US Mission Canada Local Guard 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 U.S. Department of State (DOS) is soliciting proposals for Local Guard Services to support the U.S. Mission Canada-wide. This effort aims to provide a secure environment, prevent loss/injury to personnel and property, deter unauthorized access, and mitigate terrorist threats. The Government anticipates awarding up to three (3) Multiple Award IDIQs and five (5) Task Orders. Proposals are due February 19, 2026.
Scope of Work
Contractor shall provide organizational structure, management, and qualified staff to deliver Local Guard Services across Canada. Key responsibilities include:
- Preventing loss or injury to U.S. personnel, dependents, and property.
- Preventing destruction of assets.
- Preventing unauthorized access.
- Deterring potential terrorist attacks.
Contract & Timeline
- Type: Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contracts (up to 3 awards).
- Task Orders: Five (5) Task Orders are anticipated. Three (3) will be awarded immediately for Ottawa/Halifax/Winnipeg, Toronto, and Montreal/Quebec City. Task Orders 4 (Vancouver) and 5 (Calgary) may be awarded later.
- Set-Aside: None specified.
- Proposal Due: February 19, 2026, at 11:59 PM ET.
- Published: January 28, 2026 (latest amendment).
Key Requirements & Amendments
Offerors must submit a Restricted Access Request form to gain access to solicitation documents. This form requires company and requester information, specifying interest as a Prime Contractor, Joint Venture, or Other, and includes a distribution restriction agreement for sensitive information. The solicitation has undergone several amendments:
- A001: Extended proposal due date to October 30, 2025; designated Fabiola A. Bellevue as CO and Kenneth P. Bailey as Contract Specialist.
- A002: Provided "Current Incumbent Compensation" data (Exhibit U), virtual site visit presentations, updated administrative office, updated Exhibit A for Montreal, and extended proposal due date to December 15, 2025.
- A003: Incorporated Equitable Price Adjustment Instructions (Section H.21, J, EPA Worksheet), FAR 52.225-5 Trade Agreements Act (TAA) and FAR 52.225-6 Trade Agreements Certificate, updated anticipated Performance Periods (Section F.1), and extended proposal due date to January 14, 2026.
- A004: Updated anticipated Performance Periods (Section F.1) and extended proposal due date to January 28, 2026.
- A005: Provided responses to vendor questions, updated Sections C.9.2, H.5.1, H.5.1a, H.5.3, H.5.5, H.5.6, L & M; added clause 652.216-71, removed clauses 52.204-14 and 652.219-70; provided amended Exhibits for IDIQ and Orders; designated Berel Dorfman as the Contracting Officer; and extended the proposal due date to February 19, 2026.
Contact Information
Primary Point of Contact: Berel B. Dorfman, DorfmanBB@state.gov, 202-351-9934.