Global Protective Services (GPS) - Market Research
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of War (DoW), specifically the Department of the Army, is conducting market research for Global Protective Services (GPS). This is a Sources Sought / Request for Information (RFI) to assess industry capabilities for comprehensive protective security services, informing a potential on-ramp to the $10.3 billion GPS program. Responses are due by June 3, 2026.
Purpose of Market Research
This RFI is for market research and planning purposes only; it is not a solicitation for a task order or a formal on-ramp request. The DoW seeks to understand the current landscape of industry partners capable of providing protective security services in accordance with 10 USC § 2465. The research will inform the GPS program management team regarding a future Multiple-Award Indefinite-Delivery Indefinite-Quantity (MA-IDIQ) contract with an overall ceiling of $10,330,446,190.46 over ten years.
Key Requirements for Response
Vendors must review the provided GPS solicitation documents and attachments to demonstrate their capability to meet the Minimum Technical Threshold Rating (MTTR) of 80%, as defined in the Highest Technically Rated Offeror (HTRO) Matrix. This translates to a minimum of 57,600 points out of 72,000. Key prerequisites include a Secret Facilities Clearance and successful ANSI/ASIS PSC.1 Audits/ISO 18788 Audit Report. Offerors not currently meeting the 80% MTTR must provide a detailed gap analysis and projected timeline for achievement.
Submission Details
- Response Format: Capability Matrix
- Page Limit: Maximum 37 pages (inclusive of Capability Matrix and Corporate Overview)
- Due Date: June 3, 2026
- Submission Email: usarmy.ria.acc.mbx.gps@army.mil
- Subject Line: "GPS Market Research Response - [Company Name]"
- Format: Electronic submission only; hard copies will not be accepted.
Context from Attachments
While this is market research, the provided attachments offer significant insight into the future GPS MA-IDIQ contract:
- Evaluation Factors (Section M): Price will be evaluated at the task order level, not during source selection. The Government intends to award to all qualifying Offerors meeting the MTTR. An initial $1,000 task order will be awarded to each IDIQ contractor.
- Instructions to Offerors (Section L): Future proposals will require electronic submission via PIEE, specific file formats, work samples (max 60 unique), and detailed sections on Business, Past Performance, and Prior Technical Experience.
- Ordering Guide: Details the process for issuing Task Orders (TOs) under the GPS MATOC, including a five-year base and five-year option period. TO evaluation methods may include LPTA, Best Value Tradeoff, or HTRO.
- Security (DD Form 254): Requires a Secret Facility Clearance at the base IDIQ level, with higher clearances possible for specific Task Orders.
- Specialized Requirements: Attachments detail standards for Explosive Detection Canine Teams and Private Security Company (PSC) Weapons Qualification, indicating potential specialized service needs.
Disclaimer
This RFI is for market research and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. The Government will not pay for any information or administrative costs incurred in response.