Protective Security Officer (PSO) Services throughout the State of Kentucky

SOL #: 70RFP124RE4000001Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Office Of Procurement Operations
FPS EAST CCG DIV 1 ACQ DIV
PHILADELPHIA, PA, 19106, United States

Place of Performance

KY

NAICS

Security Guards and Patrol Services (561612)

PSC

Guard Services (S206)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Oct 25, 2023
2
Last Updated
Jun 27, 2024
3
Submission Deadline
Jul 5, 2024, 4:00 PM

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.

To obtain access to documents pertaining to this requirement, explicit access must be requested, and a signed Non-Disclosure Agreement (NDA) emailed to Contract Specialist Donavan Redd (Donavan.M.Redd@fps.dhs.gov) and courtesy copy  Stephen.M.Allen@fps.dhs.gov and FPSACQDIV1@fps.dhs.gov.

The US Department of Homeland Security (DHS), Federal Protective Service (FPS) has a requirement to acquire armed Protective Security Officer (PSO) services throughout the state of Kentucky. The armed PSOs will protect federal personnel and property at federally owned and leased buildings. The Contractor shall provide all labor, material, management, supervision, training, licenses, and permits to provide the services in accordance with the Statement of Work (SOW). The Period of Performance is for a one-year base period with four one-year option periods. The estimated PSO hours for various locations throughout the state of Kentucky are 289,000 hours or more per year. This requirement will be solicited as a commercial item in accordance with FAR Part 12/15 procedures as a competitive total small business (SB) set-aside. Services shall be furnished via an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with fixed hourly rates. Resultant task orders under this contract will be firm fixed prices. The source selection process to be utilized for this acquisition is best value/tradeoff. The technical, non-price factors, when combined, are more important than price. The submission requirements and evaluation criteria will be defined in the solicitation. The North American Industry Classification System (NAICS) code is 561612. The Contractor is required to register with the System for Award Management (SAM) at http://www.sam.gov. No contract award shall be made to any contractor that is not registered or in the process of registering with SAM.

================================================================================================

Amendment 0001 has been released to schedule a Pre-Proposal Conference. 

================================================================================================

Amendment 0002 has been released. 

================================================================================================

Amendment 0003 has been released to extend the submission date from May 24, 2024 to June 14, 2024. 

================================================================================================

Amendment 0004 has been released to extend the submission date from June 14, 2024 to June 28, 2024. 

================================================================================================

Amendment 0005 has been released to address questions provided by Potential Offerors. 

================================================================================================

Amendment 0006 has been released to address additional questions provided by Potential Offerors. 

People

Points of Contact

Donavan ReddPRIMARY
Stephen AllenSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 11
Combined Synopsis/Solicitation
Posted: Jun 27, 2024
View
Version 10Viewing
Combined Synopsis/Solicitation
Posted: Jun 26, 2024
Version 9
Combined Synopsis/Solicitation
Posted: Jun 25, 2024
View
Version 8
Combined Synopsis/Solicitation
Posted: Jun 21, 2024
View
Version 7
Combined Synopsis/Solicitation
Posted: Jun 13, 2024
View
Version 6
Combined Synopsis/Solicitation
Posted: May 21, 2024
View
Version 5
Combined Synopsis/Solicitation
Posted: May 2, 2024
View
Version 4
Combined Synopsis/Solicitation
Posted: Apr 9, 2024
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 5, 2024
View
Version 2
Combined Synopsis/Solicitation
Posted: Apr 4, 2024
View
Version 1
Combined Synopsis/Solicitation
Posted: Oct 25, 2023
View