Security Services, Cape Cod Canal, Bourne, MA
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 the Army, specifically the US Army Corps of Engineers, New England District, is soliciting proposals for armed security guard services at the Cape Cod Canal Field Office in Bourne, Massachusetts. This is a Total Small Business Set-Aside opportunity. The work involves providing management, supervision, labor, materials, and equipment for security services. Offers are due by April 29, 2026, at 2:00 PM Eastern.
Scope of Work
The contractor will provide a single, uniformed, armed Security Guard Monday through Friday, 7:30 am to 4:00 pm (excluding Federal holidays). Key duties include manning the guard booth/access control point, performing periodic perimeter inspections, responding to incidents, assessing vehicles/persons, verifying identity, recording entries/exits, confirming visits, verifying manifests, and providing written reports. Unscheduled security services and overtime may be required with 24-hour notice during elevated force protection conditions, special events, or holidays.
Key Requirements
- Licensure: Proof of Contractor's "Watch, Guard, or Patrol Agency" licensure from the Massachusetts State Police Certification Unit is mandatory. This also applies to subcontractors.
- Safety: Compliance with USACE Safety and Occupational Health Requirements (EM 385-1-1) and OSHA standards, including developing a site-specific Accident Prevention Plan (APP) and Activity Hazard Analysis (AHA).
- Personnel: Personnel must undergo pre-employment investigation (suitability, criminal record, credit check, US Citizenship), pass physical exams, and be part of a viable drug abuse-testing program. At least two employees must be First Aid/CPR certified for multi-employee shifts; single-employee shifts require First Aid certification and communication means.
- Submission: Bidders must complete and submit a "Solicitation Survey" form with their quote.
Contract & Timeline
- Contract Type: Solicitation (FAR Part 12)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561612 (Small Business Size Standard: $29 Million)
- Period of Performance: Base Year (May 31, 2026 - May 29, 2027) plus two (2) one-year option periods.
- Solicitation Issue Date: April 16, 2026
- Offer Due Date: April 29, 2026, 2:00 PM Eastern
Evaluation
Quotes will be evaluated based on Technical capability, Price, and Past Performance. The government may perform a comparative evaluation and request Quote Verification.
Additional Notes
- All vendors must have an active registration in SAM.gov at the time of submission to be considered.
- Interested vendors are encouraged to conduct a site visit by contacting Mr. Joe Mazzola.
- Amendment 0002 added FAR Clause 52.222-90, "Addressing DEI Discrimination by Federal Contractors."
- Amendment 0001 clarified subcontractor licensing requirements.