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 U.S. 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 requires furnishing all management, supervision, labor, materials, and equipment for these 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 (contractor determines foot or vehicle patrol, no government vehicle provided), responding to incidents, assessing vehicles/persons, verifying identity, recording entries/exits, confirming visits, verifying manifests, conducting inspections, providing written reports, and communicating with relevant personnel. Unscheduled security services may be required with 24-hour notice during elevated force protection conditions, special events, or holiday periods.
Key Requirements
- Licensure: Proof of Contractor's "Watch, Guard, or Patrol Agency" licensure from the Massachusetts State Police Certification Unit is required. Subcontracting for licensure is acceptable with a teaming arrangement.
- 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: Must undergo pre-employment investigation (suitability, criminal record, credit check, US Citizenship), pass physical exams, and participate in a viable drug abuse-testing program. At least two employees must be certified in First Aid and CPR for shifts with multiple employees; single-employee shifts require First Aid certification.
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 of $29 Million
- Period of Performance: Base Year (May 31, 2026 - May 29, 2027) with two one-year option periods.
- Solicitation Issue Date: April 16, 2026
- Offer Due Date: April 29, 2026, 2:00 PM Eastern
Submission & Evaluation
Quotes will be evaluated based on Technical, Price, and Past Performance. A comparative evaluation may be performed. Quotes must be submitted via email to the Contract Specialist, Jennifer M. Samela. All vendors must have an active registration in SAM.gov at the time of submission. A mandatory "Solicitation Survey" form must be completed and submitted with the quote.
Additional Notes
Interested vendors are encouraged to conduct a site visit by contacting Mr. Joe Mazzola. The previous contract was awarded to Jet Security LLC for $191,520. FAR Clause 52.222-90, "Addressing DEI Discrimination by Federal Contractors," has been added via amendment.