Synopsis for Protective Security Officer Services throughout West Texas
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.
Synopsis for Protective Security Officer (PSO) services in various locations throughout the West Texas area
The Department of Homeland Security Federal Protective Service Acquisitions Division intends to issue a sole source extension of up to six (6) months to the current ordering period of the current Indefinite Delivery/ Indefinite Quantity type contract, 70RFP421DE7000003 with Paragon Systems, Inc. (13900 Lincoln Park Dr. Suite 300 Herndon, VA 20171). The extended period of performance will begin on 01/01/2026 and will provide continued armed Protective Security Officer (PSO) services at various locations throughout the West Texas area and to allow placement of a new contract to continue critical PSO services at these locations. The government intends to solicit and negotiate on a sole source basis with Paragon Systems, Inc. under the authority of 41 U.S.C. 3304(a)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. This is not a request for competitive proposals.
A Request for Proposal (RFP) will not be made available.
A Justification for Other Than Full and Open Competition was posted to www.sam.gov. The applicable North American Industry Classification System Code (NAICS) is 561612 (Security Guards and Patrol Services) and the Small Business Size Standard is $29 million.