United States Secret Service Audit and Inspection
ID: 70VT1524N00004Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF THE INSPECTOR GENERALOFFICE INSPECTOR GENERALWASHINGTON, DC, 20528, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Homeland Security's Office of Inspector General (OIG) is seeking qualified vendors to provide Protective Operations Support Services for the United States Secret Service. This initiative aims to enhance oversight and operational integrity following a recent attempted assassination incident, focusing on the review and analysis of protective measures, particularly in counter-sniper tactics. The selected contractor will be responsible for conducting operational reviews, facilitating meetings, and submitting progress reports, with a contract period from September 9, 2024, to February 28, 2025, and potential extensions. Interested parties must respond to the Request for Information (RFI) by September 11, 2024, and can contact Irfan Ayub at Irfan.Ayub@oig.dhs.gov or 202-465-2607 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Information (RFI) # 70VT1524N00004 has been issued by the Department of Homeland Security's Office of Inspector General (OIG) to gather insights for protective operations support services related to the Secret Service. This RFI seeks specialized expertise in areas such as counter-sniper tactics and event security, notably in response to an attempted assassination incident in Butler, PA, on July 13, 2024. It is a preliminary step to assess the market for potential contractors capable of fulfilling these needs and does not commit the government to any procurement decision. Interested parties are encouraged to submit responses detailing their capabilities and experiences by September 11, 2024. The focus is on acquiring technical skills and experience, especially in planning protective operations, threat assessment, and using relevant technologies. The RFI includes a questionnaire to evaluate business size, socio-economic status, and technical abilities relevant to the outlined Statement of Work (SOW). Responses will inform the development of an acquisition strategy for future requests for proposals (RFPs). Ultimately, this effort aims to ensure effective protective operations aligned with government requirements and safety protocols.
    The Market Research Questionnaire seeks to gather essential information from businesses regarding their qualifications and capabilities for a federal services requirement, specifically in areas pertaining to protective operations. The document solicits data on the size, socio-economic categories, subcontracting needs, and prior experience of respondents. It raises technical questions regarding the ability to provide subject matter expertise, experience with law enforcement coordination, use of technology in protective operations, and capability of supplying personnel with necessary security clearances. Additional questions focus on the timeframe for resourcing personnel and the preferred contract type for the requirement. The document encourages businesses to outline any limitations or information needed to respond effectively, along with a rough cost estimate. This questionnaire is aligned with government RFP processes aimed at identifying qualified vendors and supporting decision-making for future contracts.
    The Department of Homeland Security's Office of Inspector General seeks a contractor for Protective Operations Support Services to enhance oversight of the United States Secret Service, particularly following an attempted assassination event in Butler, Pennsylvania, on July 13, 2024. The contractor will analyze and document Secret Service protective measures, focusing on operational review and deviations from standard practices. Key tasks include document review, meeting facilitation, and reporting. Qualified personnel must have significant expertise in Secret Service operations, particularly in counter-sniper tactics. Personnel must also meet security clearance requirements. The contract has a base period from September 9, 2024, to February 28, 2025, with potential extensions. The contractor is expected to provide ongoing support, submit progress reports, and participate in federal security protocols. This initiative reflects the OIG's commitment to ensuring operational integrity and accountability within DHS programs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Protective Security Officer Services NYC Metro
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service Acquisition Division, is seeking to extend the current contract for Armed Protective Security Officer (PSO) services in the New York Metropolitan area. This non-competitive extension is intended to provide ongoing protection for federal facilities from October 1, 2024, through March 31, 2025. The services are crucial for maintaining security and safety at federal sites, ensuring that they are adequately protected against potential threats. Interested parties can reach out to Melissa Hally at Melissa.Hally@fps.dhs.gov or Thomas Schrank at thomas.schrank@fpa.dhs.gov for further information regarding this opportunity.
    Armed Protective Security Officer Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service Acquisitions Division, intends to issue a sole source extension for Armed Protective Security Officer Services at various locations in Washington, D.C., and Maryland. This extension, lasting up to six months, will continue the services provided by Golden SVCS LLC, Master Security Company LLC, and Triple Canopy, allowing time for the government to transition to follow-on efforts for these essential security services. The procurement is critical for maintaining safety and security at federal facilities, and interested parties may submit capability statements to Josh Clemens at josh.b.clemens@fps.dhs.gov, as this notice is not a request for competitive proposals. The applicable NAICS code is 561612, with a small business size standard of $29 million, and a Justification for Other Than Full and Open Competition will be posted following the award.
    Notice of Opportunity - Amendment
    Active
    Homeland Security, Department Of
    The U.S. Secret Service (USSS) is inviting expressions of interest from holders of the Department of Energy's Fourth Generation Energy Savings Performance Contract (ESPC) indefinite-delivery contracts for a potential task order at the James J. Rowley Training Center in Laurel, Maryland. The primary objective of this initiative is to implement energy and water conservation measures aimed at achieving significant energy reductions, decreasing greenhouse gas emissions, and exploring renewable energy options. This project underscores the USSS's commitment to enhancing energy efficiency and sustainability within its operations, with a mandatory pre-bid site visit scheduled for September 19, 2024, and responses due by September 30, 2024. Interested contractors can reach out to Shauntynee Penix at shauntynee.penix@usss.dhs.gov or Daniel Boylen at daniel.boylen@associates.usss.dhs.gov for further information.
    Protective Security Officer Services
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of intends to extend the current ordering periods of multiple award contracts for Protective Security Officer Services. These extensions will provide continued security services at various locations in Washington DC while the follow-on efforts for these services are awarded and transitioned. The services are typically used to provide security and protection at government facilities. Interested parties may submit capability statements in response to this notice.
    ICE/HSI Hosting Support Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Immigration and Customs Enforcement (ICE), is seeking qualified contractors to provide Hosting Support Services for the Intellectual Property Rights Center (IPR Center). The procurement aims to secure technical support and hosting services, including the maintenance of criminal seizure banners and data collection on website visitors, while ensuring compliance with federal security protocols and accessibility standards. This initiative is crucial for the IPR Center's mission to combat intellectual property theft and enforce trade laws through enhanced technological support. Interested parties must submit their quotations by September 17, 2024, at 12:00 PM EST, and can direct inquiries to Kelli Brooks or Heather Cauthinn via their respective email addresses.
    Protective Security Officer Services
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of is procuring Protective Security Officer Services. These services are typically used for providing armed protective security officer services at various locations in Washington, DC. The Department of Homeland Security is extending the task order under Contract 70RFP218DEC000018 with Triple Canopy, Inc. This extension is to ensure continued protective security officer services in the Washington, DC area while the follow-on effort for these services is awarded and transitioned.
    RFP - Protective Security Officer (PSO) Services - Southern New Jersey
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is soliciting proposals for armed Protective Security Officer (PSO) services in Southern New Jersey, as outlined in RFP 70RFP324RE3000001. The contract will encompass a one-year base period starting December 1, 2024, with four additional one-year options extending through November 30, 2029, aimed at safeguarding federal personnel and property at federally owned and leased facilities. This procurement is critical for enhancing security measures in the region, with an estimated requirement of 87,015 PSO hours annually. Interested vendors must submit their proposals by September 30, 2024, at 5 PM ET, and are required to register with SAM.gov. For further inquiries, contact Ryan Fitzpatrick at ryan.t.fitzpatrick@fps.dhs.gov or Melissa Stolle at melissa.stolle@fps.dhs.gov.
    Request for Information (RFI) Ammunition (9mm and 5.56mm) to support the Department of Defense Office of Inspector General (DoDIG)
    Active
    Dept Of Defense
    Request for Information (RFI) Ammunition (9mm and 5.56mm) to support the Department of Defense Office of Inspector General (DoDIG) The Department of Defense (DoD) Office of Inspector General (OIG) is seeking qualified vendors to provide 482,500 rounds of ammunition (9mm and 5.56mm). This ammunition will be used to support the Defense Criminal Investigative Service (DCIS) in its investigative and law enforcement duties. The procurement requires new Original Equipment Manufacturer (OEM) items only, with no gray market or counterfeit supplies allowed. The vendor must be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system. The ammunition will be delivered to 36 continental United States (CONUS) locations. Interested parties are requested to submit their capability statement by 5pm ET on March 22, 2024, to the provided email addresses.
    Market Survey – Security Information and Event Management (SIEM) Solutions
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through its National Urban Security Technology Laboratory (NUSTL), is conducting a market survey for Security Information and Event Management (SIEM) solutions. This Request for Information (RFI) aims to gather insights on commercially available SIEM systems that meet specific operational requirements for law enforcement and emergency responders, including a technology readiness level of 9 and robust security features such as access control and data encryption. The information collected will support the DHS Science and Technology Directorate’s System Assessment and Validation for Emergency Responders (SAVER) program, which assists response organizations in selecting and procuring necessary equipment. Interested vendors should submit their responses via the online questionnaire by October 5, 2024, and can direct inquiries to Gladys Klemic at nustl@hq.dhs.gov or Chase Knechtel at chase.knechtel@hq.dhs.gov.
    PSO Services throughout Massachusetts, Rhode Island & Connecticut
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through its Federal Protective Service, is seeking proposals for Protective Security Officer (PSO) services across Western Massachusetts, Rhode Island, and Connecticut. The procurement aims to secure armed PSO services to protect federal personnel and property at various locations, with a total estimated requirement of 1,537,500 service hours over a five-year period, from May 1, 2025, to April 30, 2030. This opportunity is structured as a Total Small Business Set-Aside, emphasizing the importance of technical capabilities and quality of service over price, with a minimum contract guarantee of $100,000. Interested small businesses must submit proposals by October 14, 2024, and can direct inquiries to primary contact Kerrin Cahill at Kerrin.Cahill@fps.dhs.gov or secondary contact Todd Wanner at todd.m.wanner@fps.dhs.gov.