Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 09, 2025 SAM #8718
SOLICITATION NOTICE

S -- Synopsis for Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service

Notice Date
10/7/2025 10:42:41 AM
 
Notice Type
Presolicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
FPS EAST CCG DIV 1 ACQ DIV PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
F2025069926
 
Response Due
10/21/2025 2:00:00 PM
 
Archive Date
11/05/2025
 
Point of Contact
Kimberly Skiotys, Phone: 2677179993, Thomas Schrank, Phone: 2155212257
 
E-Mail Address
kimberly.skiotys@fps.dhs.gov, thomas.schrank@fps.dhs.gov
(kimberly.skiotys@fps.dhs.gov, thomas.schrank@fps.dhs.gov)
 
Small Business Set-Aside
8A 8a Competed
 
Description
THIS IS A SYNOPSIS ONLY CURRENTLY Synopsis for Armed Protective Security Officer Services (PSO) at Customs and Border Protection (CBP) Locations throughout Puerto Rico. Solicitation Number: 70RFP126RE2000001 The U.S. Department of Homeland Security (DHS), Federal Protective Service (FPS) has a requirement to acquire Armed Protective Security Officer Services (PSO) Services located at Customs and Border Protection (CBP) Locations throughout Puerto Rico. The Contractor shall provide all labor, material, management, supervision, training, licenses, and permits to provide the services in accordance with the Statement of Work (SOW). The Period of Performance is for a one-year base period with four one-year option periods. This requirement will be solicited as a commercial item in accordance with FAR Part 12. Services will be provided through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with fixed hourly rates. It is anticipated that this requirement will be issued as an 8(a) Small Business Set-Aside. Task orders resulting from this contract will be awarded as firm fixed prices. The source selection process for this acquisition will follow a best value/trade-off approach, where technical and non-price factors will be prioritized over price. Submission requirements and evaluation criteria will be detailed in the solicitation. The North American Industry Classification System (NAICS) code for this requirement is 561612, with a small business size standard of $29.0 million. Contractors must register with the System for Award Management (SAM) at http://www.sam.gov. No contract award will be made to any contractor that is not registered or in the process of registering with SAM. A Pre-Proposal Conference will be conducted via Microsoft Teams, with the date and time to be provided in the solicitation package. All interested parties are encouraged to attend this virtual briefing, which will cover evaluation criteria, technical factors, pricing, teaming arrangements, and other relevant topics. Please note that this conference will be fully virtual, and no dial-in option will be available. For questions regarding this announcement, please contact Kimberly Skiotys at: kimberly.skiotys@fps.dhs.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5a4c1aa5b8734155a6f220b8a8a6d346/view)
 
Place of Performance
Address: PR, USA
Country: USA
 
Record
SN07613476-F 20251009/251008010125 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.