Authority to Operate (ATO) process, and DHS will conduct cybersecurity compliance reviews. Password-protected encrypted documents are preferred for electronic deliverables. The proposal deadline has been extended.
USSS ESS IDIQ - RFP 70US0925R70093213_Amendment 0004.pdf
PDF130 KB11/26/2025
AI Summary
Amendment 0004 modifies solicitation 70US0925R70093213, originally dated October 31, 2025. This amendment adds a new requirement to addendum 52.212-1(b)(12) regarding Proposal Submission Requirements and extends the proposal due date to December 1, 2025, at 4 PM EST, due to a government shutdown. Offerors must acknowledge this amendment by completing items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or by separate letter/electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date may lead to the rejection of the offer. Changes to previously submitted offers are permitted via letter or electronic communication, provided they reference the solicitation and amendment and are received before the opening hour. Contractor signature and return of copies to the issuing office are required. All other terms and conditions of the original document remain unchanged.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 26, 2025
amendedAmendment #1Aug 27, 2025
amendedAmendment #2Aug 29, 2025
amendedAmendment #3Sep 8, 2025
amendedAmendment #4Sep 22, 2025
amendedAmendment #5Oct 2, 2025
amendedAmendment #6Oct 10, 2025
amendedAmendment #7Oct 31, 2025
amendedLatest AmendmentNov 25, 2025
deadlineResponse DeadlineDec 1, 2025
expiryArchive DateDec 16, 2025

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US SECRET SERVICE
Office
U S SECRET SERVICE

Point of Contact

Name
Casey Cauffman

Place of Performance

Washington, District of Columbia, UNITED STATES

Official Sources