Awarded ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Level II - Armed Security Guard Service for Florida

DEPARTMENT OF HOMELAND SECURITY 70FBR425Q00000162
Total Obligated
$3,232,424
SAM.gov
Current Recipient
REGIONS SECURITY SERVICES, INC. Miami FL 33126 USA
Aug 8, 2025
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for Level II Armed Security Guard Services in Florida to support disaster response and recovery operations. The contract aims to provide armed security for various facilities, including Joint Field Offices and staging yards, particularly in areas affected by Hurricanes Helene and Milton. This opportunity is set aside for small businesses, with a preference for local firms within the declared counties, emphasizing the importance of community engagement in recovery efforts. Interested contractors must submit their proposals by July 25, 2025, and can direct inquiries to Stewart E. Knotts at stewart.knotts@fema.dhs.gov or by phone at 202-445-7811. Please note that funding for this contract is contingent upon the availability of appropriated funds.

Classification Codes

NAICS Code
561612
Security Guards and Patrol Services
PSC Code
S206
HOUSEKEEPING- GUARD

Solicitation Documents

14 Files
2.02.01 Attachment 4 - Wage Determinations.pdf
PDF2724 KBJul 24, 2025
AI Summary
The document appears to be part of a federal request for proposal (RFP) related to government grants and local programs, likely focused on procurement guidelines and application procedures. It discusses the framework for submitting proposals, the necessary qualifications for applicants, and criteria for evaluation. Key points include eligibility criteria for potential applicants, funding limits, and specific areas of interest for the grant. The document also highlights compliance requirements, reporting standards, and project timelines. Certain sections emphasize the importance of alignment with government goals and policies while underscoring accountability and responsible resource management. Additionally, the structure indicates a step-by-step guide for the application process, from initial submission to final evaluation and funding allocation. These elements are critical for potential organizations aiming to secure government funding in various sectors, especially those related to public service and community initiatives. Overall, the document serves as an essential resource for organizations seeking to navigate the complexities of federal and state grant processes, ensuring compliance with regulatory mandates while optimizing funding opportunities.
2.02.01 Attachment 1 - PWS, Level II Armed Guard Service - 20250715 v1.pdf
PDF16913 KBJul 24, 2025
AI Summary
The document outlines the Performance Work Statement (PWS) for the Department of Homeland Security's Federal Emergency Management Agency (FEMA), focusing on the need for Armed Protective Security Officers in Florida during disaster and emergency situations. The main objective is to provide security services at various facilities within the state, ensuring the safety of federal employees, visitors, and property. Key requirements include timely staffing of at least 35 armed guards within 24 to 48 hours post-contract award and adherence to specific Post Orders outlining their duties. The PWS covers personnel qualifications, including citizenship, security licenses, training, and experience, ensuring all officers meet state and federal standards. Responsibilities include access control, visitor processing, security screening, emergency response procedures, documentation of incidents, and maintaining professionalism at all times. Additionally, the document details contractor obligations for reporting, record-keeping, transition plans, and compliance with security regulations. With a performance period of 180 days and two possible 90-day extensions, the statement emphasizes the critical role of the Armed Protective Security Officers as the first line of defense in safeguarding federal interests during emergency operations in Florida. This ensures that FEMA can effectively manage security amidst varying conditions during declared disasters.
2.02.01 Attachment 2 - Price Schedule Worksheet FL SECURITY.xlsx
Excel16 KBJul 24, 2025
AI Summary
The document outlines a Request for Proposal (RFP) for Level II Protective Security Officer services in support of FEMA disaster response and recovery operations across several locations in Florida. The contract spans a base period of 180 days, with two 90-day option periods thereafter. Essential details include operational hours and staffing requirements: the Joint Field Office operates on weekdays with five guards and reduced staffing on weekends, while the Staging Yard operates 24/7, requiring four guards during the day and three at night. The timeline for transition phase documentation and background checks is set for a start date of August 16, 2025. Surge staffing provisions allow for rapid deployment of additional personnel in response to disasters or heightened security needs, subject to government approval. The contract emphasizes flexibility with potential modifications for additional guard services depending on the severity of disaster situations in Florida. Overall, the document serves as a framework for ensuring security services are adequately managed and responsive to the needs of federal disaster response efforts in the state.
2.02.01 Attachment 3 - Past Performance Questionnaire.pdf
PDF3206 KBJul 24, 2025
AI Summary
The Federal Emergency Management Agency (FEMA) has released a Request for Quote (RFQ) 70FBR425Q00000162 for procurement of supplies or services, requiring offerors to submit past performance information. The agency seeks evaluations of contractors from prior clients to assess their capabilities. Evaluators are asked to complete a questionnaire, which includes performance ratings on staffing capacity, customer satisfaction, and responsiveness. Each performance element can be rated as Superior, Good, Satisfactory, Marginal, Unsatisfactory, or Neutral. The completed forms must be submitted electronically to the Contracting Officer by a specified deadline for consideration. Confidentiality is assured, as the identities of evaluators will not be disclosed to contractors. Additional comments on performance are also encouraged via a supplemental form. This process is integral to evaluating contractor qualifications based on prior experiences, ensuring FEMA selects a suitable vendor for current needs.
2.02.01 Attachment 9 - Disaster or Emergency Area Representation.pdf
PDF2254 KBJul 24, 2025
AI Summary
The document outlines the criteria for local area representation pertaining to federal disaster response in counties designated under FEMA DR-4796 in Iowa. It requires offerors to indicate whether they reside or primarily do business in the affected area, based on operational presence over the past twelve months, revenue generation, and employee distribution. If an offeror does not meet these criteria, additional considerations are provided, including physical office locations, state licenses, past work history, and community involvement. Offerors affirming their local business status may need to present supporting documentation upon the request of the Contracting Officer. This process aims to ensure that local businesses are considered for contracts related to the disaster response, fostering local economic engagement and support amidst recovery efforts.
2.02.01 70FBR425Q00000162, Guard Service.pdf
PDF284 KBJul 24, 2025
AI Summary
The Federal Emergency Management Agency (FEMA) is soliciting quotes for security guard services as part of disaster response and recovery operations in Florida, specifically targeting regions affected by Hurricanes Helene and Milton. This solicitation, numbered 70FBR425Q00000162, is set aside for small businesses with a local area preference. Interested firms must submit both a technical and price proposal by July 25, 2025. The evaluation criteria prioritize technical capability, past performance, and price, with a strong emphasis on local businesses impacted by the declared disasters. Contractors are required to present a comprehensive plan outlining their service capability, staffing, and risk management while detailing their relevant past experience. The performance contract will consist of a 180-day base period with two potential 90-day extensions. The government’s financial commitment is contingent upon the availability of funds, and the solicitation document includes numerous regulations and clauses under the Federal Acquisition Regulation to ensure compliance and operational security. Essential attachments must be completed and returned alongside the proposal, with guidance provided for submitting inquiries or challenges related to the solicitation process.
2.02.01 Attachment 5 - Disaster Declartation Maps.pdf
PDF3972 KBJul 24, 2025
AI Summary
The document outlines federal disaster declarations and assistance designations for various counties in Florida in response to recent disasters, specifically FEMA-4828-DR and FEMA-4834-DR. The data indicates eligibility for assistance under the Hazard Mitigation Grant Program for all Florida areas. The first declaration, initiated on September 28, 2024, and amended on November 22, 2024, covers extensive counties marked for different types of assistance, including Individual Assistance and Public Assistance across various categories. Similarly, the second declaration began on October 11, 2024, and was amended on November 4, 2024, listing designated counties for specific types of public assistance, including the Miccosukee Tribe of Indians of Florida. The document emphasizes that further designations may arise based on additional state requests and damage assessments, highlighting the ongoing response and support strategies for disaster mitigation in Florida.
2.02.01 Attachment 8 - FAR 52.204-26 Covered Telecom Equipment or Services-Rep.pdf
PDF3111 KBJul 24, 2025
AI Summary
The document outlines the "Covered Telecommunications Equipment or Services-Representation," which is a provision necessary for government contracts as specified in federal procurement guidelines. Its main purpose is to ensure that offerors of products or services to the government assess their compliance with the regulations concerning excluded telecommunications equipment and services. Specifically, the offeror must represent whether they provide such equipment or services and confirm compliance after conducting a reasonable inquiry, reviewing the list of excluded entities in the System for Award Management (SAM). This provision emphasizes the importance of safeguarding against certain telecommunications services deemed at risk, reinforcing government efforts to prevent security threats associated with these technologies. The document also includes spaces for the vendor’s authorized representative to sign, confirming their representations regarding the telecommunications provided. Overall, this provision is a part of the broader framework within federal RFPs to maintain the integrity of government contracts and ensure national security.
2.02.01 Attachment 7 - FAR 52.204-24 Representation Regarding Certain Telecom and Video Surveillance Services.pdf
PDF3250 KBJul 24, 2025
AI Summary
The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" as part of solicitation procedures for federal contracts. It establishes that Offerors need to declare whether they provide or use covered telecommunications equipment or services, as mandated by the John S. McCain National Defense Authorization Act. The document specifies that Offerors who acknowledge such use must submit detailed disclosures, including information about the manufacturers and proposed utilization of the equipment or services. It emphasizes prohibitions against procuring covered telecommunications systems after specified dates and reinforces the requirement to check the System for Award Management (SAM) for excluded entities. This provision aims to maintain security standards by restricting the use of potentially problematic telecommunications technologies in government contracts, ensuring compliance with federal regulations concerning national defense. The emphasis on detailed disclosure underscores the government's due diligence in safeguarding sensitive information in contractual agreements.
2.02.01 Attachment 6 - Notice to Offerors - Statement of Contractor Assurance.pdf
PDF3110 KBJul 24, 2025
AI Summary
The U.S. Department of Homeland Security has issued a statement to offerors regarding contractor assurance for proposals submitted under its Request for Proposal (RFP) process. Offerors must certify their financial capacity, ability to meet performance schedules, and compliance with federal standards, specifically FAR 9.104-1. They are required to disclose any significant legal issues, including bankruptcy or government fines, that may impact their project execution capabilities. The instructions state that offerors must provide information pertinent to their assurances, including delivery plans with suppliers, financial resources with relevant institutions willing to support the project, and any other information supporting their qualifications. This information is submitted separately to the Contracting Officer (CO) and is not part of the technical evaluation. The document emphasizes the importance of transparency in ensuring the contractor's responsibility in fulfilling project obligations.
02.02.01 Q&A, 70FBR425Q00000162, Guard Service.xlsx
Excel12 KBJul 24, 2025
AI Summary
The document addresses the solicitation for guard services by FEMA, specifically responding to questions regarding operational logistics and requirements for the awarded contract. Key points include the determination of radio frequency, with the FEMA IT Department overseeing security protocols, and that no individual site will have its own repeater. In emergencies, background checks for Protective Security Officers (PSOs) can be expedited, allowing for staffing at critical facilities during a declared disaster, while ensuring compliance with training requirements within specified time frames. The contract is a recompete for an existing service, involving four designated locations. Additionally, the text clarifies that contractors may propose alternative radios meeting or exceeding specifications. Pre-employment drug testing is contingent on state agency requirements. This document is vital for potential contractors to understand FEMA's expectations and protocols while addressing essential procedural elements for the guard service contract.
Attachment 23 - APPENDIX C - Weapons Roster.xlsx
Excel11 KBJul 24, 2025
AI Summary
The provided document appears to be a data collection sheet for weapons, detailing several aspects related to their management within government agencies. It includes sections for recording vital information such as the weapon's manufacturer, model, serial number, caliber, location, owner, and assignment. This structured layout indicates an organized approach to tracking firearms, likely for transparency and accountability in accordance with federal and local regulations governing firearms possession and usage within governmental entities. The file emphasizes the importance of documenting weapons to facilitate oversight, ensure proper assignment to personnel, and maintain updated records regarding location and ownership. This document supports compliance with laws and policies related to weapon management in government operations.
02.02.01 Q&A, 70FBR425Q00000162, Guard Service rev.1.xlsx
Excel13 KBJul 24, 2025
AI Summary
The document outlines a Q&A session regarding the Guard Service under Solicitation No. 70FBR425Q00000162 for the Federal Emergency Management Agency (FEMA). It confirms that the project is a recompete for an existing service, managed under the current BPA by REDCON Solutions Group, LLC, covering four locations in Florida. Key topics include the process for conducting background checks for Protective Security Officers (PSOs), which must be completed by contractors post-award, alongside mandated training protocols that must occur within set timeframes. Additionally, the document addresses radio specifications, noting that the FEMA IT Department will determine frequency protocols and that approximately 4-6 radios may be allocated per site. It also highlights the absence of certain documents referenced in the solicitation, specifically the Weapons and Security Guard Rosters, which can be accessed by downloading Attachment 1. The emphasis throughout the document underscores FEMA's requirements for security personnel, outlining a structured approach to training, compliance, and operational readiness in emergency scenarios, while maintaining strict security and operational protocols.
Attachment 24 - APPENDIX E - Security Guard Roster.xlsx
Excel12 KBJul 24, 2025
AI Summary
The document outlines qualifications and certifications for employees within a security-related context, specifically highlighting the relevant credentials necessary for government contract compliance. It lists essential qualifications, including a Level 3 Security License, CPR/First Aid/AED certification, and specialized training such as Baton and OC Certification. Additionally, a current firearms training qualification is mandated. The structured format suggests a systematic approach to evaluate candidate eligibility for roles requiring these competencies, which are pivotal for federal and state contracts. Through these outlined requirements, the document emphasizes the importance of compliance with safety and operational standards in government security operations, ensuring personnel are adequately trained and certified to meet various project needs effectively.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 17, 2025
amendedAmendment #1Jul 22, 2025
amendedLatest AmendmentJul 24, 2025
deadlineResponse DeadlineJul 25, 2025
awardAwarded to REGIONS SECURITY SERVICES, INC. Miami FL 33126 USAAug 8, 2025
expiryArchive DateAug 9, 2025

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
FEDERAL EMERGENCY MANAGEMENT AGENCY
Office
REGION 4: EMERGENCY PREPAREDNESS AN

Point of Contact

Name
Stewart E. Knotts

Place of Performance

Florida, UNITED STATES

Official Sources