Access Control and Physical Security Support
ID: HC102825R0050Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL83SCOTT AFB, IL, 62225-5406, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING (R430)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for Access Control and Physical Security Support services at its Data Center in San Antonio, Texas. The procurement aims to secure armed security personnel to manage access control, conduct facility checks, and monitor security systems, operating 24/7 to ensure compliance with physical security policies. This contract is critical for maintaining the safety and security of sensitive data and operations at DISA locations, with a performance period starting March 1, 2026, and extending through February 28, 2031, including four one-year options. Interested parties must submit their proposals by December 1, 2025, and can contact John M. Ross at john.m.ross138.civ@mail.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for physical security and access control support at Defense Information Systems Agency (DISA) Data Center locations, specifically in San Antonio, TX. The contractor will provide 15 armed security guards with Secret clearances, operating 24/7, to manage access, conduct facility checks, and monitor security systems. Key tasks include visitor management, physical security policy compliance, and operating Access Control System (ACS) and Closed-Circuit Television (CCTV) systems. The contract also mandates strict security clearances, compliance with DoD information protection policies, and specific reporting requirements, including a Quality Control Plan and Monthly Status Reports. The performance period is a one-year base with four option years, running through February 2031.
    This Defense Information Systems Agency (DISA) document outlines a Request for Proposal (RFP) for armed guard support services, detailing the Cost Labor Information (CLIN) structure and labor categories over multiple option periods. The RFP specifies a Firm-Fixed-Price (FFP) contract type for CLIN x001, “Armed Guard Support.” Key labor categories include “Armed Guard” and “Armed Guard Lead,” with an estimated 4,160 total labor hours per period, equating to 13 Armed Guards and 2 Armed Guard Leads (15 FTEs). The periods of performance are defined annually, starting March 1, 2026, and extending through February 28, 2029, across a base period and four option periods. The document includes sections for business information, POC details, CAGE Code, UEI#, and contractor POC. It also provides a template for estimating labor hour rates and monthly costs, emphasizing that all monthly costs should not exceed two decimal places. The document is marked “Source Selection Information - See FAR 2.101 and 3.104” and “FOR OFFICIAL USE ONLY,” indicating its sensitive nature in the procurement process.
    The Defense Information Systems Agency (DISA) document outlines a requirement for Armed Guard Support, structured as a Firm-Fixed-Price (FFP) contract with a base period and four option periods. The solicitation details the CLIN structure, including CLIN numbers, descriptions, and contract type. It also specifies labor categories such as "Armed Guard" and "Armed Guard Lead" with associated PWS/SOW tasks. The document provides a framework for contractors to complete business information, points of contact, CAGE Code, and UEI#. The period of performance spans from March 1, 2026, to February 28, 2029, across the base and option periods. The file emphasizes "Source Selection Information" and "FOR OFFICIAL USE ONLY," indicating its sensitive nature in the procurement process. The document also provides specific instructions on decimal places for monthly costs.
    This Quality Assurance Surveillance Plan (QASP) outlines the systematic method for evaluating contractor performance for Access Control and Physical Security Support. It details what will be monitored, how, by whom, and how results will be documented. The QASP emphasizes the contractor's responsibility for quality control while ensuring the Government's objective evaluation. Key roles include the Program/Project Manager, Contracting Officer (KO), and Contracting Officer's Representative (COR), with the COR using the QASP to oversee performance. Primary surveillance methods involve 100% inspection and customer input, particularly for critical tasks. Performance standards are detailed in a Surveillance Matrix, and performance is documented through Performance Assessment Reports (PARs) for acceptable work and Corrective Action Reports (CARs) for unacceptable performance. The Acceptable Quality Level (AQL) for this project is 95-100% due to the critical nature of access control. Performance ratings mirror CPARS ratings, ranging from Exceptional to Unsatisfactory, with specific criteria for each. The document also highlights mandatory compliance items and the evaluation methodology for customer satisfaction and product timeliness.
    The provided government file indicates that the document content could not be displayed. It suggests that the user's PDF viewer might not be able to render the document and recommends upgrading to the latest version of Adobe Reader. It also provides links for further assistance with Adobe Reader. The file is not a typical RFP or grant document but rather a technical message regarding document accessibility.
    The Defense Information Systems Agency (DISA) Non-Disclosure Agreement for Contractor Personnel outlines strict requirements for safeguarding sensitive and proprietary information. This agreement binds contractor employees to protect various categories of data, including planning and budgeting information, contractor bid/proposal data, Freedom of Information Act-exempt information, personally identifiable information, protected health information, and any other
    The document outlines accessibility requirements for Information and Communication Technology (ICT) in government solicitations, aligning with Section 508 of the Rehabilitation Act. It details functional performance criteria for hardware, ensuring usability for individuals with various disabilities, including those affecting vision, hearing, speech, manipulation, reach, strength, and cognitive abilities. Offerors must provide an Accessibility Conformance Report (ACR) using the Voluntary Product Accessibility Template (VPAT) 2.1 or later, explaining how their ICT meets applicable Section 508 standards. They must also describe their universal design approach, plans for non-conforming features, and user scenarios for accessibility testing. The government reserves the right to validate conformance claims through testing prior to acceptance and may require remediation if inaccuracies are found.
    This document is Amendment 0001 to Solicitation HC102825R0050, issued on November 13, 2025. Its primary purpose is to extend the offer due date to December 1, 2025, at 2:00 PM CDT. The amendment also outlines the method for offerors to acknowledge receipt, either by returning signed copies, acknowledging on their offer, or sending a separate letter or telegram. Failure to acknowledge may result in the rejection of an offer. Additionally, the amendment modifies the 'LIST OF ATTACHMENTS' to include updated versions of the Statement of Work, CLIN Pricing Worksheet, QASP, DD 254, DISA NDA, Solicitation Instructions, and ART Language-0016.
    This government RFP addendum outlines detailed instructions for submitting proposals, focusing on a Lowest Price Technically Acceptable (LPTA) evaluation process. Offerors must submit separate technical, price, and contract documentation volumes, adhering to strict page limits and formatting. Key requirements include identifying and mitigating Organizational and Consultant Conflicts of Interest (OCCI), completing specific government forms like the DD Form 254 and SF 1449, and providing comprehensive pricing details. Technical proposals will be evaluated on five subfactors, including adherence to security clearance, visitor access management, physical security measures, ACS/CCTV systems, and inspections/documentation. Proposals must address Section 508 Accessibility Standards, be submitted electronically to designated points of contact, and be free of viruses or access barriers. The government intends to award without discussions but reserves the right to seek clarifications or narrow proposals.
    This government Request for Proposal (RFP) HC102825R0050, issued on October 16, 2025, seeks proposals for Physical Security Services for the DISA Data Center in San Antonio, TX. The solicitation is set aside for small businesses and has an offer due date of November 17, 2025, at 2:00 PM. The contract includes a base period from March 1, 2026, to February 28, 2027, and four one-year options extending through February 28, 2031. The services encompass physical security, visitor control, and access management, requiring contractors to meet specific security clearance requirements for on-site work. Key attachments include a Statement of Work, CLIN Pricing Worksheet, and Solicitation Instructions. The document also details various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, emphasizing compliance requirements such as System for Award Management (SAM) registration, restrictions on telecommunications and video surveillance equipment, and limitations on subcontracting for small businesses.
    This document, part of a government Request for Proposal (RFP), addresses various questions and answers related to a security services contract. Key points clarify that the awardee must possess proper registration with the Texas Commission on Private Security at the time of award, not proposal submission. It directs vendors to the Statement of Work (SOW) for details on required radios/cell phones, weapons platforms, and employee classification according to wage determinations. The training requirement consists of computer classes, not weapons requalification or non-lethal training. The Defense Information Systems Agency (DISA) will not provide security sponsorships. The anticipated shift structure is primarily three 8-hour shifts, with potential for 12-hour shifts for coverage. Finally, the government will provide the DISA SATX Physical Security Standard Operating Procedure (SOP) and a Visitors Guide for contractor adherence.
    This document compiles questions and answers regarding a government Request for Proposal (RFP) for security services. Key clarifications include that the Texas Commission on Private Security registration and facility clearance are required at the time of contract award, not proposal submission. The expected shift structure is primarily three 8-hour shifts, with potential for 12-hour shifts. Training will consist of online computer classes conducted during work hours. The government will not provide security sponsorships. Specific documents like the DISA SATX Physical Security SOP have been added, with the Visitors Guide forthcoming. Important operational details include individual weapon issuance (no onsite armory), required physical exams, drug screenings, background checks, and armored vests for personnel. External patrols are foot-based within the compound, not mobile. All positions are classified as key personnel, and there is no designated transition-in period. Proposal submissions can be in PDF, except for the Excel CLIN Pricing Sheet.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
    Buyer not available
    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.
    CTX Waco Bldg. 8 Access Control Service
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the installation of an access control system at the Dorris Miller VA Medical Center, specifically in Building 8 located in Waco, Texas. The project involves integrating an access control system into the existing CCURE 9000 platform for eight doors, requiring the contractor to supply and install electrified door hardware, modify electric strikes, and run network drops to an adjacent OIT closet, all to be completed within a 60-day timeframe. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal, state, and local regulations, with a response deadline of December 15, 2025, at 4:00 PM Central Time. Interested parties can reach out to Taminie Panich at taminie.panich@va.gov for further information.
    Up Range Security Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to award a bridge contract for security guard and patrol services at Fort Bliss, Texas. This procurement is part of a Justification & Approval (J&A) process aimed at ensuring continued security operations for the Northern range at White Sands Missile Range (WSMR). The services are critical for maintaining safety and security in military operations, highlighting the importance of reliable security personnel in defense activities. Interested parties can reach out to Charles D. Johnson at charles.d.johnson12.civ@army.mil for further details regarding this opportunity.
    Residential Modular SCIF
    Buyer not available
    The Defense Information Systems Agency (DISA) is seeking to negotiate a sole source contract with Centurion Consulting LLC for the acquisition of a new modular Sensitive Compartmented Information Facility (SCIF) to be installed in a residence within the National Capital Region (NCR). The SCIF must comply with stringent standards, including Intelligence Community Directive (ICD) 705, a Sound Transmission Class (STC) rating of 56, and Transient Electromagnetic Pulse Emanation Standards (TEMPEST), while also incorporating an Intrusion Detection System (IDS) that meets Underwriters Laboratories (UL) 2050 standards. This procurement is critical as it ensures compatibility with existing systems and facilitates rapid redeployments and reconfigurations, given that Centurion Consulting LLC is the only vendor capable of providing the necessary components and services. Interested parties who believe they can meet these requirements must submit a capability statement within 7 days of this notice to Ms. Karoline Schmal at karoline.k.schmal.civ@mail.mil, as no formal solicitation will be posted due to the sole source nature of the contract.
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    63--Building Access Service Agreement
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to provide service and maintenance for the Physical Access Card System (PACS) at the Denver Federal Center in Colorado. The procurement aims to ensure optimal functionality of the PACS through comprehensive maintenance, technical assistance, and necessary upgrades, including the repair and enhancement of hardware and software components. This service is critical for maintaining security access across multiple buildings within the facility, with a requirement for rapid response times and adequate equipment stocking to minimize downtime. Interested firms must submit their capability statements and relevant information by 5:00 PM MST on December 15, 2025, to Aaron Valdez at aaronvaldez@usbr.gov, referencing the notice number 140R8125Q0013.
    Defense Information Systems Agency (DISA) Commercial Solutions Opening (CSO) - Other Transactions for Prototype Projects
    Buyer not available
    The Defense Information Systems Agency (DISA) is inviting proposals for its Commercial Solutions Opening (CSO) HC108425S0001, aimed at fostering innovative commercial technologies through prototype projects. This initiative seeks to partner with both traditional and nontraditional defense contractors, as well as nonprofit organizations, to enhance defense capabilities while bypassing standard Federal Acquisition Regulations under the authority of 10 U.S.C. § 4022. The CSO outlines a three-phase evaluation process that includes submitting Solution Briefs, participating in Pitch sessions, and submitting full proposals for selected candidates, emphasizing technical merit and innovation aligned with specific Areas of Interest (AOIs). Interested parties can reach out to the DITCO OTA Mailbox at disa.scott.ditco.mbx.ps84-other-transaction-authority@mail.mil for further information, noting that awards will depend on available funding and may lead to follow-on production contracts for successful prototypes.
    Protecting Army Modernization and Supply Chains- Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Army Contracting Command, is seeking innovative solutions to enhance cybersecurity within the Defense Industrial Base (DIB) as part of the Protecting Army Modernization and Supply Chains initiative. This opportunity invites proposals for automated cybersecurity measures that comply with critical standards such as NIST controls and Cybersecurity Maturity Model Certification (CMMC), aimed at supporting small businesses in mitigating cyber threats while ensuring the protection of intellectual property and secure access. The initiative is crucial for safeguarding defense technologies and ensuring the rapid delivery of military capabilities, with submissions accepted until March 6, 2030. Interested parties can contact the Army NCODE Team at usarmy.apg.acc.mbx.dc3oe-ncode-cso@army.mil for further information.
    PROVIDE, INSTALL, AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 10 MEGABIT UP AND DOWNLOAD SPEEDS IN PHILADELPHIA, PA
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals from qualified small businesses to provide, install, and maintain an internet service with a minimum of 10 megabit upload and download speeds in Philadelphia, PA. This procurement is a controlled access requirement, and interested entities must possess a DITCO Basic Agreement to access the solicitation documents, which will be available via the IDEAS platform. The selected contractor will play a crucial role in ensuring reliable telecommunications services, which are essential for various defense operations. Proposals are due by the specified deadline, and interested parties should contact Sara Sopiars at sara.l.sopiars.civ@mail.mil or Emily Etter at emily.a.etter.civ@mail.mil for further information.
    Trusted System SIPR Guard
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking procurement for the Trusted System SIPR Guard, which falls under the category of IT and Telecom - Security and Compliance Products. This opportunity aims to acquire hardware and perpetual license software necessary for the SIPR Guard system, which is crucial for maintaining secure communications within military operations. Interested vendors can reach out to the primary contact, Cynthia Bernardez, at cynthia.bernardez@usmc.mil or by phone at 760-830-5110, or the secondary contact, Patrick L. Doyle, at patrick.doyle@usmc.mil or 760-830-5115, for further details regarding the procurement process.