Federal Contract Opportunity

Last Updated on 25 Oct 2024 at 6 PM
Solicitation
Andover Massachusetts

Protective Security Officer (PSO) services at the IRS facility in Andover, MA

Details

Solicitation ID F2024065255
Posted Date 25 Oct 2024 at 6 PM
Response Date 11 Nov 2025 at 10 PM
NAICS Category
Product Service Code
Set Aside 8(a) Set-Aside (FAR 19.8)
Contracting Office Fps East Ccg Div 1 Acq Div
Agency Department Of Homeland Security
Location Andover Massachusetts United states

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Cellco Partnership

Schaumburg Honolulu Alpharetta Dallas Bedminster Basking ridge Westlake Wilmington Baltimore Omaha Shawnee missio

Sign up to access Documents

Signup now

THIS IS A SYNOPSIS ONLY CURRENTLY

Synopsis for Armed Protective Security Officer Services (PSO) Services located at the IRS Facility in Andover, Massachusetts.

Solicitation 70RFP124RE1000004

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 the IRS Facility in Andover, Massachusetts.  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: [email protected]