Level II - Armed Protective Service Officers and Patrol Services
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 Federal Emergency Management Agency (FEMA), under the Department of Homeland Security, has issued a Solicitation for Level II - Armed Protective Service Officers and Patrol Services. This requirement is for physical security at various FEMA sites and facilities across Puerto Rico, supporting disaster recovery operations and fixed logistics centers. This opportunity is a Local Area Set-Aside for small businesses primarily operating in Puerto Rico. Proposals are due by April 1, 2026, at 11:00 am ET.
Purpose and Scope
FEMA requires armed protective services to secure sites and facilities related to disaster declarations DR-4339-PR, DR-4473-PR, DR-4671-PR, DR-4850-PR, and Logistics Management Directorate (LMD) Distribution Centers Caribbean (DCC) in Bayamón, Cayey, and Ponce. Services will encompass all municipalities of Puerto Rico, including Vieques and Culebra. The contractor will provide all necessary management, supervision, personnel, training, equipment, and supplies. Protective Service Officers (PSOs) must meet specific qualifications, including U.S. Citizenship, English proficiency, active firearms permits, and at least two years of security, police, or military experience. PSO duties include access/egress control, security screening, visitor processing, patrols, traffic control, and incident reporting.
Contract Details
- Contract Type: Hybrid Labor Hour and Firm Fixed Price.
- Period of Performance: One (1) base year (April 15, 2026, to April 14, 2027) with one (1) option year.
- Labor Hour Ceiling: Not to exceed 197,830 Labor Hours for the contract.
- Set-Aside: Local Area Set-Aside (FAR 26.2) for small businesses residing or primarily doing business in Puerto Rico.
- Place of Performance: FEMA facilities in Guaynabo, Bayamón, Cayey, Ponce, and other locations throughout Puerto Rico.
Submission & Evaluation
- Proposal Due Date: April 1, 2026, at 11:00 am ET.
- Questions Due Date: March 25, 2026, at 10:00 am ET (via email only).
- Submission Requirements: Proposals must be submitted in two volumes (Technical and Business) and include all required non-pricing responses (e.g., technical proposal, representations and certifications). Offerors must complete Attachment 8 CLIN Pricing Sheet.
- Evaluation Factors (Best Value):
- Technical Capability: Significantly more important than Past Performance and Price. Requires detailed answers on staffing, equipment, compliance, approach, and a Draft Transition Plan.
- Past Performance: Significantly more important than Price. Focuses on similar contractual work within the last three years.
- Price: Non-price factors combined are significantly more important than Price.
- Key Attachments: Statement of Work (Attachment 1), Contractor Assurance (Attachment 2), Wage Determinations (Attachment 3), Evaluation Factors (Attachment 4), PSO Uniform and Equipment Checklist (Attachment 5), PSO Profile Spreadsheet (Attachment 6), FEMA Locations (Attachment 7), and CLIN Pricing Sheet (Attachment 8).
Important Notes
Offerors must be registered and have an "ACTIVE" status in the System for Award Management (SAM) at the time of award. Compliance with Service Contract Act wage determinations and background investigation requirements for personnel is mandatory.