Security Guard Services for the Mike Monroney Aeronautical Center
ID: 6073GH-24-R-00167Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GJ NON-FRANCHISE ACQ SVCOKLAHOMA CITY, OK, 73125, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide Security Guard Services for the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, Oklahoma. The procurement involves a five-year firm-fixed-price contract, which includes one base year and four option years, requiring armed and unarmed security personnel to manage access control, perform patrols, and ensure safety across the facility and its off-site locations. This contract is critical for maintaining security and operational readiness within the aviation sector, emphasizing compliance with federal regulations and quality assurance protocols. Interested parties must submit their proposals by August 15, 2025, and can direct inquiries to Cynthia Cooper at cynthia.cooper@faa.gov or by phone at 405-954-2601.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for proposals by the Federal Aviation Administration (FAA) for a five-year firm-fixed-price contract to provide Security Guard Services at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This contract includes one base year and four option years, emphasizing compliance with performance standards set in the Performance Work Statement (PWS). Key elements of the solicitation include requirements for contractor personnel supervision, training, and administration, ensuring they meet security standards. The contractor must submit various data, maintain confidentiality, and adhere to environmental safety conditions. Additionally, there are clauses for performance evaluation, potential government funding adjustments, and regulations regarding contractor testimony relating to contract activities. The document stresses the importance of contractor compliance with not only FAA’s internal regulations but also federal laws to ensure the longevity and reliability of the contract. The structured sections delineate various administrative, performance, and safety requirements vital for secure operations while ensuring adherence to strict government accountability standards throughout the contract duration.
    This document represents an amendment to a solicitation/modification of a contract issued by the federal government, specifically pertaining to project AAQ-730 related to Aviation Safety Acquisition. The amendment includes an effective date of July 7, 2025, and confirms that questions and answers 95-100 are provided to potential offerors. Furthermore, it states that the Staffing Seniority List dated July 31, 2025, is shared with the offerors, while the due date for Past Performance Surveys and completed proposals remains on August 15, 2025. The contract's period of performance is scheduled from April 1, 2026, to March 31, 2031. The document outlines instructions for offerors on how to acknowledge receipt of the amendment to ensure their submissions are considered valid. All terms and conditions of the existing contract remain unchanged except as specified in this amendment. This modification aims to facilitate better communication and clarify expectations for the procurement process within the context of federally funded projects.
    The document is an amendment to a solicitation for Security Guard Services, identified by Contract ID 6973GH-24-R-00167. The amendment updates the original Performance Work Statement with a new version dated July 23, 2025, and replaces previous responses to contractor inquiries, expanding the Q&A from 84 to 94 questions. Additionally, the submission deadline for proposals is extended from August 8, 2025, to August 15, 2025. The contract's performance period is set from April 1, 2026, to March 31, 2031. It highlights the importance of acknowledging receipt of the amendment to prevent offer rejection and indicates that all other terms of the original contract remain unchanged. This amendment is a typical exercise in federal procurement processes to ensure clarity and comprehensive responses to potential bidders while maintaining timelines and compliance.
    The document outlines the Request for Proposal (RFP) 6973GH-21-R-00003 for security and operational services, detailing the supply and pricing structure for various job roles as specified in the Performance Work Statement (PWS). It categorizes service levels into four tiers, ranging from fully staffed to zero staffing, for positions such as Program/Assistant Manager, Shift Supervisor, and Dispatch. Each role is priced for a 12-month period, under a firm-fixed price arrangement. Additionally, the contract includes provisions for over and above services, laying out estimated costs associated with personnel such as armed and unarmed guards, locksmiths, and dispatchers. The document emphasizes the necessity for contractors to ensure full staffing to meet specified performance levels, alongside the requirement of transition periods and data requirement lists. This RFP is a critical step in securing the necessary personnel and resources to uphold security standards and operational efficiency within government facilities, highlighting the emphasis on staffing flexibility and compliance with established performance metrics for service delivery.
    The Federal Aviation Administration (FAA) outlines a Performance Work Statement (PWS) for Security Guard Services at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma. The document specifies that the contractor must provide armed and unarmed security personnel to manage access control, perform armed patrols, and ensure safety across the facility's 3 million square feet and off-site locations. Services include entrance control, personal escort duties, and fire safety surveillance, adhering to federal and FAA regulations. The contractor is responsible for developing work schedules, ensuring personnel compliance with licensing requirements, and maintaining high quality of service through established protocols and a Quality Control Program. The PWS emphasizes the contractor's obligation for emergency response, continuous assessment of security vulnerabilities, and employee training standards in line with the Council on Law Enforcement Education and Training (CLEET). The document delineates expectations for personnel management, operational communications, and incident reporting. It is aimed at securing the facilities while ensuring a safe environment for employees and visitors. The PWS reflects the FAA's commitment to fostering a secure and operationally efficient environment at MMAC, establishing a clear framework for performance and accountability in government contracting.
    The document appears to be a structured overview related to federal and state RFPs (Requests for Proposals) and grants. Its purpose is to consolidate information relevant to opportunities for funding or contracting, outlining procedures and requirements for entities interested in applying. The content indicates details of various projects, guidelines for proposal submission, and criteria for evaluation. It identifies the necessity for compliance with financial, technical, and regulatory standards, which are critical for successful applications. The summary emphasizes the importance of adhering to specific guidelines and provides insight into the competitive nature of applying for government funding. It highlights topics such as submission timelines, eligibility criteria, compliance requirements, and potential funding amounts, all vital for prospective applicants. The document's structured approach aims to facilitate better understanding and navigation of the often complex application processes associated with federal and state funding opportunities, making it essential for organizations seeking to secure funding or contracts. Ultimately, this document serves as a resource for stakeholders in the government contracting and grant application landscape, aiming to foster transparency and accessibility in the procurement process.
    The document is a Collective Bargaining Agreement between the United Guards of America, Local 100 (the Union) and Boutchantharaj Corporation, operating as DFW Security Protective Force (the Company), effective May 12, 2023, through March 31, 2026. The Agreement outlines the terms governing employee wages, work conditions, and grievance procedures at the Mike Monroney Aeronautical Center for employees providing security services to the Federal Aviation Administration. Key articles include management and union rights, grievance and arbitration procedures, and detailed provisions concerning work hours, overtime compensation, leave policies, safety protocols, and employee seniority. The Agreement explicitly prohibits strikes and lockouts during its term, affirming the importance of continuous operations. It establishes a collaborative framework for addressing operational needs while safeguarding employee rights, including provisions for safety, health standards, and compensation for various types of leave—vacation, bereavement, and overtime. Moreover, it emphasizes the mutual commitment to uphold federal, state, and local laws throughout the contract duration. This document serves as a comprehensive reference for both parties to navigate their rights and responsibilities effectively within the stipulated timeframe.
    The document outlines a Past Performance Survey for the MMAC Security Guard Services contract, aimed at evaluating a contractor's performance in delivering security services. It serves as a request for feedback from a designated point of contact at an agency regarding a contractor's ability to meet the specified requirements, manage costs, and maintain quality standards. The survey includes sections for assessing performance quality, cost control effectiveness, service timeliness, and overall customer satisfaction, utilizing a rating scale from Exceptional to Unsatisfactory. Additional focus is placed on the contractor's business relations, compliance with union agreements, and workforce management. Respondents are to provide narratives to support their assessments, contributing to a comprehensive evaluation that informs future contracting decisions. Responses must be submitted by August 1, 2025, to ensure relevance for the ongoing evaluation of contracting capabilities in government procurement processes. Overall, this document emphasizes the government's commitment to accountability and effective service delivery in security operations.
    The document is a client authorization letter from Cynthia L. Cooper, a Contracting Officer at the Federal Aviation Administration (FAA). It authorizes a designated contact within a client organization to respond to the FAA's Screening Information Request/Request for Offer (SIR/RFO) No. 6973GH-24-R-00167. The purpose of this communication is to facilitate the offeror's submission regarding MMAC Security Guard Services, permitting the client to provide relevant information and insights on past services performed. The letter highlights the importance of this collaboration and directs any inquiries to the signing officer. The overall context emphasizes the collaborative nature of the RFP process within federal contracting, ensuring that all parties are informed and engaged in the procurement process.
    The document entails a Q&A section related to a Request for Proposal (RFP) for Security Guard Services by the Federal Aviation Administration (FAA). It addresses key issues raised by potential bidders, including the definition of key personnel, resume submission requirements for key staff, provisions of weapons storage, and certification requirements. Bidders are stipulating conditions such as training for officers, background checks, and expectations regarding staffing levels during contract execution. Clarifications are provided on responsibilities for equipment maintenance, pricing for various service levels, and the circumstances under which service level adjustments may occur. Twelve critical factors for proposal evaluation are outlined, indicating that the FAA will assess factors such as Technical Proposals, Past Performance, and Pricing in determining the best value offeror. This document serves to enhance bidder understanding and compliance with the solicitation process, ensuring clarity and transparency leading up to contract awards in compliance with government procurement processes.
    The document serves as a Q&A for a Request for Proposal (RFP) concerning Security Guard Services issued by the FAA. It addresses various inquiries from potential bidders regarding the qualifications and requirements for key personnel, proposal submission details, and general contract obligations. Key points include the clarification that bargaining unit employees cannot be considered key personnel, and that resumes for key personnel must be submitted with the proposals but do not count toward the page limit. The FAA confirmed its responsibility for maintaining access control systems while outlining insurance and CLEET certification requirements for security personnel. It also provides guidance on pricing structure for different service levels during contract execution, emphasizing the necessity for bidders to submit comprehensive pricing across all service tiers mentioned in the RFP. Importantly, the transition period post-award is firmly established as 30 days, and all inquiries received post the designated conference date will be addressed. Overall, the document emphasizes regulatory compliance, clarity in proposal requirements, and the importance of adherence to job qualifications for effective contract fulfillment in the security services sector.
    The Federal Aviation Administration (FAA) outlines a Performance Work Statement (PWS) for the provision of security guard services at the Mike Monroney Aeronautical Center (MMAC) and affiliated off-site facilities. The contract includes armed and unarmed security responsibilities, such as entrance control, patrols, and emergency response, to ensure the safety of government property and personnel. Key requirements include adherence to federal regulations, thorough training for all security personnel, and clear communication protocols. The contractor is expected to manage and supervise security operations while providing adequate staffing and maintaining strict quality control measures. Detailed processes for screening, access control, and emergency procedures are specified, along with responsibilities for uniforms and equipment. The PWS emphasizes the importance of quality assurance and diligent reporting of security incidents. Through this document, the FAA seeks to establish a reliable and effective security oversight model, maintain compliance with transportation security standards, and safeguard personnel while supporting the overall mission of the aviation sector. The security contract is reported to be active 24/7, demonstrating the government's commitment to continuous safety and operational readiness.
    The document outlines the staffing structure of a departmental office, detailing various roles filled and vacant positions, along with their dates of hire (DOH). It includes Program Managers, Supervisors, Data Clerks, Dispatchers, Locksmiths, Armed Officers, and Unarmed Officers. The roles vary in hire dates, with some positions, such as the Assistant Program Manager, currently vacant. A notable aspect of the staffing is the extensive historical hiring of Armed Officers, with records dating as far back as 1997, reflecting a continuous need for this role. In contrast, the Unarmed Officers show a more recent hiring timeline, indicating possible shifts in departmental requirements. This document serves as an internal roster or report on staffing for the agency, likely relevant in the context of government RFPs, federal grants, and state/local proposals, emphasizing the importance of resource allocation and staffing in operational efficiency. The organizational structure appears geared towards effective management and readiness in delivering departmental services, particularly in security and data handling.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    AIRCRAFT PARTS CONTRACTOR LOGISTICS SUPPORT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a contractor to provide logistics support for aircraft parts through a Blanket Purchase Agreement. The contract aims to supply parts for the FAA's fleet of aircraft, with a performance period of 12 months, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The estimated total value of the contract is approximately $14,380,000, with specific instructions for contractors regarding markup rates and discount terms outlined in the associated procurement schedule. Interested parties should direct inquiries to the primary contact, Bill Boyer, at william.e.boyer@faa.gov, or the secondary contact, Tammy Claiborne, at tammy.r.claiborne@faa.gov, for further details on the proposal submission process.
    Craig Work Center (CAG ADM) Janitorial Services
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    Tinker Base Supply and Munitions
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to provide Base Supply and Munitions services at Tinker Air Force Base (TAFB) in Oklahoma. The contractor will be responsible for managing personnel, equipment, and services related to supply operations, inventory control, customer support, and munitions management, ensuring compliance with Air Force regulations and maintaining war readiness. This procurement is particularly significant as it supports the logistics readiness of the 72 Logistics Readiness Squadron and includes a total estimated award amount of $47 million, with a base performance period starting in April 2026 and extending through March 2033. Interested parties should direct inquiries to Robert Kipler or Samuel Nemargut via email, and proposals must be submitted electronically by the specified deadline.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with four additional option years, emphasizing the need for comprehensive cleaning and maintenance as outlined in the Statement of Work and Frequency Charts. This procurement is crucial for maintaining operational standards and ensuring a clean environment for FAA personnel, with a focus on compliance with safety and environmental regulations. Interested small business concerns must submit their proposals, including completed forms and pricing schedules, by the specified deadlines, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    TINKER AFB MAC BOA WWYK250031 - Repair B62528 (Round 2)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of Building B62528 at Tinker Air Force Base, Oklahoma, under the project title "WWYK250031 - Repair B62528." This project, which is a total small business set-aside, involves various demolition and renovation tasks to ensure compliance with applicable NEC and NFPA standards, with an estimated construction cost between $1,000,000 and $5,000,000. Contractors must commence work within 10 calendar days of receiving the notice to proceed and complete the project within 400 calendar days, adhering to strict quality control and safety protocols. Interested parties must attend a mandatory site visit on October 21, 2025, and submit proposals by December 10, 2025. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
    Postal Meter
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a contract to lease postal equipment, including an automated mailing processing machine and a mail meter, for Tinker Air Force Base in Oklahoma. The procurement aims to provide comprehensive services, including preventive and remedial maintenance, software upgrades, installation, and ongoing training, to support the management of official mail dispatched by various organizations at the base. This contract, valued at approximately $34 million, will span an initial term of one year, with four optional extensions, and is crucial for ensuring efficient mail processing operations. Interested contractors must submit their proposals by December 12, 2025, and can direct inquiries to Gerald Mosley or Samuel Nemargut via the provided email addresses.
    Door, Access, Aircraft
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of aircraft access doors, specifically the Door, Access, Aircraft (NSN: 1560-01-008-5440). The contract will involve the supply of a total line-item quantity of 49 units, with a minimum order of 25 and a maximum of 75 units, along with additional line items for other related components. These doors are critical for providing access during maintenance and ensuring a smooth surface during flight, with specifications indicating they are made of aluminum and steel. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP) is December 12, 2025, with a closing date of January 12, 2026. For inquiries, potential bidders can contact James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262.
    Inflight Paramedic Services - JPATS Oklahoma City, OK
    Buyer not available
    The Department of Justice, through the U.S. Marshals Service (USMS), is soliciting quotes for in-flight paramedic services under solicitation number 15M30026QA3700001, specifically for the Justice Prisoner Air Transportation System (JPATS) in Oklahoma City, OK. The contract, which is set aside for small businesses, requires the contractor to provide all necessary labor, equipment, supplies, and supervision for medical care during flights transporting non-medical, ambulatory prisoners, with a performance period of 12 months and an option for an additional year. Interested offerors must submit their quotations by December 15, 2025, and ensure they have an active registration in the System for Award Management (SAM) prior to submission; questions regarding the solicitation should be directed to Sheila Nimrod at sheila.nimrod@usdoj.gov by December 8, 2025.
    Janitorial Services at Moses Lake, WA ATCT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide janitorial services at the Air Traffic Control Tower in Moses Lake, Washington. The contractor will be responsible for delivering all necessary personnel, equipment, tools, materials, and supervision to meet the specified cleaning standards and frequencies outlined in the Statement of Work. This procurement is crucial for maintaining a clean and safe operational environment for FAA facilities, ensuring compliance with safety and quality standards. Interested parties should contact Brandi Holmes at brandi.b.holmes@faa.gov or Todd Butler at Todd.Butler@faa.gov for further details, with the contract period running from January 1, 2026, to December 31, 2030, and options for four additional one-year extensions.