Ohio Bids > Bid Detail

Armed Protective Security Officer Services throughout Ohio

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159819139156807
Posted Date: Mar 14, 2023
Due Date: Mar 31, 2023
Solicitation No: 70RFP423RFIE50001
Source: https://sam.gov/opp/d9626e9711...
Follow
Armed Protective Security Officer Services throughout Ohio
Active
Contract Opportunity
Notice ID
70RFP423RFIE50001
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
OFFICE OF PROCUREMENT OPERATIONS
Office
FPS EAST CCG DIV 4 ACQ DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 14, 2023 09:22 am EDT
  • Original Response Date: Mar 31, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S206 - HOUSEKEEPING- GUARD
  • NAICS Code:
    • 561612 - Security Guards and Patrol Services
  • Place of Performance:
    OH
    USA
Description

U.S. Department of Homeland Security, Federal Protective Service



Sources Sought # 70RFP423RFIE50001



Armed Protective Security Officer (PSO) Services throughout the State of Ohio



ISSUE DATE: 03/14/2023



The U.S. Department of Homeland Security, Federal Protective Service (FPS), is conducting market research to identify small business contractors capable of providing Armed Protective Security Officer (PSO) Services at various locations throughout the state of Ohio. PSO Services are defined in three (3) categories: PSO Basic Services, Temporary Additional Services (TAS) and Emergency Security Services (ESS). PSO Basic Services are the permanent ongoing services pre-scheduled with monthly fluctuating schedules or any other services added up to any established maximums identified in the contract. Temporary Additional Services (TAS) are services beyond the basic service requirements. TAS are the short term, short notice, non-recurring needs for service. ESS are services required during occurrences of natural disasters, civil disturbances, or other unanticipated events.



The Federal Protective Service protects Federal facilities and those who occupy them by conducting law enforcement and protective security services and leveraging access to the intelligence and information resources of our network of Federal, state, local, tribal, territorial, and private sector partners. The FPS mission is to prevent, protect, respond to, and recover from terrorism, criminal acts, and other hazards threatening the U.S. Government’s critical infrastructure, services, and the people who provide or receive them.



THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A SOURCES SOUGHT NOTICE ONLY



THIS IS A SOURCES SOUGHT SYNOPSIS for information and planning purposes only and is not to be construed as a commitment by the Government. This Sources Sought Notice is released pursuant to FAR Part 10 Market Research and is issued for the purpose of identifying available sources (interested entities) capable of performing the requirement. This is not a solicitation announcement for proposals and NO CONTRACT will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The information gathered from this source sought notice will be utilized in the Government's determination on contract and business type utilized in the solicitation.



The North American Industrial Classification System (NAICS) code for this effort is 561612, Security Guards and Patrol Services, with a small business size standard of $29M. The NAICS Code and corresponding size standard is provided to determine the appropriate business size in response to this sources sought notice. For further information on business size definitions please refer to the Small Business Administration's web site: Table of size standards (sba.gov).



PURPOSE:



The purpose of this Sources Sought Notice is to solicit input and gauge interest among those parties experienced in security support services for the Department of Homeland Security, FPS. The anticipated magnitude of this effort is estimated to be 450,000 hours or more per year for the required services with a workforce of approximately 275 or more employees . Interested entities would be required to provide armed Protective Security Officers, as defined in the statement of work and contract exhibits, at Federally owned, leased, or occupied facilities protected by the Federal Protective Service at various locations throughout the State of Ohio. In furnishing these services, interested entities shall provide all necessary management, supervision, training, personnel, materials, supplies and equipment except as otherwise indicated, and shall plan, schedule, coordinate, and ensure effective performance of, and conformance to all aspects of the statement of work.



OBJECTIVES:



This requirement includes providing physical security services (armed PSOs) for all areas identified. A successful entity would be required to provide trained armed security personnel to fulfill the functions of the Statement of Work (SOW).





The primary functions required for an effort of this nature will include, but is not limited to the following:






  • Armed PSOs; patrols and response access control; badging; x-ray, magnetometer, and handheld wand screening operations; control center operations; traffic control; keys and access control; and visitors processing. This will include approximately 275 PSO employees manning approximately 81 posts at geographically dispersed facilities throughout the State of Ohio.




  • Providing competent, trained, uniformed Armed security officers who meet the standards for providing guard services in the applicable localities.




  • Contract management, supervision, manpower (technically trained personnel to provide routine and emergency site security services protection and support services), training, screening, equipment, supplies, licenses, permits, certifications, insurance, preemployment screenings, reports, files, and any other resources necessary to satisfactorily perform the requirements of this effort. All work performed must satisfy the requirements of all laws, regulations, FPS orders, directives, and guidelines.




  • Provide security services twenty-four (24) hours per day, seven (7) days per week, and 365 days per year (24/7/365). The level of effort will be determined by the specific security condition level at any time as well as response to short-term events such as other unforeseen non- emergency or emergency situations.




  • Responsible for conducting adequate background checks to ensure that personnel hired can obtain and maintain the applicable security clearance (up to and including a Top Secret level clearance).




  • Provide training as follows: “name training, frequency, hours per PSO”





EXPRESSION OF INTEREST/CAPABILITY STATEMENT:





Please fill in all information below.





Legal Business Name





Unique Entity Identifier No





Mailing Address





City, State, Zip Code





Country





Website Address





Point of Contact





Phone Number





E-mail Address





My interest in this project is as a (please check one):




  • Prime Contractor ☐ Joint Venture



Other (Describe):



Have you performed armed guard services under NAICS code 561612?





Confirm you are a small business under NAICS code 561612 for armed guard services.



If yes:




  • Small Disadvantage Business




  • Hubzone

  • Women Owned Small Business




  • Service-Disabled Veteran-Owned Small Business




  • Other




  • If No:☐



Registered in SAM





Can you obtain a security license in Ohio under your legal business name or a wholly owned subsidiary of your business?





Does your organization have or previously have had a Top Secret Facility Clearance from the Defense Security Service (DSS).





Via Attachment 1 - identify your most relevant project from the past 3-years. If an aggregate is required for relevancy, provided no more than 3 past project forms.





Responses to questions 1-6 below shall not exceed three (3) pages maximum.





1. If your organization has not performed projects of the estimated magnitude of 450,000 hours, either individually or in the aggregate, please describe in detail the largest portion (estimated annual hours) that your organization can perform.





2. Describe your organization’s ability to manage a contract of this size with geographically dispersed sites.





3. If this contract was awarded to your firm describe what if any organizational impact would be necessary to add the new contract into your existing portfolio.



a. Describe your organizations experience with managing a staff covered by a mixture of Collective Bargaining Agreement and the Service Contract Act. Include experience working with Unions and CBA’s.



4. Describe your organization’s ability to assume the financial responsibilities associated with receiving a contract of this size and ability to transition/start up and sustain operations for at least 150 days after award before payment will be received. Specifically, discuss the assurance that resources are available to meet payroll, subcontracting, and operational obligations at this magnitude. Please do not provide financial statements as part of your response.



5. If subcontracting/teaming is anticipated, describe your organization’s experience in successfully managing subcontracts/teaming partners. Include a detailed description of how your organization guarantees the performance and participation of the potential subcontractor/teaming partner, including a description of the type and expected levels of subcontracting/teaming (magnitude), as well as the type of work that a subcontractor/teaming partner may perform for your organization. Include any existing partnerships or mentor-protégé’ agreements you currently have with a large business partner that may facilitate your ability to coordinate performance on a contract larger in size than your past performance projects.



a. Please provide information listing specific project(s) in which the subcontract/teaming partners have experience working together and detail specific meaningful involvement if any affiliate support was used in the performance of the project(s).



6. Provide an example(s) of your organization’s ability to support urgent or short notice requirements. Describe your organization’s ability to keep your contracts fully staffed with the current conditions in the labor market.





DISCLAIMERS AND INFORMATION:





DHS, FPS reserves the right to use all information submitted by, or obtained from, an interested party in any manner DHS, FPS determines appropriate, including, but not limited to, the creation of a competitive solicitation. An interested party should avoid including any classified, business confidential, and/or proprietary information in its response.



All interested parties responding to this sources sought notice must submit their responses no later than 03/31/2022 12:00:00 PM via email to Nikki Finney at Nikki.Finney@fps.dhs.gov and Marcus L. Mason at Marcus.L.Mason@fps.dhs.gov .





You are strongly encouraged to submit your responses to this notice at least 3 hours before the specified due date/time in order to have time to resolve any transmission problems.



As previously indicated, this is NOT a solicitation, therefore, no cost or pricing information should be provided. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. This is a market survey to identify potential sources capable of performing the effort required. Responses should be limited to the entity’s expression of interest and capabilities statement (as identified above) along with their respective business size based upon the list provided. It is not mandatory for an offeror to respond to this sources sought notice in order to respond to a subsequent solicitation when/if issued.


Attachments/Links
Contact Information
Contracting Office Address
  • 701 MARKET STREET, SUITE 3200
  • PHILADELPHIA , PA 19106
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 14, 2023 09:22 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >