MODIFICATION
S -- Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
- Notice Date
- 11/6/2025 4:26:10 AM
- Notice Type
- Solicitation
- 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
- 70RFP126RE2000001
- Response Due
- 12/8/2025 12:00:00 PM
- Archive Date
- 12/23/2025
- 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
- The Department of Homeland Security (DHS), Office of Procurement Operations (OPO), Federal Protective Service (FPS) is issuing this request for proposals (RFP) to solicit offers for the purpose of awarding a contract to provide Armed Protective Security Officer (PSO) services for Customs and Border Protection (CBP) facilities throughout Puerto Rico. This requirement is solicited as a commercial item in accordance with FAR Part 12. Services shall be furnished via 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. Resultant task orders under this contract will be firm fixed prices. The source selection process to be utilized for this acquisition is best value/trade-off. The technical, non-price factors, when combined, are more important than price. 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 estimated PSO basic service hours and Temporary Additional Services (TAS) for the CBP facilities throughout Puerto Rico is 750,000 hours (150,000 hours annually) for a 60-month period. The North American Industry Classification System (NAICS) code for this acquisition is 561612, Security Guard and Patrol Services. The size standard for NAICS 561612 is $29 million in average annual receipts. The contract will be awarded for a five-year term, consisting of annual ordering/performance periods. The submission requirements and evaluation criteria are defined in the solicitation. The Contractor is required to register with the System for Award Management (SAM) at http://www.sam.gov. No contract award shall be made to any contractor that is not registered or in the process of registering with the System for Award Management. A Pre-Proposal Conference will be held via Microsoft Teams on Friday, 11/21/25, at 10:00 AM Eastern Time. This conference will be 100% virtual via MS Teams and there will be no dial-in provided for this conference. All interested parties are encouraged to attend the briefing, which will cover topics such as evaluation criteria, technical factors, and pricing. Attendance is not mandatory but strongly recommended. Contractors wishing to attend should RSVP by emailing Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov with their Point of Contact and attendee details by Wednesday, 11/19/2025, at 2:00 PM Eastern Time. The email should include company information (name, address, Unique Entity ID, Cage Code, business size, phone number, and email addresses of attendees). An invite will be sent once all attendee information is received. If interested in submitting a proposal for this solicitation, you are requested to complete DHS Form 11000-6 - NDA, that is provided as an attachment to this posting to receive a copy of the post exhibit. Submit a completed Non-Disclosure Agreement (DHS Form 11000-06) via email to kimberly.skiotys@fps.dhs.gov. The post exhibit will be sent upon receipt of the completed form. Proposals are due no later than 3:00PM, Eastern Time, on December 8, 2025. Submissions shall be made via email to: kimberly.skiotys@fps.dhs.gov Offerors are strongly encouraged to carefully review the Table of Contents provided on the first page of this solicitation to ensure all required documents and attachments are thoroughly examined and addressed. Please note that certain sections, including Contract Clauses and Solicitation Provisions, are paperclipped to the Standard Form 1449 in Adobe Acrobat for ease of navigation. Offerors are responsible for thoroughly reviewing all solicitation documents, attachments, and paperclipped sections in their entirety. All necessary information regarding submission requirements, evaluation criteria, and contract details is included within these documents. Offerors should carefully read and understand the provided materials before submitting questions or proposals. For any 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/8e8bac09b1ae4ee1a7272b397dcebb98/view)
- Place of Performance
- Address: PR, USA
- Country: USA
- Country: USA
- Record
- SN07636626-F 20251108/251106230037 (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 |