SOLICITATION NOTICE
S -- McNary Lock & Dam Armed Security Guard Services
- Notice Date
- 8/26/2025 2:23:34 PM
- Notice Type
- Presolicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF25QA024
- Response Due
- 9/19/2025 2:00:00 PM
- Archive Date
- 10/04/2025
- Point of Contact
- Mary Seiner, Phone: 5095277228, Brooke MOORE, Phone: 5095277913
- E-Mail Address
-
mary.l.seiner@usace.army.mil, brooke.n.moore@usace.army.mil
(mary.l.seiner@usace.army.mil, brooke.n.moore@usace.army.mil)
- Small Business Set-Aside
- 8A 8a Competed
- Description
- ***THIS IS NOT A SOLICITATION*** This pre-solicitation pertains to McNary Lock and Dam Armed Security Guard Services in accordance with the Performance Work Statement for the U.S. Army Corps of Engineers, Walla Walla District. This will be a firm-fixed-price service contract. The North American Industry Classification System (NAICS) code for this project is 561612, and the associated small business size standard is $29 Million. Competition for this requirement is restricted to certified Small Business 8(a) firms. IAW FAR 19.804-4 and IAW FAR Part 19.804 this requirement has been accepted into the 8(a) program (reference Small Business Association (SBA) requirement # EB1748967325O). Offers received from any other socioeconomic designation will not be considered. When available, the solicitation documents for this project will be provided under solicitation W912EF25QA024. This synopsis is not a request for quotes. This is a pre-solicitation notice that a solicitation has been scheduled to be released via https://sam.gov/ soon detailing requirements for the McNary Lock and Dam Armed Security Guard Services. This information is for planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. Intent: The proximity of the project to a relatively large population base and Project's missions in hydropower, navigation, fish passage, and general recreation require the Project, its property, and the personnel working in, on or around the facility be provided a reasonable assurance of security. The primary objective of the security guard force is Access Control. Guards shall ensure only authorized personnel are allowed unrestricted access to the Project that all visitors are properly identified, and access controls are communicated and followed. In the event of unauthorized access, the guard will take the appropriate corrective actions. The nature of accomplishment shall be guided by Force Protection Standards, the Operations Project Manager, Project Security Point of Contact, or District Security Office. Relates to the detection, monitoring, reporting and reacting to any activity which appears to indicate intrusion, vandalism, theft, or other criminal or malicious activities on U.S. Army Corps of Engineers Property. The objective of the guard program in this instance is to provide a deterrent to any individuals considering or attempting any activity which may result from intent to cause harm or damage, and provide a means of response to incidences in occurrence. The guards shall respond to requests for assistance by USACE personnel or the public while on Federal Property. The guards will provide menial administrative tasks in support of providing that assistance or contact the appropriate authority to provide assistance. The nature of conduct in providing assistance will be guided by the Operations Project Manager, Project Security Point of Contact, or local standard operating procedures (SOPs). Guards shall be armed guards. Duties of security guards are categorized by three distinct areas: Routine, Non- Routine and Provisional. Routine Duties: Duties performed daily or several times a day regardless of Force Protection levels or Security Standards are considered to be routine duties. Routine duties may normally found within the Guard SOPs or Project SOPs provided by the Government and specific on-site orders. Non-Routine Duties: Duties performed on a one-time or infrequent basis are considered non-routine. Notification to the guards performing these duties may be minimal and as short in duration as to be provided upon the beginning of that day's shift. Provisional Duties: Duties which are non-routine, but carried out over an extended duration or period of time, and are expected to be non-permanent (performance is dependent upon existing situations which are temporary in nature) are considered to be provisional. Period of Performance: The period of performance will be for one (1) Base year of 12 months and four (4) option years of 12 months. The Period of Performance reads as follows: Base Year: 11/01/2025-10/31/2026 Option Year 1: 11/01/2026-10/31/2027 Option Year 2: 11/01/2027-10/31/2028 Option Year 3: 11/01/2028-10/31/2029 Option Year 4: 11/01/2029-10/31/2030 Conducting business with the Government: In order for contractors to conduct business with the Department of Defense, the Contractor must provide registration information to the System for Award Management (SAM). All offerors must be registered prior to receiving an award. Registration instructions may be obtained, and online registration may be accomplished at www.sam.gov. By submission of a quote, the Contractor acknowledges the requirement to be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from the solicitation. When available, the solicitation documents for this requirement will be accessible via sam.gov at https://sam.gov/content/home. No CD's or hard copies will be available. Offerors are responsible for any loss of internet connectivity or for an Offeror's inability to access the documents posted at the referenced website. Prospective offerors are responsible for checking for any update(s) to the Notice. To obtain automatic notifications of updates to this solicitation, you must log in to www.sam.gov and add the solicitation to your quote watch list.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/db4d3dc97d364221a23300986067e3b3/view)
- Place of Performance
- Address: Umatilla, OR 97882, USA
- Zip Code: 97882
- Country: USA
- Zip Code: 97882
- Record
- SN07566626-F 20250828/250826230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |