Protective Security Officer (PSO) services at the IRS facility in Andover, MA
ID: 70RFP125RE1000006Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSFPS EAST CCG DIV 1 ACQ DIVPHILADELPHIA, PA, 19106, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Homeland Security, through its Federal Protective Service, is seeking proposals for Protective Security Officer (PSO) services at the IRS facility located in Andover, Massachusetts. This procurement is structured as an 8(a) small business set-aside and aims to establish a fixed-price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for a five-year period, which includes one base year and four optional years, with performance expected to commence on July 1, 2025. The importance of these services lies in ensuring the safety and security of federal facilities, which is critical for maintaining operational integrity. Interested contractors must submit their proposals by the extended deadline of March 21, 2025, at 5:00 PM EST, and can direct inquiries to Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov or by phone at 267-717-9993.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the Department of Homeland Security (DHS), specifically the Federal Protective Service (FPS), seeking offers for Protective Security Officer (PSO) services at the IRS facility in Andover, Massachusetts. This RFP is structured as a competitive 8(a) small business set-aside and aims to establish a fixed-price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract over a five-year period, comprising one base year and four optional years. The periods of performance range from July 1, 2025, through June 30, 2030. Interested small businesses are required to submit a completed Non-Disclosure Agreement to access further materials related to the bid. The document also includes an extensive list of required attachments, such as a Statement of Work, wage determination, and a proposal submission checklist, emphasizing thorough compliance and documentation as part of the bidding process. The RFP's structured approach demonstrates the government’s intent to ensure fair competition while obtaining necessary security services for federal facilities.
    The document pertains to Amendment 0001 of Solicitation RFP 70RFP125RE1000006, issued by the U.S. Department of Homeland Security's Federal Protective Service. The primary purpose of the amendment is to extend the closing date for submissions of proposals for Protective Security Officer services at the IRS facility in Andover, Massachusetts, now due on March 6, 2025, at 5:00 PM EST. Contractors must acknowledge receipt of this amendment through specified methods, which include returning copies of the amendment or acknowledging it in their proposals. Additionally, if any changes to previously submitted offers are necessary due to this amendment, they must be communicated prior to the new deadline. The document is structured as an official governmental notice, detailing important deadlines, acknowledgment methods, and points of contact, particularly highlighting the Contract Specialist, Kimberly Skiotys. This amendment serves to keep potential bidders informed and ensure compliance with revised solicitation instructions, upholding integrity and transparency in the procurement process.
    The document serves as Amendment 0002 to RFP 70RFP125RE1000006, pertaining to the procurement of Protective Security Officer services for the IRS Facility in Andover, Massachusetts. Its primary purpose is to provide updates and responses to inquiries regarding the RFP, and it includes several modifications. Key changes include: 1. Answers to questions submitted by potential bidders, with confirmation that the original solicitation terms take precedence in case of conflict. 2. An updated version of the Statement of Work, addressing a previously missing page. 3. Distribution of important attachments, including the Master Certification List and updated clauses effective February 2025. 4. A process for businesses to obtain an updated exhibit upon completing a Non-Disclosure Agreement (NDA). 5. The solicitation closing date has been extended to March 21, 2025, at 5:00 PM EST. Furthermore, it outlines the acknowledgment requirements for the amendment, stressing the importance of timely responses to avoid rejection of offers. This amendment exemplifies the formal process of managing RFP modifications and vendor communication within federal procurement activities.
    The Department of Homeland Security (DHS) Non-Disclosure Agreement (NDA) outlines the responsibilities and obligations for individuals who require access to sensitive government information. It emphasizes three primary categories of protected information: Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Sensitive But Unclassified (SBU). Each category has specific compliance requirements set forth by relevant laws and regulations. Signatories must acknowledge receipt of security training, commit to safeguarding sensitive information, and report any security breaches. The agreement also addresses the return of information upon completion of duties and prohibits unauthorized disclosures. The NDA is designed to protect national interests and individual privacy while allowing the government to enforce compliance through inspections or legal action. Violations can lead to penalties, including loss of access to government information. This document reflects the DHS's commitment to maintain a secure environment while contracting with third-party entities as part of federal RFPs and grants.
    Lifecycle
    Similar Opportunities
    Protective Security Officer (PSO) services in various locations throughout Kentucky
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service Acquisitions Division, is seeking to extend an existing contract for Protective Security Officer (PSO) services across various locations in Kentucky. This procurement aims to provide continued armed PSO services through a sole source extension with Patronus Systems, Inc., allowing for uninterrupted security coverage while a new contract is established. The importance of these services lies in their role in maintaining safety and security at federal facilities, which is critical for operational continuity. Interested parties can direct inquiries to Stephen Allen at Stephen.M.Allen@fps.dhs.gov, with the extension set to commence on January 1, 2026, under the authority of 41 U.S.C. 3304(a)(1).
    Protective Security Officer (PSO) services in various locations throughout Alaska
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service Acquisition Division, is planning to extend an existing contract for Protective Security Officer (PSO) services in various locations throughout Alaska. This sole source extension, which will last up to two months starting February 1, 2026, aims to ensure the continued provision of armed PSO services while allowing for the placement of a new contract to maintain these critical services. The procurement falls under the NAICS code 561612 for Security Guards and Patrol Services, with a small business size standard of $29 million. Interested parties can reach out to Alyssa McQueen at Alyssa.M.McQueen@fps.dhs.gov or by phone at 253-999-2987 for further details.
    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.
    CI-Medical
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service's Criminal Investigation division, is soliciting proposals for a Firm-Fixed Price, Four-Year Indefinite Delivery Indefinite Quantity Contract for medical services. The contract aims to provide comprehensive medical evaluations and screenings for special agents, including applicant screenings, annual incumbent screenings, fitness-for-duty exams, immunizations, and breath alcohol testing, with a focus on adhering to IRS data safeguarding protocols. This procurement is critical for ensuring the health and fitness of law enforcement personnel, with the contract expected to run from October 1, 2025, to September 30, 2030. Interested contractors should contact Diana Vitenko at diana.vitenko2@irs.gov or 510-907-5083 for further details, as proposals will be evaluated based on a best-value trade-off approach emphasizing technical and management capabilities.
    8(a) Contract Security Officer (CSO) Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking potential sources for an 8(a) Contract for Security Officer (CSO) Services to support the Pentagon Force Protection Agency (PFPA). The objective of this procurement is to ensure that security posts are adequately staffed, patrolled, and inspected, while maintaining the security of Entry Control Points (ECP) to prevent unauthorized access and ensure the safety of personnel within the National Capital Region, predominantly on the Pentagon Reservation. This contract is critical for delivering high-quality security and first-responder services that align with the PFPA's mission of protection and security. Interested parties can reach out to Yolnie Merriweather at yolnie.t.merriweather.civ@mail.mil or call 703-545-2750 for further information regarding this opportunity.
    Justification and Approval-PSO Services TN Statewide
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Office of Procurement Operations, is seeking services related to Justification and Approval for PSO Services across the state of Tennessee. The procurement aims to secure housekeeping and guard services, which are essential for maintaining safety and security in various facilities. Interested vendors can find further details in the attached documentation, and they are encouraged to reach out to the primary contact, John Liu, at john.c.liu@fps.dhs.gov or by phone at 215-521-3112, or the secondary contact, Kelly Minturn, at Kelly.M.Minturn@fps.dhs.gov, for additional inquiries.
    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.
    Level II Armed Guard Service - State of Tennessee
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking immediate armed guard services in response to the catastrophic tornadoes that struck Tennessee on March 31st and April 1st, 2023. The procurement aims to secure at least eleven federal facilities, including Joint Field Offices and Disaster Recovery Centers, which require a minimum level of security as mandated by DHS guidelines. This urgent need arises from the Federal Protective Service's inability to provide the necessary guard services due to resource constraints, particularly in rural areas where security options are limited. Interested vendors can contact Nicole L. Joseph at nicole.joseph@fema.dhs.gov or by phone at 470-416-9313 for further details on this sole source contract opportunity.
    Justification and Approval for Other Than Full and Open Competition PSO Services for North Florida
    Homeland Security, Department Of
    The Department of Homeland Security is seeking to procure services related to Justification and Approval for Other Than Full and Open Competition for PSO Services in North Florida. This procurement aims to secure housekeeping and guard services, which are essential for maintaining safety and security in the region. The services will be performed in Florida, underscoring the importance of these operations in supporting the department's mission. Interested vendors can reach out to Kerrin Cahill at Kerrin.Cahill@fps.dhs.gov for further details regarding this opportunity.
    DHS Medical Services Strategic Sourcing Vehicle (SSV) for Persons in Custody (PIC) and Related Services
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking information from industry stakeholders regarding the Medical Services Strategic Sourcing Vehicle (SSV) for Persons in Custody (PIC) and related services through Request for Information (RFI) 70RWMD26RFIP00002. The objective of this RFI is to gather insights on efficient, safe, and secure healthcare solutions, including medical staffing, logistics, equipment management, and quality oversight, to support DHS operations across various components such as ICE, CBP, and USCG. This initiative is crucial for ensuring standardized and effective medical care for individuals in custody and workforce members, addressing a dynamic healthcare landscape that requires adaptability and operational continuity. Interested parties must submit their responses using the provided template by December 23, 2025, at 5:00 PM ET, via email to the DHS Office of Procurement Operations at opoindustryliaison@hq.dhs.gov.